HomeMy WebLinkAbout2006-05-16-Meeting Agenda
Commission Meeting Agenda
Commission Chamber
5/16/2006
2:00 PM
INVOCATION: Reverend Tyrone Myles, Pastor Augusta Deliverance Evangelistic Church.
PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA.
RECOGNITION(S)
Employee of the Month Award
A. Mr. William Dickerson, Augusta Regional Airport.
Attachments
Five (5) minute time limit per delegation
DELEGATIONS
B. Delta Sigma Theta Sorority, Inc. Ms. Alice Johnson, Social Action
Chairperson. RE: The organization's community services offered
to the citizens of Augusta.
Attachments
C. Ms. Penny Johnson, Fine Arts Coordinator, RCBOE. RE: The
Commission's approval of the rezoning with a Special Exception
of 1694 Broad Street.
Attachments
D. Mr. William C. Foster,Jr., The Berry Children's Center. RE The
Commission's April 18th approval of a rezoning request for a
Special Exception affecting property located at 1694 Broad Street.
Attachments
CONSENT AGENDA
(Items 1-39)
PLANNING
1. FINAL PLAT – GRANITE HILL, SECTION TWO – S 689 – A
request for concurrence with the Augusta-Richmond County
Planning Commission to approve a petition by Southern Partners
Inc, on behalf of Homesites, LED, LLC, requesting final plat
approval for Granite Hill, Section 2. This residential subdivision is
located on Norwood Drive, adjacent to Buckhead, Section 5-A and
contains 43 lots.
Attachments
2. FINAL PLAT – PINEHURST, SECTION 6, PHASE 3 – S-688-III
- A request for concurrence with the Augusta-Richmond County
Planning Commission to APPROVE a petition by Southern
Partners Inc., on behalf of Nordahl & Co., Inc., requesting final
plat approval for Pinehurst, Section 6, Phase 3. This residential
subdivision is located off Laurel Oak Drive, adjacent to Windsor
Lake Subdivision and contains 4 lots.
Attachments
3. Z-06-41- A request for concurrence with the Augusta-Richmond
County Planning Commission to approve a petition by Brenda
Hendley requesting a Special Exception to establish a Family Day
Care Home per Section 26-1 (f) of the Comprehensive Zoning
Ordinance for Augusta-Richmond County affecting property
containing 1 acre and is known under the present numbering
system as 3645 Byrd Road. (Tax Map 155 Parcel 69-03)
DISTRICT 6
Attachments
4. Z-06-42 – A request for concurrence with the Augusta-Richmond
County Planning Commission to approve a petition by Caletha
Taylor, on behalf of David Taylor, requesting a Special Exception
to establish a Family Personal Care Home per Section 26-1 (H) of
the Comprehensive Zoning Ordinance for Augusta-Richmond
affecting property containing .57 acres and is known under the
present numbering system as 2884 Lumpkin Road. (Tax Map 83-2
Parcel 6) DISTRICT 5
Attachments
5. Z-06-43 – A request for concurrence with the Augusta-Richmond Attachments
County Planning Commission to approve a petition by Oscar
McGee, on behalf of Willette P. Jeffcoat, requesting a Special
Exception to establish a church with day care activities per Section
26-1 (A) of the Comprehensive Zoning Ordinance for Augusta-
Richmond County affecting property containing 1.15 acres and is
known under the present numbering system as 2034 Boykin Road.
(Tax Map 168 Parcel 17-04) DISTRICT 6
6. Z-06-44 - A request for concurrence with the Augusta-Richmond
County Planning Commission to approve a petition by Joseph M.
Norris requesting a change of zoning from Zone B-1
(Neighborhood Business) to Zone B-2 (General Business) on
affecting property containing .40 acres and located at 2200 Martin
Luther King Jr. Blvd. (Tax Map 72-1 Parcel 141) DISTRICT 2
Attachments
7. Z-06-45 – A request for concurrence with the Augusta-Richmond
County Planning Commission to approve a petition by Blanchard
& Calhoun Commercial Corp., on behalf of PCD LLC., The
Kroger Co. & TOPVALCO, requesting a change of zoning from
Zone B1 (Neighborhood Business) and Zone B-2 (General
Business) to Zone B-2 affecting property known under the present
numbering system as 2801 Washington Road and consists of 7
land parcels totaling 17.5 acres. (Tax Map 12 Parcels 67, 68, 69,
70, and 72 and Tax Map 13 Parcels 10 and 13) DISTRICT 7
Attachments
8. Z-06-46 – A request for concurrence with the Augusta-Richmond
County Planning Commission to approve a petition by James G.
Swift & Associates, on behalf of Augusta Metro Federal Credit
Union, requesting a change of zoning from Zone R-1 (One-family
Residential), Zone R-1A (One-family Residential) and Zone B-2
(General Business) to Zone B-2 affecting property containing 5.43
acres and is known under the present numbering system as 205
Davis Road. (Tax Map 16 Parcel 24) DISTRICT 7
Attachments
9. Z-06-48 – A request for concurrence with the Augusta-Richmond
County Planning Commission to approve with the following
conditions 1) no access to Mack Lane; 2) a 6 foot wooden
shadowbox fence to be erected and maintained along Mack Lane
Attachments
(including area rezoned in 2000); 3) a tree buffer to be erected and
maintained that complies with the Augusta-Richmond Tree
Ordinance (including area rezoned in 2000); 4) fence and buffer to
be erected and inspected before a site plan shall be reviewed; a
petition by Roger Green, on behalf of Snel Tro LLC, requesting a
change of zoning from Zone B-1 (Neighborhood Business) to
Zone B-2 (General Business) affecting property containing .77
acres and is part of 2368 and 2370 Tobacco Road. (Part of Tax
Map 154 Parcel 2-08 and Tax Map 154-2 Parcel 5) DISTRICT 6
PUBLIC SERVICES
10. Motion to approve a request by William E. Jenkins for an on-
premise consumption Liquor, Beer & Wine license to be used in
connection with Southside Restaurant & Lounge located at 2083
Old Savannah Rd. There will be Dance. District 2. Super District
9. (Approved by Public Services Committee May 8, 2006)
Attachments
11. Motion to approve a request by Brenda B. Gibson for an on
premise consumption Liquor, Beer & Wine license to be used in
connection with The Public House located 399 Highland Ave.
District 7. Super District 10. (Approved by Public Services
Committee May 8, 2006)
Attachments
12. Motion to waive the rental fees of the Boathouse for July 21-23,
2006 in the amount of $2,000 and the Augusta Commons in the
amount of $500 for July 21, 2006 for the Augusta Southern
Nationals Drag Boat Race. (Approved by Public Services
Committee May 8, 2006)
Attachments
ADMINISTRATIVE SERVICES
13. Motion to approve award of HOME funds to recommended
organizations and defer award of allocated funds to Joint
Venture/Dover Street until next meeting. (Approved by
Administrative Services Committee May 8, 2006)
Attachments
14. Motion to approve award funds to CHDOs to be used for the cost
of operations. (Approved by Administrative Services Committee
May 8, 2006)
Attachments
15. Motion to approve the recommendation from the Recreation Dept.
Study Sub-Committee to engage an outside independent aditor to
review the activities at the Augsuta Golf Course with an
appropriate scope of work to be established. (Approved by
Administrative Services Committee May 8, 2006)
Attachments
16. Motion to approve the Façade Rehabilitation Grant Application for
3044 Deans Bridge Road (Villa Europa Restaurant). (Approved by
Administrative Servies Committee May 8, 2006)
Attachments
17. Motion to approve an Ordinance providing preferences to local
businesses doing business with their local government within a 5%
margin not to exceed $10,000. (Approved by Commission in
meeting April 18, 2006 and approved by Administrative Services
Committee May 8, 2006)
Attachments
18. Motion to approve the reprogramming of $39,220 from the
Augusta Mini Theatre project and award to the McDuffie Woods
Project. (Approved by Administrative Services Committee May 8,
2006)
Attachments
19. Motion to approve retirement of Mr. Herbert Pritchard under the
1977 Pension Plan. (Approved by Administrative Services
Committee May 8, 2006)
Attachments
PUBLIC SAFETY
20. Motion to approve award of Bid Item #06-119 to Hebbard
Electric, Inc. as low bid for the purchase of emergency generators
for the fire stations. (Approved by Public Safety Committee May
8, 2006)
Attachments
21. Motion to approve the purchase of a Pre-Fabricated Rifle Grade
Shoot House from Action Target of Provo UT for $172,500.00.
(Lowest bid offer on bid #06-121) (Approved by Public Safety
Committee May 8, 2006)
Attachments
22. Motion to approve the purchase of a new Presentation, Sound and
Voting System. (Approved by Public Safety Committee May 8,
2006)
Attachments
FINANCE
23. Motion to approve the request from Crossroads Fellowship Church
for an abatement of 2005 taxes. (Approved by Finance Committee
May 8, 2006)
Attachments
24. Motion to approve the Engagement letters for counsel and SWAP
advisor. (Approved by Finance Committee May 8, 2006)
Attachments
25. Motion to approve Cost Allocation Plan Update to be done by
KPMG. (Approved by Finance Committee May 8, 2006)
Attachments
26. Motion to approve placing money generated from the swap in an
escrow account and that a certain amount of money be held in that
account in reserve before any money is spent with a report given
on an annual or semi-annual basis as to how those funds are
expended or what additional revenue is generated from them.
(Approved by Finance Committee May 8, 2006)
Attachments
27. Motion to approve the acquisition of one full-size 4x4 pickup
truck (lowest bid offer on bid 05-134) and one compact 4x4
pickup truck (lowest bid offer on bid offer 05-129) for the Utilities
Department-Administration/Engineering Division. (Approved by
Finance Committee May 8, 2006)
Attachments
ENGINEERING SERVICES
28. Motion to abandon Timms Lane. (Approved by Engineering
Services Committee May 8, 2006)
Attachments
29. Motion to approve a proposal from Cranston, Robertson &
Whitehurst, P.C. in the amount of $524,835 to provide an
engineering design for the 630 Water System 36-inch Water Main.
(Approved by Engineering Services Committee May 8, 2006)
Attachments
30. Motion to approve Deductive Change Order for the Olive Rd
Sewer Project, AUD #50224 in the amount of $29,824.97.
(Approved by Engineering Services Committee May 8, 2006)
Attachments
31. Motion to authorize condemnation of a portion of Property #140-
0-803-00-0 4612 Dunson Drive, which is owned by the Pinnacle
Properties, Inc. for 0.04 acre (1,551 sq. ft.) of permanent drainage,
utility and maintenance easement, more or less, and 0.05 acre
(2,351 square feet) of temporary construction easement, more or
less. Public Works Project: Pinnacle Place Subdivision Erosion &
Drainage Improvement Project. (Approved by Engineering
Services Committee May 8, 2006)
Attachments
32. Motion to grant 35 foot no build easement to John R. Harlan,
Charles Anderson and A.L. Adams across property located on 4-H
Club Road. (Approved by Engineering Services Committee May
8, 2006)
Attachments
33. Motion to authorize the Engineering Department to purchase four
automated water samplers via sole source procurement in
conjunction with a Federal 319(h) Grant awarded to Augusta
Richmond County to track bacterial sources, assess water quality,
and revise pollution abatement plans in the Rocky and Butler
Creek Watersheds. (Approved by Engineering Services Committee
Attachments
May 8, 2006)
34. Motion to approve list of County roads to resurface, using County
Forces, and funding from SPLOST III (County Forces
Resurfacing). (Approved by Engineering Services Committee May
8, 2006)
Attachments
35. Motion to approve the revise organization of Utilities Engineering
positions to provide a more efficient structure. (Approved by
Administrative and Engineering Services Committees)
Attachments
PETITIONS AND COMMUNICATIONS
36. Motion to approve the minutes of the regular meeting of the
Commission held May 2, 2006.
Attachments
APPOINTMENT(S)
37. Motion to approve the appointment of the following representing
District Nine: Mr. Edward Bullock, Canal Authority, Ms.Mildred
Irish, Augusta Port Authority, Ms. Margaret Whaley, ARC Library
and Mr. Michael Myers, Animal Services Board.
Attachments
38. Motion to approve the reappointment of Bill Lee to the Board of
Tax Assessors representing Senatorial District 23/District 10
Requested by Commissioner Don Grantham)
Attachments
39. Motion to approve the reappointment of Ms. B.J. Lester to the
Augusta-Richmond County Library Board of Trustees
representing District 3.
Attachments
****END CONSENT AGENDA****
AUGUSTA COMMISSION
5/16/2006
AUGUSTA COMMISSION
REGULAR AGENDA
5/16/2006
(Items 40-52)
PLANNING
40. Z-06-50 – A request for concurrence with the Augusta-Richmond
County Planning Commission to deny a petition by Regena Miles
requesting a change of zoning from Zone A (Agriculture) to Zone
B-2 (General Business) affecting property containing 5.82 acres
and is known as 5050 D Mike Padgett Highway. (Tax Map 338
Parcel 91 & 92) DISTRICT 8
Attachments
41. Z-06-49 – A request for concurrence with the Augusta-Richmond
County Planning Commission to approve with the following
conditions 1) that the use of the property be limited to one outdoor
advertising sign and those uses permitted in an Agriculture Zone
and 2) that an access road from Wade Road shall be locked and
gated with a minimum of clearing; a petition by Faye Pippin, on
behalf of Monica L. Haskell, requesting a change of zoning from
Zone R-1A (One-family Residential) to Zone B-2 (General
Business) affecting property located on the southeast corner of the
intersection of Wade Road and Milledgeville Road and containing
2.9 acres. (Tax Map 68 Part of Parcel 73) DISTRICT 5
Attachments
42. Z-06-47 – A request for concurrence with the Augusta-Richmond
County Planning Commission to approve a petition by Abdullah
El Khalifa requesting a change of zoning from Zone B-1
(Neighborhood Business) to Zone B-2 (General Business)
affecting property containing 1.36 acres and is known under the
present numbering system as 3025 Tobacco Road (Tax Map 128
Parcel 28) DISTRICT 4
Attachments
PUBLIC SERVICES
43. Motion to approve a request by Michelle R. Mobley for a
Therapeutic Massage license to be used in connection with
Michelle R. Mobley at Hand Over Stress located at 104 Warren
Rd. District 7. Super District 10. (No recommendation from Public
Services Committee May 8, 2006)
Attachments
ADMINISTRATIVE SERVICES
44. Motion to approve request to hire maintenance worker in the
Augusta Fire Department. (Deferred until next meeting of
Administrative Services and approved by Public Safety
Committees)
Attachments
PUBLIC SAFETY
45. Motion to approve the purchase of radar units for the Georgia
State Patrol funded from the Administrator budget. (No
recommendation from Public Safety Committee May 8, 2006)
Attachments
FINANCE
46. Consider a request from Stephen H. Steinberg regarding relief
from 2001 taxes for the property at 1367 Gordon Highway.
(Map/Parcel No. 073-0-039-01-0) (No Recommendation from
Finance Committee May 8, 2006
Attachments
PETITIONS AND COMMUNICATIONS
47. Motion to approve the renewal of the Lease Agreement for the
Department of Navy for the Naval & Marine Corps Reserve
Center for the term July l, 2006 through June 30, 2007.
Attachments
OTHER BUSINESS
48. Discussion of Augusta Downtown Development Authority.A.
Ethics Complaint and Business Practices. B. Roles, responsibilities
and meeting rules. C. DDA oversight. D. Project status - Houghton
School, Widows Home, Street Scapes, Rail Depot and Parking. E.
DDA Policies toward Commission appointees. (Requested by
Attachments
Upcoming Meetings
www.augustaga.gov
Commissioenr Andy Cheek)
49. Approve/authorize Facilities Maintenace to expend donated funds
for the James Brown Statue Base. (Requested by Mayor Pro Tem
Marion Williams)
Attachments
50. Discuss the zoing matter affecting property lcoated on Lumpkin
Rd and Highway 56 relative to the establishment of a Group
Home. (Requested by Mayor Pro Tem Marion Williams)
Attachments
51. Consider rescheduling the July 4, 2006 Commission meeting to
June 28, 2006, cancelling the June 26 committee meetings and
forwarding items directly to the Commission meeting. (Requested
by Commissioner Grantham)
Attachments
LEGAL MEETING
A. Pending and Potential Litigation.
B. Real Estate.
C. Personnel.
52. Motion to approve authorization for the mayor to execute affidavit
of compliance with Georgia's Open Meeting Act.
Commission Meeting Agenda
5/16/2006 2:00 PM
Invocation
Department:
Caption:Reverend Tyrone Myles, Pastor Augusta Deliverance
Evangelistic Church.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Employee of the Month Award
Department:
Caption:Mr. William Dickerson, Augusta Regional Airport.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Delta
Department:
Caption:Delta Sigma Theta Sorority, Inc. Ms. Alice Johnson, Social
Action Chairperson. RE: The organization's community
services offered to the citizens of Augusta.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Penny Johnson
Department:
Caption:Ms. Penny Johnson, Fine Arts Coordinator, RCBOE. RE:
The Commission's approval of the rezoning with a Special
Exception of 1694 Broad Street.
Background:On April 18, 2006 the Commission approve the rezoning
request from ZI (Light Industry) to Zone B-2 (General
Business) of Reverend Larry Hall and Reverened Roosevelt
Walden with a Special Exception to establish a temporary
housing re-entry program for ex-felons.
Analysis:N/A
Financial Impact:N/A
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
The Berry Children's Center
Department:
Caption:Mr. William C. Foster,Jr., The Berry Children's Center. RE
The Commission's April 18th approval of a rezoning request
for a Special Exception affecting property located at 1694
Broad Street.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:FINAL PLAT – GRANITE HILL, SECTION TWO – S 689
– A request for concurrence with the Augusta-Richmond
County Planning Commission to approve a petition by
Southern Partners Inc, on behalf of Homesites, LED, LLC,
requesting final plat approval for Granite Hill, Section 2.
This residential subdivision is located on Norwood Drive,
adjacent to Buckhead, Section 5-A and contains 43 lots.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:FINAL PLAT – PINEHURST, SECTION 6, PHASE 3 – S-
688-III - A request for concurrence with the Augusta-
Richmond County Planning Commission to APPROVE a
petition by Southern Partners Inc., on behalf of Nordahl &
Co., Inc., requesting final plat approval for Pinehurst, Section
6, Phase 3. This residential subdivision is located off Laurel
Oak Drive, adjacent to Windsor Lake Subdivision and
contains 4 lots.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:Z-06-41- A request for concurrence with the Augusta-
Richmond County Planning Commission to approve a
petition by Brenda Hendley requesting a Special Exception
to establish a Family Day Care Home per Section 26-1 (f) of
the Comprehensive Zoning Ordinance for Augusta-
Richmond County affecting property containing 1 acre and is
known under the present numbering system as 3645 Byrd
Road. (Tax Map 155 Parcel 69-03) DISTRICT 6
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:Z-06-42 – A request for concurrence with the Augusta-
Richmond County Planning Commission to approve a
petition by Caletha Taylor, on behalf of David Taylor,
requesting a Special Exception to establish a Family Personal
Care Home per Section 26-1 (H) of the Comprehensive
Zoning Ordinance for Augusta-Richmond affecting property
containing .57 acres and is known under the present
numbering system as 2884 Lumpkin Road. (Tax Map 83-2
Parcel 6) DISTRICT 5
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:Z-06-43 – A request for concurrence with the Augusta-
Richmond County Planning Commission to approve a
petition by Oscar McGee, on behalf of Willette P. Jeffcoat,
requesting a Special Exception to establish a church with day
care activities per Section 26-1 (A) of the Comprehensive
Zoning Ordinance for Augusta-Richmond County affecting
property containing 1.15 acres and is known under the
present numbering system as 2034 Boykin Road. (Tax Map
168 Parcel 17-04) DISTRICT 6
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:Z-06-44 - A request for concurrence with the Augusta-
Richmond County Planning Commission to approve a
petition by Joseph M. Norris requesting a change of zoning
from Zone B-1 (Neighborhood Business) to Zone B-2
(General Business) on affecting property containing .40 acres
and located at 2200 Martin Luther King Jr. Blvd. (Tax Map
72-1 Parcel 141) DISTRICT 2
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:Z-06-45 – A request for concurrence with the Augusta-
Richmond County Planning Commission to approve a
petition by Blanchard & Calhoun Commercial Corp., on
behalf of PCD LLC., The Kroger Co. & TOPVALCO,
requesting a change of zoning from Zone B1 (Neighborhood
Business) and Zone B-2 (General Business) to Zone B-2
affecting property known under the present numbering
system as 2801 Washington Road and consists of 7 land
parcels totaling 17.5 acres. (Tax Map 12 Parcels 67, 68, 69,
70, and 72 and Tax Map 13 Parcels 10 and 13) DISTRICT 7
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:Z-06-46 – A request for concurrence with the Augusta-
Richmond County Planning Commission to approve a
petition by James G. Swift & Associates, on behalf of
Augusta Metro Federal Credit Union, requesting a change of
zoning from Zone R-1 (One-family Residential), Zone R-1A
(One-family Residential) and Zone B-2 (General Business) to
Zone B-2 affecting property containing 5.43 acres and is
known under the present numbering system as 205 Davis
Road. (Tax Map 16 Parcel 24) DISTRICT 7
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission
Department:Planning Commission
Caption:Z-06-48 – A request for concurrence with the Augusta-
Richmond County Planning Commission to approve with the
following conditions 1) no access to Mack Lane; 2) a 6 foot
wooden shadowbox fence to be erected and maintained along
Mack Lane (including area rezoned in 2000); 3) a tree buffer
to be erected and maintained that complies with the Augusta-
Richmond Tree Ordinance (including area rezoned in 2000);
4) fence and buffer to be erected and inspected before a site
plan shall be reviewed; a petition by Roger Green, on behalf
of Snel Tro LLC, requesting a change of zoning from Zone
B-1 (Neighborhood Business) to Zone B-2 (General
Business) affecting property containing .77 acres and is part
of 2368 and 2370 Tobacco Road. (Part of Tax Map 154
Parcel 2-08 and Tax Map 154-2 Parcel 5) DISTRICT 6
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission Regular Agenda
Department:Planning Commission
Caption:Z-06-50 – A request for concurrence with the Augusta-
Richmond County Planning Commission to deny a petition
by Regena Miles requesting a change of zoning from Zone A
(Agriculture) to Zone B-2 (General Business) affecting
property containing 5.82 acres and is known as 5050 D Mike
Padgett Highway. (Tax Map 338 Parcel 91 & 92) DISTRICT
8
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission Regular Agenda
Department:Planning Commission
Caption:Z-06-49 – A request for concurrence with the Augusta-
Richmond County Planning Commission to approve with the
following conditions 1) that the use of the property be limited
to one outdoor advertising sign and those uses permitted in
an Agriculture Zone and 2) that an access road from Wade
Road shall be locked and gated with a minimum of clearing;
a petition by Faye Pippin, on behalf of Monica L. Haskell,
requesting a change of zoning from Zone R-1A (One-family
Residential) to Zone B-2 (General Business) affecting
property located on the southeast corner of the intersection of
Wade Road and Milledgeville Road and containing 2.9 acres.
(Tax Map 68 Part of Parcel 73) DISTRICT 5
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Planning Commission Regular Agenda
Department:Planning Commission
Caption:Z-06-47 – A request for concurrence with the Augusta-
Richmond County Planning Commission to approve a
petition by Abdullah El Khalifa requesting a change of
zoning from Zone B-1 (Neighborhood Business) to Zone B-2
(General Business) affecting property containing 1.36 acres
and is known under the present numbering system as 3025
Tobacco Road (Tax Map 128 Parcel 28) DISTRICT 4
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Alcohol License Application
Department:License & Inspections
Caption:Motion to approve a request by William E. Jenkins for an on-
premise consumption Liquor, Beer & Wine license to be
used in connection with Southside Restaurant & Lounge
located at 2083 Old Savannah Rd. There will be Dance.
District 2. Super District 9. (Approved by Public Services
Committee May 8, 2006)
Background:This location has always had a Beer License. The new owner
would like to add Distilled Spirits & Wine. Formerly in the
name of Frances Mingledolph.
Analysis:The applicant has met all the requirements of the Augusta-
Richmonf County Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $3950.00
Alternatives:
Recommendation:License & Inspection recommends approval. The RCSD
recommends approval.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Alcohol License Application
Department:License & Inspections
Caption:Motion to approve a request by Brenda B. Gibson for an on
premise consumption Liquor, Beer & Wine license to be
used in connection with The Public House located 399
Highland Ave. District 7. Super District 10. (Approved by
Public Services Committee May 8, 2006)
Background:This is the old Summer Grill Restaurant location in Surrey
Center . Formerly in the name of Lawrence Sheffield..
Analysis:The applicant has met all the requirements of the Augusta
Richmond County Alcohol Ordinance.
Financial Impact:The applicant will pay fee of $3850.00
Alternatives:
Recommendation:License & Inspections recommends approval. The RCSD
recommends approval.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Augusta Southern Nationals
Department:Clerk of Commission
Caption:Motion to waive the rental fees of the Boathouse for July 21-
23, 2006 in the amount of $2,000 and the Augusta Commons
in the amount of $500 for July 21, 2006 for the Augusta
Southern Nationals Drag Boat Race. (Approved by Public
Services Committee May 8, 2006)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Massage Application
Department:License & Inspections
Caption:Motion to approve a request by Michelle R. Mobley for a
Therapeutic Massage license to be used in connection with
Michelle R. Mobley at Hand Over Stress located at 104
Warren Rd. District 7. Super District 10. (No
recommendation from Public Services Committee May 8,
2006)
Background:Hand Over Stress is an established Massage Operators
location.
Analysis:The applicant meets the requirements of the Augusta
Richmond County Ordinance regulating Massage Therapy.
Financial Impact:The applicant will pay a fee of $175.00
Alternatives:
Recommendation:License & Inspections recommends approval. The RCSD
recommends approval.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
2005 – 2006 Competitive HOME Awards
Department:Housing & Economic Development Department
Caption:Motion to approve award of HOME funds to recommended
organizations and defer award of allocated funds to Joint
Venture/Dover Street until next meeting. (Approved by
Administrative Services Committee May 8, 2006)
Background:The competitive portion of the HOME Program was
redesigned to increase the funding for organizations within
their working area. It will ensure impartiality for all
applicants. In order to expend HOME approved funds,
AHEDD formed a review team to assist with funding
allocations. The review team reviewed all applications and
made the attached recommendations for funding.
Analysis:Approval of the Home Awards will allow the organizations
to continue to provide housing opportunities to low to
moderate income homebuyers
Financial Impact:Funds will be award through the 2005 & 2006 HOME
funding allocations. Funds allocated for the Competitive
awards is 2005 - $ 314,007.00 & 2006 –$ 555,837.00. Total
allocation is $ 869,844.00.
Alternatives:n/a
Recommendation:Approve Recommendations.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
20
0
5
–
2
0
0
6
CO
M
P
E
T
I
T
V
E
A
P
P
L
I
C
A
T
I
O
N
E
V
A
L
U
A
T
I
O
N
AV
A
I
L
A
B
L
E
F
U
N
D
I
N
G
:
$
8
6
9
,
8
4
4
.
0
0
Ea
s
t
A
u
g
u
s
t
a
Be
t
h
e
l
A
M
E
Ch
u
r
c
h
An
t
i
o
c
h
Mi
n
i
s
t
r
i
e
s
,
I
n
c
.
So
u
t
h
A
u
g
u
s
t
a
Co
m
m
u
n
i
t
y
Pr
o
m
i
s
e
L
a
n
d
Co
m
m
u
n
i
t
y
Jo
i
n
t
V
e
n
t
u
r
e
Pr
o
m
i
s
e
L
a
n
d
&
Cu
s
t
o
m
Co
n
t
r
a
c
t
o
r
s
Pr
o
j
e
c
t
N
a
r
r
a
t
i
v
e
Ma
r
i
o
n
H
o
m
e
s
Ac
q
u
i
s
i
t
i
o
n
,
De
m
o
l
i
t
i
o
n
&
N
e
w
Co
n
s
t
r
u
c
t
i
o
n
De
m
o
l
i
t
i
o
n
o
f
O
l
d
Be
t
h
e
l
C
h
u
r
c
h
o
n
9th
S
t
r
e
e
t
Ho
l
l
e
y
-
D
e
n
t
Bo
u
l
e
v
a
r
d
Co
r
r
i
d
o
r
Ki
n
g
d
o
m
G
a
t
e
s
Ph
a
s
e
I
Ac
q
u
i
s
i
t
i
o
n
&
Re
h
a
b
i
l
i
t
a
t
i
o
n
Ac
q
u
i
s
i
t
i
o
n
&
N
e
w
Co
n
s
t
r
u
c
t
i
o
n
Ne
w
C
o
n
s
t
r
u
c
t
i
o
n
Pr
o
p
o
s
e
d
Lo
c
a
t
i
o
n
Ea
s
t
Au
g
u
s
t
a
/
M
a
r
i
o
n
Ho
m
e
s
Ol
d
B
e
t
h
e
l
C
h
u
r
c
h
on
J
a
m
e
s
B
r
o
w
n
Bl
v
d
La
n
e
y
W
a
l
k
e
r
Ar
e
a
–
H
o
l
l
e
y
-
De
n
t
Ba
r
t
o
n
C
h
a
p
e
l
Ar
e
a
–
S
o
u
t
h
Au
g
u
s
t
a
So
u
t
h
A
u
g
u
s
t
a
D
o
v
e
r
S
t
r
e
e
t
–
So
u
t
h
A
u
g
u
s
t
a
Go
r
d
o
n
W
o
o
d
s
–
So
u
t
h
A
u
g
u
s
t
a
Pr
o
j
e
c
t
S
u
m
m
a
r
y
Ac
q
u
i
r
e
&
d
e
m
o
15
l
o
t
s
f
o
r
f
u
t
u
r
e
ho
m
e
s
To
d
e
m
o
o
l
d
ch
u
r
c
h
Co
n
s
t
r
u
c
t
f
i
v
e
n
e
w
si
n
g
l
e
f
a
m
i
l
y
ho
m
e
s
Co
n
s
t
r
u
c
t
i
o
n
o
f
s
i
x
un
i
t
m
u
l
t
i
f
a
m
i
l
y
de
v
e
l
o
p
m
e
n
t
Ac
q
u
i
r
e
&
re
h
a
b
i
l
i
t
a
t
e
s
e
v
e
n
ho
m
e
s
Ac
q
u
i
r
e
a
n
d
co
n
s
t
r
u
c
t
n
e
w
si
n
g
l
e
f
a
m
i
l
y
ho
m
e
s
Co
n
s
t
r
u
c
t
n
i
n
e
3
-
4
be
d
r
o
o
m
s
i
n
g
l
e
fa
m
i
l
y
h
o
m
e
s
Pr
o
j
e
c
t
C
o
s
t
$
1
,
4
7
5
,
0
0
0
.
0
0
$
8
0
,
0
0
0
.
0
0
$
6
1
9
,
3
0
1
.
0
0
$
6
9
8
,
0
0
0
.
0
0
$
6
3
7
,
5
0
4
.
0
0
1
,
5
6
7
,
5
0
0
.
0
0
$
9
3
3
,
5
0
0
.
0
0
Ov
e
r
a
l
l
R
a
t
i
n
g
93
3
0
9
3
4
5
8
6
9
4
Re
c
o
m
m
e
n
d
a
t
i
o
n
$
2
0
0
,
0
0
0
.
0
0
N
o
F
u
n
d
i
n
g
–
N
o
in
f
o
r
m
a
t
i
o
n
re
g
a
r
d
i
n
g
f
u
t
u
r
e
pl
a
n
s
o
f
s
i
t
e
.
Co
m
m
i
t
t
e
e
a
l
s
o
di
s
c
u
s
s
e
d
h
i
s
t
o
r
i
c
va
l
u
e
o
f
s
i
t
e
.
$
2
0
0
,
0
0
0
.
0
0
N
o
F
u
n
d
i
n
g
–
Pr
o
j
e
c
t
w
a
s
n
o
t
cl
e
a
r
.
F
i
n
a
n
c
i
n
g
i
s
qu
e
s
t
i
o
n
a
b
l
e
.
L
a
c
k
of
e
x
p
e
r
i
e
n
c
e
a
n
d
no
t
r
a
c
k
r
e
c
o
r
d
.
$
2
0
0
,
0
0
0
.
0
0
$
2
0
0
,
0
0
0
.
0
0
N
o
F
u
n
d
i
n
g
–
Co
m
m
i
t
t
e
e
f
e
l
t
t
h
a
t
th
e
a
g
r
e
e
m
e
n
t
be
t
w
e
e
n
t
h
e
CH
D
O
a
n
d
f
o
r
pr
o
f
i
t
w
a
s
n
o
t
cl
e
a
r
.
Commission Meeting Agenda
5/16/2006 2:00 PM
2006 HOME CHDO Operating Funds
Department:Housing & Economic Development Department
Caption:Motion to approve award funds to CHDOs to be used for the
cost of operations. (Approved by Administrative Services
Committee May 8, 2006)
Background:Up to 5% of a participating jurisdiction annual allocation
may be used to provide general operating assistance to
CHDOs that are receiving set-aside funds for activities.
Eligible uses that are reasonaoble and necessary costs for the
operation of the CHDO, includes salaries, wages, benefits
and other employee compensation; employee education,
training and travel; rent and utilities; communication costs;
taxes and insurances; and equipment, materials and supplies.
Analysis:Approval of the Home Operating Funds to assist CHDOs
with general operating expenses.
Financial Impact:Funds will be award through the 2006 HOME funding
allocations. Funds allocated for CHDO Operating is $
63,987.00. Each CHDO will receive $10,664.
Alternatives:N/A
Recommendation:Approve Recommendations.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
2006 CHDO
OPERATING FUNDS
$ 63,987.00
CHDO STANDING AMOUNT
30901 Development Corporation Certified on
4-16-06
$ 10,664.50
Antioch Ministries, Inc. Certified on
4-16-06
$ 10,664.50
East Augusta CDC Certified on
4-16-06
$ 10,664.50
Laney Walker DC Conditional Certified on
4-30-06
$ 10,664.50 w/
Conditions
Promise Land CDC Certified on
4-16-06
$ 10,664.50
Sand Hills Urban Certified on
4-16-06
$ 10,664.50
CHDO Operating : PJ will provide operating funds to CHDOs to assist in the
administration of their organization. Up to five percent of their annual HOME allocation
may be used to provide general operating assistance to CHDOs.
Commission Meeting Agenda
5/16/2006 2:00 PM
Augusta Golf Course Recommendation
Department:Clerk of Commission
Caption:Motion to approve the recommendation from the Recreation
Dept. Study Sub-Committee to engage an outside
independent aditor to review the activities at the Augsuta
Golf Course with an appropriate scope of work to be
established. (Approved by Administrative Services
Committee May 8, 2006)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Commercial Revitalization Façade Grant Program Application
Department:Housing & Economic Development Department
Caption:Motion to approve the Façade Rehabilitation Grant
Application for 3044 Deans Bridge Road (Villa Europa
Restaurant). (Approved by Administrative Servies
Committee May 8, 2006)
Background:The Façade Rehabilitation Grant Program is designed to
improve the appearance of commercial structures located
primarily in the City of Augusta’s Central Business District
(CBD) and other commercial neighborhoods that are severely
blighted and in disrepair. The purpose of the program is to
stimulate private investment in these structures, and make
these commercial neighborhoods more attractive to business.
Analysis:The structure located at 3044 Deans Bridge Road meets the
preliminary requirements of the Façade Rehabilitation Grant
Program and would support the ongoing work to improve
business corridors in Augusta, GA. The applicant will create
one full-time job for a low-to-moderate income person.
Financial Impact:Approval of the application would result in the expenditure
of up to $30,000 in CDBG funds. It also will create one full-
time job for a low-to moderate-income person.
Alternatives:None recommended
Recommendation:Approve up to $30,000 for the Commercial Revitalization
Façade Grant Application to stimulate private investment
into commercial structures in South Augusta making the area
more attractive for business activity. The Citizen’s Advisory
Committee recommended approval of the application at their
April 27, 2006 meeting.
Funds are
Available in the
Following
Accounts:
2004 Year Facade Rehabilitation Program Account
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
~
G
OWNER'SNAME/CORPORATION: C. - Q.rJ.-ic',&i.
Present Use of Property: 'i!e.-s./-zq£tu4 Future Use of Property: '541H'! I hereby request
that the above referenced structure be considered for participation in the Commercial Revitalization F ayade Grant
and/or Loan Program, which is fmanced with Community Development Block Grant funds and administered by the
Housing and Economic Development Department of Augusta, Georgia.
Tier #2. FACADE REHABILITATION GRANT
I understand that the facade of the building will be rehabilitated directly by Augusta, Georgia in an amount not to exceed
$30,000 per structure. I further understand that if the above building is selected fortOis program, I must then grant a
facade easement, security deed, and promissory note in the amount of the grant to Augusta, Georgia.
I understand that the issue of building codes must be addressed in two ways. First, any work done to the
facade of the building will have to meet all applicable codes. Second, major systems such as structural, electrical, and
plumbingfor the area to be occupied will have to be improved to a condition that is safe, sanitary, and hazard free, that
poses no danger to the public. This may not require the area to be occupied to meet all current applicable codes, but it
will have to meet the approval of the Chief Building Inspector based on the criteria set forth above. Any portion of the
building that is not to be occupied is not subject to consideration as part of the facade grant project.
I hereby agree that in the event I do not commence the specified work within ninety (90) days after approval of
the architect's design, plans and specifications by the State of Georgia, Department of Natural Resources, OR I do not
complete the specified work in a satisfactory manner within the agreed upon time limit, I agree to reimburse, indemnify
and hold harmless Augusta, Georgia for and from all funds expended, and for all fees, and expenses incurred by reason
of this application, including all attorneys fees necessary in the enforcement and collection of this agreement.
Commission Meeting Agenda
5/16/2006 2:00 PM
Local Preferences Ordinance
Department:Clerk of Commission
Caption:Motion to approve an Ordinance providing preferences to
local businesses doing business with their local government
within a 5% margin not to exceed $10,000. (Approved by
Commission in meeting April 18, 2006 and approved by
Administrative Services Committee May 8, 2006)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Maintenance Personnel
Department:Fire Department, Howard Willis, Chief
Caption:Motion to approve request to hire maintenance worker in the
Augusta Fire Department. (Deferred until next meeting of
Administrative Services and approved by Public Safety
Committees)
Background:The Augusta Fire Department has expanded its mission into
numerous areas of service in the past several years. With this
expansion, the demand on our personnel has limited their
ability to perform maintenance work at our facilities such as
grass cutting and minor repair work. We have identified a
funding source to allow us to employ a full time maintenance
employee to perform these maintenance functions.
Analysis:If allowed to hire this employee, this will greatly alleviate the
demands on current personnel to perform menial tasks such
as grass cutting,painting of facilities and hydrants and minor
station repairs and concentrate and utilize their time on
service delivery to our citizens. This new employee will be
trained by the Department of Corrections to supervise inmate
work crews that will be utilized to perform these
maintenance tasks. This employee will also be responsible
for the repair and upkeep of all maintenance equipment and
coordinating the maintenace schedule for all Fire Department
facilities.
Financial Impact:This position will be funded by the funds we receive from the
Utiliies Department for the testing and maintenace of their
fire hydrants. (See Attachment) This is an annual
requirement for this testing and the reimbursement will also
be annually, based on man hours and fuel and apparatus
maintenance cost. This funding is more than adequate to
cover salary and benefits for this new employee.
Alternatives:None at this time.
Recommendation:Approve the hiring of the Fire Department maintenace
employee.
Funds are
Available in the
Following
Accounts:
To be designated by Finance
REVIEWED AND APPROVED BY:
Clerk of Commission
REC/5
Augusta-Richmond County
Job Description
Approved Title: Maintenance Worker I Job Code:
Title: Maintenance Repair Worker Overtime: Non-exempt
Department: Fire Date Prepared: May 1, 2006
Reports to: Support Services Chief Job Grade: 38
GENERAL SUMMARY: Maintains Fire Department grounds, facilities and performs repairs within the guidelines of
supervisory instructions, County and departmental policies and procedures, and standard work practices. Supervises inmates and
provides security for work details within the guidelines of Department of Corrections, state and federal laws, local ordinances, and supervisory
instructions. Reports to the Support Services Chief or other designated person and works with co-workers to ensure Fire
Department grounds and facilities are maintained.
PRINCIPAL DUTIES AND RESPONSIBILITIES
1. Maintains all Fire Department facilities
2. Inspects grounds for needed maintenance and repair.
3. Cuts grass and maintains grounds.
4. Performs minor maintenance repairs.
5. Operates equipment
6. Supervises assigned inmate work crews in accordance to Department of Corrections guidelines.
REQUIREMENTS
Education: High School diploma, trade school, or equivalent level of education.
Experience: 5+ years in similar position or sufficient experience to perform principal duties and responsibilities, usually
associated with completion of apprenticeship/internship.
Knowledge/Skills/Abilities:
• Considerable knowledge of grounds maintenance practices and principles.
• Familiarity with County and departmental policies and procedures.
• Proficiency in basic grounds and facility maintenance.
• Proficient in the operation and maintenance of general outside maintenance equipment, lawn mowers and powered hand
tools.
• Good communication skills, both oral and written.
• Demonstrated ability to work independently.
Other:
• May supervise and/or train designated Department of Corrections work crews.
• Travel required from office to other locations on a regular basis.
• Possess or have ability to obtain a valid state operator/driver’s license for the type vehicle or equipment operated.
PHYSICAL DEMANDS
Intermittent sitting, standing, stooping, crouching, walking, lifting of light and heavy objects, and using tools requiring high
degree of manual dexterity. Work is performed outside with exposure to inclement weather, dust, dirt, noise, machinery with
moving parts, and irritating chemicals requiring use of protective devices.
DISCLAIMER
The preceding job description has been designed to indicate the general nature and level of work performed by employees within
this classification. It is not designed to contain or be interpreted as a comprehensive inventory of all duties, responsibilities, and
qualifications required of employees to this job.
REVIEW/APPROVALS
______________________________________________________ ______________________
Human Resources Date
______________________________________________________ ______________________
Line or Staff Management Date
REC/5
Job Grade 38:
Entry Level:
Salary: $19,924.00
Benefits: $ 5,977.00
$25,901.00
MidPoint:
Salary: $28,463.00
Benefits: $ 7,969.00
$36,432.00
Maximum:
Salary: $34,156.00
Benefits: $ 10,246.00
$44,402.00
Suggested:
Salary: $22,000.00
Benefits: $ 6,620.00
$28,600.00
Funding available from hydrant maintenance = $31,130.67
Commission Meeting Agenda
5/16/2006 2:00 PM
McDuffie Woods
Department:Housing & Economic Development Department
Caption:Motion to approve the reprogramming of $39,220 from the
Augusta Mini Theatre project and award to the McDuffie
Woods Project. (Approved by Administrative Services
Committee May 8, 2006)
Background:During Year 2002, the McDuffie Woods Park Project was
approved for $200,000 in Community Development Block
Grant (CDBG) funds. A total of $160,750.40 has been
expended thus far with a balance of $39,249.60 remaining.
Improvements made to date include a 3,800 sq. ft. addition to
the community center that included restrooms, multi-purpose
rooms, weight room, office space, storage space, and new
HVAC system. A kitchen is needed and the Recreational
Department would like to retrofit an existing 320 sq. ft. room
into a kitchen and carry out other improvements. We are
requesting that the balance of the Augusta Mini Theatre
unused funds ($39,220) be reprogrammed to McDuffie
Woods Project. If this request is approved, a total of $78,469
will be available to do the improvements outlined below:
McDuffie Woods CDBG Existing Balance of Funds -
$39,249.60 Reprogram from Augusta Mini Theatre -
$39,220.00 Total Funds Available if approved $78,469.60
Proposed Use of CDBG Funds Walking Track A/E $ 1,000
Walking Track Construction $ 25,000 New Playground $
30,000 Kitchen A/E $ 2,000 Kitchen Construction (using
Transition Center appliances) $ 20,469 TOTAL $ 78,469 We
are requesting that
Analysis:Approval of the reprogramming will allow the project to
proceed
Financial Impact:Approval of this request will help the City with it’s spend
down of existing CDBG funds.
Alternatives:None recommended
Recommendation:Approve the reprogramming of $39,220 from the Augusta
Mini Theatre Project and award it to the McDuffie Woods
Center Project.
Funds are
Available in the
Following
Accounts:
Augusta Mini Theatre - CDBG Project #03031 - $39,220
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Petition for Retirement of Mr. Herbert Pritchard
Department:Human Resources
Caption:Motion to approve retirement of Mr. Herbert Pritchard under
the 1977 Pension Plan. (Approved by Administrative
Services Committee May 8, 2006)
Background:Normal retirement under the 1977 Pension Plan is the first
day of the month following his/her 65th birthday or attaining
62 yrs. of age and completing 25 years of credited service.
The monthly benefit is 1% of the participants average
earnings multiplied by his/ her years of credited service.
Analysis:Herbert Pritchard (age 65) is currently an Accounting
Technician II with the Utilities Department. Mr. Pritchard
was hired on July 27, 1992; he joined the 1977 Pension Plan
on July 27, 1992. Mr. Pritchard meets the requirements for a
normal retirement under the 1977 Plan. His proposed
retirement date is June 2, 2006. The normal retirement
benefit payable to Mr. Pritchard is $323.00 per month (50%
Joint Survivor).
Financial Impact:Funds are available in the 1977 Pension Plan. Employee has
contributed 4% of his salary towards his retirement since July
27, 1992.
Alternatives:Do not approve the retirement of Mr. Herbert Pritchard under
the 1977 Pension Plan.
Recommendation:Approve the retirement of Mr. Herbert Pritchard under the
1977 Pension Plan.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Awarding of Bid Item #06-119
Department:Fire Department, Howard Willis, Chief
Caption:Motion to approve award of Bid Item #06-119 to Hebbard
Electric, Inc. as low bid for the purchase of emergency
generators for the fire stations. (Approved by Public Safety
Committee May 8, 2006)
Background:The Augusta Fire Department and Procurement Department
have completed the bid process for obtaining quotes for the
purchase of emergency generators for our fire stations in
accordabce with City policy. This need was brought about
for compliance with mandated I.S.O and NFPA requirements
for emergency back-up power supply for these facilities.
Analysis:Hebbard Electric Inc. was low bid with a quote of
$104,919.00. They met all bid specifications as stated in the
bid package. Alrich Electric Contracting quote was
$198,400.00. Tom Jackson and Associates quote was
$506,669.00
Financial Impact:Bid quote is within the budgetary parameters for this project
Alternatives:None recommended at this time.
Recommendation:Award Bid Item #06-119 to as low bid
Funds are
Available in the
Following
Accounts:
324-03-4510-5421150 204324001-5421150
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
May 2, 2006
To: Geri Sams, Director of Procurement
Re: Awarding of Bid Item #06-119
Dear Geri,
After review of the bid quotes from all vendors bidding on Bid Item 06-119 for providing
and installation of emergency generators for Augusta Fire Department fire stations,
Hebbard Electric Inc. was low bid with a quote of $104,919.00. They met all bid
specifications as stated in the bid package. Therefore, it is our recommendation that
Hebbard Electric Inc. be awarded this bid as low bidder.
Respectfully,
Michael Rogers, Deputy Chief
CC: Chief Howard Willis
Phyllis Mills
Commission Meeting Agenda
5/16/2006 2:00 PM
Pre-Fabricated Rifle Grade Shoot House
Department:Richmond County Sheriff's Office, Ronald Strength/Sheriff
Caption:Motion to approve the purchase of a Pre-Fabricated Rifle
Grade Shoot House from Action Target of Provo UT for
$172,500.00. (Lowest bid offer on bid #06-121) (Approved
by Public Safety Committee May 8, 2006)
Background:Deputies with the Richmond County Sheriff's Office conduct
live fire training in the "tirehouse" located at the training
facilty on Greeland Road near Blythe. Construction of this
"tirehouse" began in 1992 and was completed in 1993. The
"tirehouse" as the name implies is nothing more that a house
with five rooms that was bulit from old donated tires. The
tires are arranged in vertical stacks and packed with dirt to
capture bullets. Some of the stacks of tires are falling down
and gaps are occuring with some stacks due to settling.
Currently only three rooms of the "tirehouse" are safe to use
for training. This limited numbers of rooms prohibits the
types of scenario based training conducted in the "tirehouse".
The existing "tirehouse" needs replacing to continue this type
of training.
Analysis:The Sheriff's Office conducted research within the law
enforcement training community to find the options
availablde for "live fire" training. The Sheriff's Office
selected to pursue the purchase of a pre-fabricated
shoothouse. The shoothouse is constructed of Brenell
hardened steel plates that are joined together to make a
barrier to stop bullet impact. The interior of the house is
made of the same steel plates, but is modular in design,
which allows for changing of room configurations. The
Sheriff's Office submitted a request for bids through the
Procurement Department, (see attached bid tabulation sheet
#06-121). After reveiwing the bids Action Target of Provo
UT submitted the lowest bid and met all the requirements set
forth by the Sheriff's Office.
Financial Impact:Funds to purchase the Pre-Fabricated Rifle Grade Shoot
House will come from the agencies Asset Forfeiture
Account, causing no impact to the Richmond County
Sheriff's Office budget.
Alternatives:None
Recommendation:Approve the purchase of a Pre-Fabricated Rifle Grade Shoot
House for $172,500.00 from Action Target of Prove UT.
(lowest bid #06-121) Note: The price from Action Target on
the bid tabulation sheet does not include the price of the
optional catwalk ($16,000.00). The Sheriff''s Office has
chosen to purchase this option from Action Target.
Funds are
Available in the
Following
Accounts:
Fund 212
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
VENDORS Addendum # 1 BID QUOTE
Porta Target, P. O. Box
418, Grant, FLA 32949 X 178,100.00
*Action Target, P. O. Box
636, Provo UT 84603 X 156,500.00
Reed Construction Data, 30
Technology Parkway, Suite
500, Norcross, GA 30092
Continental Construction,
4190 Crosstowne Ct.,
Evans, GA 30809 X 210,082.00
Contract Management, Inc.,
1827 Killingsworth Rd.,
Augusta, GA 30904
*Candler-Duncan
Construction, 322 Old
Evans Rd., Martinez, GA
30907 X 198,958.00
DeRalco, Inc., P O Box
3327, Augusta, GA 30914
* EXCEPTIONS NOTED
Bid Item #06-121
Pre-Fabricated Rifle Grade Shoot House
Sheriff's Office
Bid Due: Thursday, March 30, 2006 @ 3:00 p.m.
1
Proposal for prefabricated shoot house
Introduction:
Provide a rifle grade shoot house that is 44 feet long by 36 feet wide. The shoot
house will have a total of six rooms based on the designed floor plan (attachment A)
submitted by the buyer. The shoot house will have an open ventilation roof system above
it and a full length observation walkway down the center for instructor observation
Required submittals
Pre-bid
The following must be submitted in sufficient detail to show full compliance with the
specifications:
• Submit detailed scaled drawings depicting the construction configuration and
general layout of the floor plan and related structural items.
• Submit general specification information for overall “turn-key” product to include
but not limited to shoot house panel construction, prefab truss construction,
material panel roofing, etc.
• Must provide a single 3/8” thick 6” X 6” sample of rifle grade armor for testing.
Post-bid
Upon award of the contract the seller will provide the following to the buyer:
• Submit three (3) copies of detailed engineered drawings showing layout, profiles
and product components, including anchorage and accessories.
• Submit product data, including manufacture’s product sheets for specified
products and samples.
• Submit product certificates signed by manufacture certifying materials comply
with specify performance characteristics and criteria and physical requirements.
• Submit operation and maintenance data manual which will include methods for
maintaining installed product and precaution against cleaning materials and
method detrimental to finishes and performance.
2
Quality Assurance
Manufacturer Qualifications:
• Company specializing in manufacturing and installing the specified products
for a minimum of 10 years.
• Company specializing in manufacturing the specified products with ten or
more representative installations. Company will provide the locations of
installations and contact information for installations.
• Company’s work performance history is one of on-time contract completion,
and is void of any performance penalties or liquidated damages.
• Company will provide a turnkey installation.
Manufacturer’s Field Representative Qualifications:
The manufacture must be experienced in the installation of the specified products
for a minimum of 10 years.
Installer Qualifications:
Installers shall be factory trained and licensed personal who have demonstrated
experience in assembly and installation of products specified in this section.
Specifications:
1. Armor panels:
• The shoot house will consist of a series of hardened steel armor panels
connected at the edges to form a continuous wall.
• The steel panels will all be 48” wide by 96” tall and will connect one to
another in a modular fashion so they may be taken apart again, rearranged
or moved.
• The panels will be a single sheet of rifle grade containment panels at least
3/8 inch thick with a certified Brinell rating of a least 510 or greater and
will contain high power rifle round such as .223 and .308 calibers etc.,
without deformation at perpendicular angles.
• All steel shall come with certifications from the steel manufacturer and all
heat numbers shall match.
3
• Exterior and interior ballistic panels will adhere to the same ballistics
specifications.
• Each exterior panel shall be anchored to the concrete with at least one (1)
½” X 4” expansion anchor or more.
• All steel surfaces, even those not exposed, shall be covered with industrial
grade paint.
2. Interior facade:
• The shoot house will include a wooden panel facade on all surfaces
subject to bullet impact. The façade should effectively capture bullet
splatter.
• The wooden façade panels will be made of an exterior grade of
plywood that is ¾” thick.
• The façade will be spaced away from the steel panels by an air gap that
is no less than 1.75” from the steel to effective capture bullet splatter.
• The façade will consist of 2” X 4” strips completely covering all joint
surfaces, and all edges of all steel plates (tops, bottoms, sides, etc).
• The façade panels will be securely fastened to the 2’ X 4” strips to
prevent warping.
• All interior wood surfaces that are not pressure treated will be painted.
• The top edge of all walls, exterior and interior, will have a weather cap
to prevent moisture from entering into the wall assembly.
• All lumber used in the façade is of standard manufactured size which
can be purchased at any lumberyard.
• Rounds fired into the facade walls will not deflect splatter back
towards the shooter.
3. Doors/Entryways:
• The shoot house will have two points of entry/exit to the shoot house, one
from the front and one from the rear. (See attachment A)
• The front point of entry will consist of a breach door and a ballistic cover
panel that can be closed upon entry.
4
• The ballistic door cover will be 3/8” steel plate with a certified Brinell
rating of at least 510 or greater and will contain high power rifle rounds
(.223, .308, etc.) when closed.
• Ballistic door covers will be hinged so the can be opened or closed. When
closed the ballistic door covers will have the same ballistic integrity as a
ballistic wall panel.
• The breach door will be constructed to offer a level of resistance when
breaching by forcible means when using breaching tools ram, hooligan
tool, kicking, or shotgun breaching.
• The breach door will be constructed of steel with no component being less
than ¼ “thick.
• The rear entry doorway will consist of a standard construction grade pre-
hung steel or wooden door with a ballistic cover on the exterior attached to
the rear wall. The ballistic cover will meet the same specifications as the
ballistic cover covering the front entry way.
• The ballistic covers, front and rear, will have a secured hasp and key lock
to prevent after hours access from unauthorized persons.
• Doorway module panels shall provide for the connection of a standard
construction grade pre-hung door without need for special fabrication,
punching, welding, etc. The doorways can be purchased at any
lumberyard.
• Doorway module panels shall be removable and interchangeable with
doorway module panels to allow for relocation of doorways.
• Doors installed in this manner shall totally function as a door or doorway
might be found in a standard building, commercial or residential.
4. Construction:
• The shoot house will be totally modular and prefabricated such that
assembly can readily be accomplished in the field with standard hand
tools.
• Joining of the rectangular 48” X 96” ballistic panels shall be by a joint
system that provides structural integrity, without the possibility of joint
separation and maintains the ballistic integrity of the armor panels.
• All joints shall be constructed so there is no potential for small cracks
where bullets or bullet fragmentation might escape.
5
• A variety of joint modules will be available to form joints in a straight
line, around a corner, in a “T” shape or terminate at a wall end.
• All joints will be capable of containing high power rifle rounds such as
.223 and .308 calibers etc.
• The shoot house will provide a network of overhead cross supports to hold
all wall modules in place and prevent side to side motion.
• Each exterior panel shall be anchored to the concrete with at least one (1)
expansion anchor or more.
5. Roof structure:
• The shoot house will have a roof structure of a pole barn type or similar
structure above the shoot house area.
• The structure will be of a type that will provide full ventilation of the
shoot house.
• The structure will be made of metal and/or wood.
• The roof will be of a truss style system or similar that will provide for the
drainage of water during inclement weather.
• If a truss style system is used is will meet all local building
standards/codes for trusses.
• The roof covering will be 24 gauge galvalume metal roof, securely
fastened.
6. Observation walkway (Optional to buy)
• An overhead walkway module with stairs and railings shall be attached to
the standard module joint sections.
• The walkway shall have a floor level above the top of the wall modules to
allow an observer to see down into the rooms in the shoot house.
• The walkway shall be 32 feet long and 8 feet wide.
• Access to the walkway shall be outside the shoot house via stairs with
railings.
• The walkway will be constructed of either pressure treated wood, metal, or
a combination of both.
6
• The walkway surface shall be made of 1/8” X 1” bar grating.
• The entire walkway shall meet OSHA standards.
Warranty:
Company will provide a lifetime warranty for constructed or manufactured
products of the manufacturer. This will not include the consumable lumber which
will be shot up during the course of training and will require periodic
replacement.
Implementation:
Site examination
Site conditions shall be verified as acceptable for product installation in
accordance with manufacturer’s instruction.
Installation/Cleanup
Install building structures true to line, level, plumb, rigid, secure and
anchored. Level base plates to true plane with full bearing to support
structure, set in place as recommended by manufacturer.
Provide qualified personnel who have been certified to be present during
the complete installation of the modular building.
Remove any temporary coverings and protection of adjacent work areas.
Repair or replace damage installed products. Clean all installed products
in accordance with manufacture’s instructions prior to owner’s
acceptance. Remove construction debris from project site and legally
dispose of debris.
Commission Meeting Agenda
5/16/2006 2:00 PM
Presentation, Sound, and Voting System
Department:Information Technology, Gary Hewett-Assistant Director
Caption:Motion to approve the purchase of a new Presentation, Sound
and Voting System. (Approved by Public Safety Committee
May 8, 2006)
Background:The Presentation, Sound, and Voting Systems currently
installed in Commission Chambers are antiquated and can
not be upgraded. The Voting System was installed in 1998 as
a temporary solution and has far exceeded its useful life
expectations. Support and replacement parts for the system
are unavailable. The sound system was installed in 1993. The
existing systems will not integrate with each other. When
information is presented the attendees are required to turn
around and view the information on the wall located behind
them.
Analysis:A new integrated system will provide complete control to the
Clerk of Commission. Changes can be made without
interruption to the meeting. The information presented to and
by Commissioners would be easier to view, manipulate and
record. Meeting attendees would be presented information in
front of them on the wall behind the Commissioners and
Commissioners would view information on the wall behind
the attendees. All equipment purchased can be relocated to a
new facility with minimal down time and expense. Final
approval is pending contract approval by legal council.
Financial Impact:A Presentation, Sound, and Voting System Selection
Committee was formed to review all bid responses.
Corporate Presentation Systems (CPS, Inc.) was selected as
the best responsive bidder. CPS, Inc. was selected through a
Request For Proposal (RFP) process (RFP # 05-118A).
Alternatives:Continue operating the existing systems and fund any repairs
from emergency maintenance.
Recommendation:Approve the purchase of a new Presentation, Sound and
Voting System.
Funds are
Available in the
Following
Accounts:
$100,707.11 available in 272015410-5425310 $28,500.00
available in 272011310-5424120
REVIEWED AND APPROVED BY:
Clerk of Commission
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
1 of 43
1. Letter of Transmittal and Table of Contents
April 4, 2006
Geri A. Sams
The Augusta-Richmond Procurement Department
530 Greene Street – Room 605
Augusta, GA 30911
Re: RFP #05-118A – Alternate Bid
Dear Ms. Sams:
Please accept the attached proposal to upgrade the audiovisual system in the Lee
Beard Commission
Chambers, Room 804 of the Municipal Building, 530 Greene Street, Augusta, GA
30911. It is an
alternate response to the RFP, with the following change:
The 15” LCD panels with touch overlay have been replaced by the integration
of 5” Crestron Touch Panels at each commissioner’s seat. This change allows
the commissioners to vote via the 5” Crestron touch panels using Crestron’s e-
Control technology, and the e-vote software package included with the
Crestron control system.
Aside from this change, our alternate response to the RFP is identical to our
primary response.
Our proposal is comprehensive in nature; it, as required by the Request for
Proposal, contains the
following:
1. Letter of Transmittal
2. Table of Contents
3. Executive Summary
4. Corporate Profile
5. System Overview
6. Services
7. Support
8. Contract Information
9. Locations(s) Information
10. Appendices
The Total System Price is $129,207.11.
This is a fixed priced quote to provide these services, valid for one hundred-
twenty (120) days from
today’s date. The period of performance will be within sixty (60) days of
contract award.
Our proposal includes data that shall not be disclosed outside of The Augusta-
Richmond Procurement
Department and shall not be duplicated, used, or disclosed – in whole or in part
– for any purpose
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
2 of 43
other than to evaluate this proposal. If, however, a contract is awarded to this
offeror as a result of –
or in connection with – the submission of this data, The Augusta-Richmond
Procurement Department
shall have the right to duplicate, use or disclose the data to the extent
provided in the resulting
contract. This restriction does not limit the right to use the information
contained in this data if it is
obtained from another source without restriction. The data subject to this
restriction are all pages of
this submittal.
Please accept our sincerest gratitude for allowing us an opportunity to work
with your organization.
We stand prepared to commit our resources immediately to accomplish the project
objective outlined
in your Request for Quote.
Respectfully,
Jeff Baker
Account Manager
Corporate Presentation Systems, Inc.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
3 of 43
TABLE OF CONTENTS
1. LETTER OF TRANSMITTAL AND TABLE OF CONTENTS
.............................................................................. 1
2. EXECUTIVE
SUMMARY.........................................................................
................................................................. 4
3. CORPORATE
PROFILE.........................................................................
................................................................... 6
3.1. OFFEROR
INFORMATION.....................................................................
.................................................................... 6
3.2. COMPANY
BACKGROUND......................................................................
................................................................. 6
3.3. CONTRACTOR REQUIREMENTS
................................................................................
............................................... 7
3.4. FINANCIAL INFORMATION
................................................................................
...................................................... 8
3.5. REFERENCE ACCOUNTS
................................................................................
.......................................................... 8
3.6. GENERAL CONTRACT
................................................................................
........................................................... 27
4. SYSTEM
OVERVIEW........................................................................
...................................................................... 27
4.1. PROJECT OBJECTIVES
................................................................................
........................................................... 27
4.2. SYSTEM DESCRIPTION
................................................................................
.......................................................... 28
5. SERVICES
................................................................................
................................................................................
.. 29
5.1. DISPLAY DEVICES
................................................................................
................................................................ 29
5.2. INTERFACE, SWITCHING, &
DISTRIBUTION....................................................................
........................................ 29
5.3. SOURCE
EQUIPMENT.......................................................................
...................................................................... 30
5.4. VIDEO CONFERENCING
SYSTEM..........................................................................
................................................. 31
5.5. AUDIO
SYSTEM..........................................................................
........................................................................... 31
5.6. CONTROL
SYSTEM..........................................................................
...................................................................... 32
5.7. FURNITURE & MISCELLANEOUS
................................................................................
............................................ 32
5.8. SYSTEM
TESTING.........................................................................
......................................................................... 33
5.9. SYSTEM ACCEPTANCE
................................................................................
.......................................................... 33
5.10. SYSTEM TRAINING AND
DOCUMENTATION...................................................................
......................................... 34
5.11. SYSTEM WARRANTY
................................................................................
............................................................ 34
6. SUPPORT
................................................................................
................................................................................
... 34
6.1. IMPLEMENTATION
PLAN............................................................................
........................................................... 34
6.2. IMPLEMENTATION SUPPORT
................................................................................
................................................. 37
6.3. ESCALATION
PROCEDURE.......................................................................
.............................................................. 37
6.4. CUSTOMER SUPPORT & PROBLEM
RESOLUTION......................................................................
.............................. 37
6.5. CUSTOMER SUPPORT – PREVENTATIVE MAINTENANCE INSPECTIONS (PMI) AND SERVICE
PLANS ....................... 38
7. CONTRACT
INFORMATION.....................................................................
............................................................ 39
8. FOUR PHASES OF SYSTEM IMPLEMENTATION, TIMELINE & PROGRESS PAYMENT
BILLING..... 40
9. ACCEPTANCE
................................................................................
.......................................................................... 42
10. BILL OF MATERIAL, LABOR ESTIMATE AND OTHER DIRECT COSTS
.............................................. 43
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
4 of 43
2. Executive Summary
This section addresses page 14 of the RFP.
The following address some of the key elements of our proposal, highlighting
major features,
functions and areas of support.
Crestron e-Control and e-Vote
One of the major features of our design is the integration of 5” Crestron Touch
Panels at each
commissioner’s seat instead of the 15” touch panels as required by the RFP. We
made this change
after discussion with city government personnel at the pre-bid conference. It is
our understanding
that the primary function of the 15” touch panels is to provide an interface for
commissioners to vote,
replacing the current manual system.
One of the functions of our control system allows the commissioners to vote via
the 5” Crestron touch
panels. Using Crestron’s e-Control technology, and the e-vote software package
included with the
Crestron control system, commissioners are provided the means to cast votes as
well as gather, tally
and break down the totals. This process is entirely automated and controlled by
the software. In
addition, each 5” Crestron touch panel provided to the commissioners is a fully
functional control
system interface.
Display System
The display system includes two 2700-lumen, XGA projectors and 150” motorized
projection screens.
The projection screens include extra “drop” material that will allow the screen
height from the floor to
be lowered.
Interface, Switching & Distribution System
This system includes an 8x4 audio/video switcher to route computer-based video
signals to the
display system. An additional 8x4 audio/video switcher is included to route S-
Video-based video
signals. The system also provides several computer, video, and microphone inputs
at each of the
lecterns to support laptop computers, DVD players and other video devices, and
handheld
microphones.
Source Equipment
This system includes two DVD/VCR combo units that will playback DVDs and VHS
tapes that are
located in the lecterns. In addition, it includes two Wolfvision VZ-8 XGA
document cameras that are
located in the lecterns.
Mix-Minus Audio System
In addition to providing audio from sources and speakers via microphones, the
audio system has
additional functionality to insure quality reproduction of audio from
microphones through the
distributed speaker system. The audio system includes a mix-minus processing
system that
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
5 of 43
automatically prevents interaction between speakers and microphones that can
cause feedback and
echo. For example, when a commissioner pushes the push-to-talk button on the
gooseneck
microphone, the gain of the speaker(s) near that microphone location will be
lowered or shut off.
Control System
The control system includes a Crestron AV2 integrated controller that will
control the projectors,
projection screens, and the audio system. The system includes one control panel:
a 10.4” color,
wireless touch panel with a docking station. This touch panel will provide the
interface to the control
system.
Control System
The control system includes a Crestron AV2 integrated controller that will
control the projectors,
projection screens, and the audio system. The system includes one control panel:
a 10.4” color,
wireless touch panel with a docking station. This touch panel will provide the
interface to the control
system.
Furniture
Our proposal includes two VFI audiovisual lecterns. Each lectern includes a bay
for a computer,
keyboard drawer, recessed monitor bay, and a pullout drawer for a document
camera. The lecterns
are also include a rack system for the rack-mounted AV equipment and are set on
casters so they can
be moved.
24/7/365 Support Capability
CPS offers a full range of service contracts to meet the specific needs of any
client. These include
Preventative Maintenance, Corrective Maintenance/ Technical Support, and
Emergency Maintenance
services. Currently, CPS supports several customers with 24/7/365 day service
contracts. The details
of these service plans are included in Section 6.5 on page 35 and can be
customized to meet your
specific requirements and budget.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
6 of 43
3. Corporate Profile
This section addresses page 14 of the RFP.
3.1. Offeror Information
Solicitation number RFP #05-118
Offeror
Corporate Presentation Systems, Inc.
1230 Peachtree Street, Suite 2440
Atlanta, GA 30309
Telephone: 404-532-1650
Fax: 404-532-1071
Web: www.cpslink.com
Statement of compliance
This proposal is 100% compliant with the terms,
conditions and provisions included in the request
for proposal and we agree to furnish any and all
items upon which prices are offered at the price
set opposite each item.
Corporate personnel authorized
to negotiate on offeror’s behalf
Jeff Baker
Account Manager
Telephone: 404-532-1650 x16
Fax: 404-532-1071
Email: jbaker@cpslink.com
Corporate personnel authorized
to sign proposal
Jeff Baker
Account Manager
Implementation Focal Point
Contact
Mike Stroble
Atlanta Operations Manager
1230 Peachtree Street, Suite 2440
Atlanta, GA 30309
Telephone: 404-532-1650
Fax: 404-532-1071
Email: mstroble@cpslink.com
3.2. Company Background
Corporate Presentation Systems, Inc. (CPS), an Audio Visual (AV) systems
integrator, has supported
corporate, government and educational clients with innovative AV solutions since
1989. Based in
Reston, VA, with field offices in Dahlgren, VA, Atlanta, GA and Tampa, FL, CPS
is a local company
with global reach. Our clients have requested our services from locations as far
away as Hawaii,
Japan and Germany.
The Southeast Regional office is located in the prestigious Mid-town area of
Atlanta, GA. With the
convenient location to the Metro-Atlanta area and the entire Southeast Region,
CPS is able to provide
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
7 of 43
The Executive Briefing Center in our
Atlanta Technology Center
full engineering, installation and system maintenance capabilities as well as
maintaining a complete
24/7 maintenance support to our Southeastern customer base.
This state-of-the-art facility has been specifically designed to demonstrate
various types of
communication technology and assist decision makers through the maze of
increasing technology
choices. End-users are able to test and evaluate system
solutions in a controlled environment to make betterinformed
buying decisions. With a fully complimented
Network Operations Center, Executive Briefing Center
with videoconferencing capability, as well as a Situation
Analysis Room, CPS showcases its capabilities to provide
our customers with the “Cutting Edge” of today’s
technology available in the presentation and
videoconferencing market.
CPS has expanded its commitment to the Southeast
market by opening a satellite office in Gulfport, MS. This
office has been established to provide full engineering,
installation and 24/7 system maintenance support to our
Gulf Coast region customer base giving CPS a solid footprint to best serve our
diverse clientele.
High-ranking government officials at the Department of Defense as well as the
State and Executive
levels of the US government have recognized the depth and breadth of our
experience and
capabilities. These branches have trusted CPS to design, install and service
audiovisual systems that
are being used in mission critical facilities monitoring our country’s security.
CPS is available to design, install, operate and maintain a wide range of
technologies found in
operation centers, boardrooms, auditoriums, conference rooms, and training
rooms. We have been
praised for our innovative designs, speed of execution, ongoing support and the
strong spirit of
cooperation we bring to all of our projects.
CPS maintains strong relations with our manufacturer partners to bring our
clients the latest
technologies, qualified factory trained technicians, and competitive pricing. In
addition to these
manufacturer alliances, we have developed strategic business partners to bring
top-drawer support to
areas outside our scope of business to ensure the highest quality product for
our clients.
At each of our offices, CPS supports the demonstration of cutting edge
technology to its clients by
providing state of the art presentation and videoconferencing facilities. This
allows end-users to make
better-informed buying decisions by first testing and evaluating system
solutions in a controlled
environment.
CPS is 100% owned by Michael Perch, an African American and has been certified
as a Minority
owned company by the Georgia Minority Supplier Development Council (GMSDC).
3.3. Contractor Requirements
This section addresses pages 6 and 13 of the RFP.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
8 of 43
Technical Expertise, Focus and Experience
CPS is regularly engaged in the design, fabrication, installation and service of
professional sound and
presentation systems. CPS has highly trained and experienced engineers and
technicians who will be
available for the integration, installation and warranty period requirements of
this RFP. CPS is staffed
with a team of ICIA Gold level certified technicians and
engineers and full time Crestron system programmers. CPS
has the highest level training achievable for Extron,
Crestron, Sanyo, Draper, Gentner and many other products.
Service and Support Facilities
CPS Atlanta’s Southeast Regional sales and service facility is
a full service 5,000 square facility focused on AV systems
integration, demonstration, inventorying equipment, and customer service. The
office is located
within a 150-mile radius of Augusta, GA.
CPS currently maintains a 24/7/365 maintenance agreement with several clients
and can easily meet
the service and support requirements of this RFP. CPS is a direct dealer for all
major products listed
on the RFP and our Bill of Materials.
3.4. Financial Information
This section addresses page 14 of the RFP.
This information has been submitted under separate cover by Michael Perch,
President.
3.5. Reference Accounts
This section addresses page 14 of the RFP.
CPS has a record of superior performance on many projects that are similar in
size and scope to the
Lee Beard Commission Chambers AV project. CPS is a true match to the needs of
this project. We
are specialists in AV systems design, integration, installation, integration;
and preventative
maintenance and repair. Our five references, as required by the RFP, are on the
following pages.
These projects, although located outside of the state of Georgia, were designed
and installed by the
technical staff in our Atlanta Southeast Regional Office.
Corporate Highlights
• Focused on Audio Visual Systems &
Integration – 95% of our revenues are
audio visual systems integration.
• Superior performance on AV projects
similar to this RFP.
• 5,000 sq-ft full service office in Atlanta,
GA.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
9 of 43
Contract Title: Video Teleconferencing/Briefing Auditorium
Subcontract Number: 03-0159 (includes three mods)
Procuring Company: BAE Systems, Inc.
Period of Performance: February 2003 – February 2004
Dollar Value: $2,800,000
Procuring Contracting Officer: Donna M. Merski
8201 Greensboro Drive, Suite 1200
McLean, VA 22102
703-847-5820
Project Manager: Paul Bartman
703/428-4230
Project Summary
Corporate Presentation Services, Inc. (CPS) designed and installed a complete
turnkey auditorium
with dual twelve-foot screens, multiple plasma displays, and the ability to
conduct a video
teleconference with multiple locations. The auditorium can be used to display a
number of
computer/laptop sources, document cameras, VCR’s, DVD’s, Sony Betacam SX,
cassette player, and
several other devices. The system incorporates the latest commercial off the
shelf technology and
provides the ability to present high impact presentations and video
teleconferencing applications. CPS
provided hardware design, integration and installation that involved a complete
renovation of the
conference room to turn it into a modern conference room environment.
Video Display Systems
CPS installed two Sanyo UXGA 7700 lumen LCD projectors in the rear projection
room. CPS installed
two new 12’ rear projection screens located at the front of the room. CPS
installed five Hitachi 37”
plasma display panels throughout the facility for display of video images and to
project cable TV
feeds. This system allows the users to display graphics and small text on the
large projection screen
and will allow the use of the plasma display screens for the display of video
sources. The dual display
system is used for VTC conferences, allowing the display of the far end and near
end camera at the
same time. The client has the ability to preview both video and computer sources
on the touch panel
prior to routing them to the projection screen or plasma displays, ensuring that
the proper image is
being displayed to the audience.
Video Teleconferencing/Briefing Auditorium
Project Summary
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
10 of 43
Matrix Switching Systems
CPS installed one Extron 64x64 RGBHV matrix to route the high-resolution
sources. CPS installed one
Extron 64x64 AV matrix switch to route video and audio sources. The switches
control the entire flow
of video and high-resolution signals in the auditorium. They are rack-mounted
and controlled by a
Crestron control system.
Audio System
CPS installed three Polycom Vortex Audio Mixers/Noise Cancellers for mixing
audio sources in the
auditorium. CPS installed several Extron digital signal processors to improve
the overall quality of the
sound output by providing equalization and gain management. CPS installed twelve
Shure gooseneck
microphones and two lavaliere microphones to provide audio and video
conferencing capability using
the new sound system. There is also a shotgun microphone. The outputs of the
Polycom mixer feed a
Crown power amplifier. This amplifier feeds eight custom overhead ceiling
speakers that provide a
professional quality sound system.
Remote Control System
CPS installed five 6”, 12” and 15” AMX color touch panels for use at the
lectern, control room,
principal’s table, facilitator’s table, and in the rack. This system provides
control for all source
equipment in the room, including source selection and switching, audio/video
teleconference dialing
and control functions, lighting control for the entire auditorium, and volume
level controls. This
system incorporates video and computer preview capability at the touch panel.
Video Teleconference System
The conference room provides state of the art video conferencing utilizing a
Tandberg CODEC 6000.
The system provides the ability to have a VTC session utilizing ISDN protocol
(H.320) or IP protocol
(H.323). This connectivity provides the ability to have up to 4 sites in one
multi-point call without the
use of an external bridging system. The CODEC also provides the ability to
transmit high-resolution
signals from a computer. The system utilizes four Sony 3-chip video
teleconference cameras that
have the ability to pan/tilt/zoom/focus and are designed specifically for VTC
usage. The
videoconference cameras are all controlled by the control system, which provides
the ability to
preview, switch, and give individual camera control functions for each camera.
Video Dubbing and Editing System
The video dubbing system has its own control panel and rooming assignment in the
video matrix
switch, making it virtually a stand-alone system. The Sony dubbing system shares
some source
equipment and recording equipment with devices used in the editing system. This
setup will provide
the ability to record in Betacam format, VHS, and S-VHS. The signal processor in
the control room
system will provide the capability to record high-resolution and video sources
with the dubbing
system.
The video editing system utilizes Sony production quality editing equipment.
This system is
connected to the matrix switching system, allowing the control room operator to
do both live and
post-production editing. This system utilizes its own independent set of source
and recording
equipment that is separate from the dubbing system and the equipment utilized
for the main
auditorium.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
11 of 43
Assistive Listening System
This system is designed for use in assistive listening or simultaneous
interpretation applications. The
system is offered in infrared (IR) wireless with a single channel to be used for
one application at a
time .
CATV System
The CATV system provides five 43” Hitachi plasma screens and two 20” flat panel
monitors
throughout the facility. CPS connected outputs from the matrix switching system
to a CFE cable
plant. This allows for the display of any video input at the monitor locations.
Control for the channel,
volume, and power of the plasma screens is from the operator’s touch panel.
User and Technical Training
CPS provided training sessions for all onsite personnel to instruct the users on
the full functionality
and use of the system. CPS provided a detailed instruction manual for reference
purposes to ensure
that any new users who have not received formal training can review how the
system operates.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
12 of 43
Contract Title: Audio Visual System Design, Installation, Operations and
Maintenance Support
Contract Number and Type: N00178-00-D-2010; Delivery Order
Procuring Agency: Fort Detrick, Maryland Contracting
Period of Performance: May 2001 – October 2003
Dollar Value: $3,000,000.00
Procuring Contracting Officer: Jennifer Sisco 18385 Frontage Road, Building 1450
Dahlgren, VA
22448(540) 653-3976jsisco@jwac.com
Contracting Officer Technical POC: Chief Robert Hayes 18385 Frontage Road
Building 1450A
Dahlgren, VA 22448-5100 540-653-1607
Relevancy of the contract to the proposed requirement
CPS provided end-to-end design/build services for JWAC over a two and a half
year period. This
consisted of interfacing with the architect, the general contractor, all other
building trades, and JWAC
personnel in identifying audio/visual considerations for the new 100,000 square
foot, three story
building. For any contemplated new building designs, this project highlights
CPS’ ability to provide
end-to-end engineering, design and implementation support.
Project Summary
Corporate Presentation Services, Inc. (CPS) engineered, designed and installed a
complete turnkey
audio/visual (AV) system for JWAC at NSWC – Dahlgren in building 1450A. The
system incorporates
the latest commercial, off the shelf technology and provides the ability to
present high impact
presentations and videoconferencing applications in seven different conference
rooms and command
center environments, along with two building wide systems. CPS provided hardware
design,
integration and installation for a state-of-the-art facility that represents the
finest in cutting edge
presentation and videoconferencing technology.
The following represents the different environments that CPS designed and
installed for JWAC:
• JWAC Command Center
• JWAC VTC Center
• JWAC Commanders Conference Room
• JWAC Collaborative Meeting Room
• JWAC Situation Analysis Room
• JWAC Small Conference Room
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
13 of 43
• JWAC Building Wide Paging and Sound Masking System
• JWAC Closed Circuit Security Monitoring System
JWAC Command Center Sub-System Overview
JWAC Display System Requirements:
• Provide the Command Center with a large screen display in the corner of the
room with eight
additional plasma displays placed throughout the facility for supplemental
viewing.
• Ensure that all displays are clearly visible to any participant in the
conference center. The display
is capable of displaying various combinations of multiple images of any format
available in the
Command Center.
CPS Display System Design Solutions:
• CPS furnished and installed two Rear Screen Projection (RPS) systems
consisting of two Barco
SLM UXGA 5000 lumen projectors mounted in to Draper RPS cradles. The projected
images are
shown onto a custom nine-foot diagonal screen utilizing the folded optics
system. The custom
screens are enclosed by a custom façade that also houses the program speakers
for the AV
system.
• CPS furnished and installed eight Pioneer 50” plasma wall mounted displays
throughout the facility
for supplemental viewing.
JWAC VTC System Requirements:
• Connect a secured video teleconferencing system to the JWAC T1 network.
Participants on the far
end of the conference must be able to view the team chief and the room’s
participants at various
locations, which require multiple camera positions and flexible audio pickup.
There can be as
many as four locations participating in a VTC at one time.
• Provide adequate directed lighting to ensure quality video images are
transmitted to far end
participants.
CPS VTC System Design
• CPS furnished and installed one Tandberg CODEC 6000 video conferencing system
located in the
head end room. This system is connected to a GFE serial video conferencing
connection.
• CPS furnished and installed two Tandberg color video cameras. These cameras
were installed for
use at the briefing position and at the center workstation, which covers the two
positions from
which the presenters would be located.
JWAC Source Equipment Requirements:
• Install a VCR, DVD, and a document camera in the pullout rack located in the
wall adjacent to the
main projection screen. Participants need to be able to view and hear content
from either device.
• The system installed should have the ability to utilize multiple types of
media on the projection
and audio systems. These include VCR tapes, DVD’s, hard copy documents,
transparencies,
television programming, CD’s and multiple computer sources.
CPS Source Equipment Design:
• CPS furnished and installed one new professional JVC SVHS VCR.
• CPS furnished and installed one new Philips DVD 175 professional DVD player.
This unit provides
the ability to play CDs and DVDs and have RS-232 control capability for reliable
control system
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
14 of 43
interoperability.
• CPS furnished and installed ten new Sony DBS receivers, located in the head
end room, and
connected to a satellite dish.
• CPS furnished and installed one new DBS dish on the roof.
• CPS furnished and installed one new Elmo HV-5000XG document camera located in
a pullout
drawer in the rack adjacent to the screen. This unit provides the ability to
capture hard copy
documents (including transparencies) and display them on the projection screens,
as well as, all
of the plasma displays.
JWAC Interface, Switching and Distribution Requirements:
Provide auxiliary connection panels for portable devices that may be brought
into the room. Auxiliary
panels located near the large screen display and the center of the room will
provide flexibility. Each
auxiliary panel provides a connection point for computer display, an NTSC video
or stereo audio
device and user interface. There are 38 work areas in the conference center.
Each work area may
have up to three PCs each with an individual display. Each work area has a sub-
switch to permit
display of any one PC or one laptop from that station on the large screen
displays.
CPS Interface, Switching and Distribution Design:
• CPS furnished and installed one new Extron document camera interface where the
output of the
Elmo document camera was connected. The output of the Elmo was then connected to
the
routing switch for use on the display system.
• CPS furnished and installed 152 new Extron DVI interfaces, four located at
each work area. The
output of each GFE computer was connected to each interface, which was then
connected to the
subsystem switch for use on the display system.
• CPS furnished and installed two new Extron interfaces. These interfaces are
located at the center
table to provide a laptop connection. The output of this device was connected to
the routing
switch for use on the display system.
• CPS furnished and installed three new Auxiliary Extron interfaces. These
interfaces also contain
connection points for an S-video device with audio. The output of these devices
where connected
to the routing switch for use on the display system. Two auxiliary panels are
located adjacent to
the podiums.
• CPS furnished and installed one new Extron scaler located in the head end
room.
• CPS furnished and installed thirty-eight new Extron 4x1 RGBHV routing
subsystem switches,
located at each work area, for all computer and other high-resolution sources.
CPS connected the
output of this switch to the display system.
• CPS furnished and installed one new Extron 64x32 RGBHV matrix routing switch,
located in the
head end room, for all computer and other high-resolution sources. The output of
this switch
was connected to the display system, for display on the projection system and
plasma screens,
and the control system, for computer preview in the equipment room.
• Furnished and installed one new Extron 32x32 S-video and audio matrix switch,
located in the
head end room, for all video sources. CPS connected the output of this switch to
the display
system, for display on the projection system and plasma screens, and the control
system, for
video preview in the equipment room and the source equipment for recording video
images.
• CPS furnished and installed two new Folsom video wall processors.
• CPS furnished and installed four new Extron distribution amplifiers to allow
the signal to go to
both video wall processors.
• CPS furnished and installed two new Extron dual S-Video distribution
amplifiers to allow the signal
to go to both video wall processors.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
15 of 43
• CPS furnished and installed one new Folsom edge blending processor.
• CPS furnished and installed four new Opticonx fiber optic patch panels located
in the head end
room. The panels were connected to the GFE fiber optic plant for signal
distribution. Fiber
terminations are provided by JWAC.
• 14. FCPS furnished and installed two new Optelecom high-resolution RGB
receivers rack mounted
in the A/V Room. The receivers were connected to the GFE fiber optic plant for
reception of RGB
signals.
• CPS furnished and installed one new Optelecom high-resolution RGB transmitter
rack mounted in
the A/V Room. The transmitter was connected to the GFE fiber optic plant for
transmission of
RGB signals.
• CPS furnished and installed two new Optelecom video receiver modules in the
A/V Room. The
receivers were connected to the GFE fiber optic plant for reception of video and
audio sources.
• CPS furnished and installed one new Optelecom video transmitter modules in the
A/V Room. The
transmitter was connected to the GFE fiber optic plant for transmission of video
and audio
sources.
JWAC Control System Requirements:
Install an electronic control system to provide a user-friendly control
interface for the new A/V
system. The system should be able to provide five touch panels that will allow
the operation of all of
the system equipment. From the push of a button, an operator will be able to
turn the system on,
select which source to display, adjust volume levels, dial VTC calls, and power
the system down.
There is a need for both limited user controls and an advanced user section.
CPS Control System Design:
• CPS furnished and installed three new Crestron 15” touch panels. These panels
will be located in
the following areas:
• Head end room with RGB preview
• Team Chief station
• Head end rack
• CPS furnished and installed two new Crestron 6” touch panels with video
preview. These panels
will be located, one each, on the briefer podiums.
• CPS furnished and installed one new Crestron integrated control system,
located in the head end
room, to operate all system devices. The control system will provide these
functions to users:
• Power on/off for A/V system device
• Routing of computer, video, and audio sources
• Volume control for multimedia and microphone audio
• Computer and video preview for equipment room only
• VCR, DVD, CD & transport controls
• Tuner selection and channel selection
• Help icon with button explanations
JWAC Audio System Requirement:
Audio reinforcement of the briefing or any selected source is required within
the room. Sound
masking music is not required in this space due to the audio/visual system
content.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
16 of 43
CPS Audio Systems Design:
• CPS furnished and installed two new AKG gooseneck microphones, one at each
podium.
• CPS furnished and installed four new Shure table microphones for the VTC
system, located at the
center console.
• CPS furnished and installed one new Polycom audio matrix mixer located in the
head end room.
Furnished and installed two new Rane graphic equalizers located in the head end
room.
• CPS furnished and installed one new Crown four channel amplifier located in
the head end room,
which will give power to the speakers.
• CPS furnished and installed two new JBL wall mounted speakers recessed in
custom enclosures in
the wall.
• CPS furnished and installed nine new JBL ceiling speakers recessed into the
ceiling knee wall.
User and Technical Training
CPS provided multiple extensive four-hour training sessions for all onsite
personnel to instruct the
users on the full functionality and use of the system. CPS provided Training
Manuals complete with
bitmap images of the control panel button layouts and narrative descriptions as
to their use.
Innovative solutions to problems encountered during contract performance
JWAC requested that CPS provide and install a custom metallic façade for RPS
system to match the
system furniture located in the Command Center. Working closely with our
millwork contractor, CPS
was able to provide precise fit, form and functionality to JWAC to meet the
requirement. CPS also
devised an innovative solution to JWAC switching and distribution system that
allowed for a 4 x 1,
accommodating the display requirements at each workstation. This allowed the
matrix switcher to
received only one output per workstation gave JWAC a flexible, cost effective
method of
accommodating all participates within the room without providing individual
interfaces to each
workstation.
Cost growth, number, type, frequency, duration and impact of any quality,
delivery or
cost problems encountered, and corrective action taken
None encountered.
Statement as to completion of project on time
CPS has completed the contract to the 100% satisfaction of our client.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
17 of 43
Contract Title: Audio Visual System Design, Installation, and
Preventative Maintenance Support
Contract Number: PO 4500704699
Contract Type/Amount: Fixed Price, $350,717.00
Period of Performance: December 2003 – December 2005
Construction Duration: December 2003 – March 2003
Outcome: Completed On Time – On Budget
Procuring Contracting Officer: Bruce Swenson
1710 SAIC Drive
Tower 1, 9th Floor
McLean, VA 22102
(703) 676-5117
Project Description
Science Applications International Corporation (SAIC) is the largest employee-
owned research and
engineering company in the United States, providing information technology,
systems integration and
eSolutions to commercial and government customers. Corporate Presentation
Systems, Inc. (CPS) is
proud to have been chosen to redesign their existing Decision Support Center
into a flagship facility
that incorporates sleek design, complete flexibility of use, and the latest
technology to provide a truly
unparalleled company resource.
CPS designed this conference room for effective communication. Incorporating 16
computer
interfaces, two 61” plasma displays, a complete distribution system with
customized control
programming, as well as a point-to-point/multipoint video teleconferencing
system. This conference
room can effectively be used for many applications. SAIC uses this room as a
full service training
room, briefing room with the ability to video teleconference other locations, as
well as an impressive
client conference room with the ability to view all types of presentation
formats. This is an example of
economy and functionality at its finest making it one of the most utilized rooms
in the facility.
Display System Solutions
CPS designed this display system around the concept of complete flexibility.
Brighter LCD projectors
were installed for professional quality images during all types of lighting
conditions. Two 100” tab
tensioned electronic projection screens were ceiling recessed at the front of
the conference room.
CPS provided a customized valance in front of the new screens that matched the
current décor for a
professional and finished appearance. Two 61” plasma displays were installed to
the left and right of
the projection screens for improved viewing in the conference room.
CPS provided a unique design to emulate a TelePrompTer environment without the
high price tag. A
17” LCD monitor was mounted between the projectors to allow the presenter to see
the presentation
without having to turn around to look at the displays. With this solution, the
presentation can be
Science Applications International Corporation (SAIC)
Project Summary
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
18 of 43
viewed by the presenter while still facing the audience. This monitor was
installed in the ceiling with
an LCD flip down mount for storage when the LCD is not in use and provides a
unique combination of
functionality, sleek design, and cost economy for a user friendly environment.
Video Teleconferencing (VTC) System Solutions
CPS designed and implemented a digital teleconferencing system to provide
interactive VTC sessions
with as many as four locations at one time. Participants on the far end of the
conference are able to
view the presenter and the room’s participants from one of three Canon video
cameras strategically
located throughout the room. CPS furnished and installed one Tandberg CODEC 6000
video
conferencing system, which allows both ISDN and IP connectivity. A Natural
Presenter Package was
also supplied to view high-resolution PC images during VTC sessions
Source Equipment Solutions
CPS designed this system to utilize multiple types of media with the display and
audio systems.
Source formats included VCR tapes, DVD’s, hard copy documents, transparencies,
CD’s and multiple
computer sources. This system provides the ability to easily present any format
material at a
moments notice. All devices have RS-232 control capability for reliable
operation from easy to use
touch panels.
Interface, Switching and Distribution Solutions
The distribution system was specifically designed to view any source on any
display within the
Decision Support Center. Combining the quality features of Extron’s 32x32 RGB
and 16x16 S-video
switchers, clear images can be displayed from any source. The true versatility
of the system is
demonstrated with the ability to display one image on all displays devices or
simultaneously displaying
up to 25 different images on individual monitors. No presenter will be limited
by the room design or
configuration for years to come regardless of the application.
Computer interaction was a critical need for SAIC’s training applications. CPS
provided 16 interfaces
for workstations located in the conference table, four interfaces mounted in
movable tables for laptop
portability, and two interfaces strategically located for guest’s laptop
connections.
CPS provided a distinctive feature to make this a truly state-of-the-art
training facility. Control buttons
were installed at the side of each workstation located around the conference
table. Each user is able
to switch between two sources within the system for viewing on their individual
monitor screen. The
training facilitator controls which sources can be accessed by using a custom
programmed control
touch panel. This ensures students access appropriate material at the correct
time.
Control System Solutions
CPS designed an electronic control system to provide a user-friendly control
interface for the new A/V
system. This system includes a 17” touch panel that operates all of the system
components from a
single location. From the push of a button, an operator can turn the system on,
select which source
to display, adjust volume levels, dial VTC calls, control VTC camera
pan/tilt/zoom, operate the zoned
lighting effects, initiate an conference call, select sources for individual
computer display, and power
the system down.
Audio System Solutions Ambient Sound
CPS updated the existing audio system to provide professional sound quality re-
enforcement
especially important to ATC/VTC sessions. Two Polycom audio microphone mixers
were installed to
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
19 of 43
compensate for weak or strong conference call signals by automatically providing
gain control, echo
cancellation, feedback elimination and mix-minus functionality without any
intervention from the
presenter or technical staff. A Polycom telephone hybrid with four (4)
microphone inputs supplies
local participant audio support. Quality sound could not be simpler with this
sophisticated system.
Participants frequently need to hear PC based audio files and to speak or record
files via NetMeeting
or other software connection tools provided by SAIC. Headsets and local
microphones were provided
for participants to do so without interrupting their neighbor. Each computer
station around the main
conference table includes phone jacks and volume control for the individual
headsets. Microphones
selected for this application contain programmable LED buttons and nineteen-inch
flexible goosenecks
to allow recording from a comfortable sitting position without leaning into the
microphone.
CPS also furnished ceiling recessed speakers to provide better sound quality as
part of the sound
reinforcement. The speakers provide better coverage and control without feedback
during
presentations to complete this professional audio solution.
User and Technical Training
CPS provided multiple in-depth training sessions for all onsite personnel to
instruct the users on the
full functionality and use of the system. CPS provided training manuals complete
with bitmap images
of the control panel button layouts and narrative descriptions as to their use.
Relevancy of the contract to the proposed requirement
CPS provided a design that not only matched but exceeded SAIC’s initial
requirements. As
suggestions and alternatives were discussed, SAIC quickly discovered that this
room could accomplish
multiple training and meeting needs as well as become a venue to “showcase”
various technologies to
clients. CPS was able to provide above and beyond engineering, installation, and
maintenance
services to a completely satisfied customer.
Innovative solutions to problems encountered during contract performance
While control of the AV systems for the room is a common service provided by
CPS, providing user
control for 16 computer workstations offered an interesting challenge. CPS
designed a unique KVM
solution that allows the presenter to operate a student’s computer remotely from
the presenter’s
station. The KVM solution combined with a traditional AV control system, allows
the presenter to
monitor student progress, select specific files or programs for individual
students to access, as well as
provide private one-on-one instruction to slower students without disrupting
others, which is
especially important for adult learners. This CPS design offers a state-of-the-
art training environment
adaptable to any situation.
Cost growth, number, type, frequency, duration and impact of any quality,
delivery or
cost problems encountered, and corrective action taken
None encountered. Because of the superior performance of CPS’ engineering and
installation staff,
SAIC requested a two-year maintenance contract to ensure the optimal working
condition of their
new systems.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
20 of 43
Project Summary
Contract Title: Audio Visual System Design, Installation and
Maintenance Support
Contract Number and Type: N00178-01-D-3071
Multiple Delivery Order Contracts
Procuring Agency: NSWC-DD
Period of Performance: May 2003 – September 2003
Dollar Value: $1,114,564.85
Procuring Contracting Officer: Mr. Don Becker
Financial Business Officer
NSWC-DD J-Department
17320 Dahlgren Road, Building J08
Dahlgren, Virginia 22448
(540) 653-6897
Relevancy of the contract to the proposed requirement
CPS provided end-to end design/build services for J-Department over several
months. This consisted
of interfacing with the architect, the general contractor, all other building
trades, and J-Department
personnel in identifying audio/visual considerations for the new multi-story
building that went up in
early 2003. For any contemplated new building designs, this project highlights
CPS’ ability to provide
end-to-end engineering, design and implementation support.
Project Summary
CPS has provided on-going design, installation and maintenance support for the
Naval
Surface Warfare Center – Dahlgren Division since 1987. The J-Department moved
into a brand new
building during the early part of 2003 and contracted with CPS to provide them
with five state of the
art audio visual environments. CPS built the Director’s Conference Room, a Video
Teleconferencing
(VTC) suite, Mission Assurance Operation Center (MAOC), Decision Support Center
(DSC) and the
Data Fusion Center (DFC).
Director’s Conference Room (JDC) - $127,648.48 Delivery Order 0022
CPS was contracted by the J-Department to build a Director’s Presentation System
in Building 1460,
room 2217 for the J-Department Director. The room components include: one 61”
plasma display,
one 37” plasma display, one electronic interactive whiteboard, VCR player, DVD
player, document
camera, cable/satellite tuner, Crestron integrated control system with 12” touch
panel, automatic
microphone mixer, six channel amplifier, 8x8 RGBHV matrix switcher, 8x8 S-video
and audio matrix
switcher, PC/laptop interfaces, custom wood credenza to house the equipment,
custom wood lectern
that can be used on either side of the room, and custom blackout drapes for the
windows.
Naval Surface Warfare Center – Dahlgren Division
Joint Warfare Applications Department (JWAD)
Project Summary
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
21 of 43
VTC Suite - $278,027.74 Delivery Order 0021
CPS was contracted by the J-Department to build a state of the art video
teleconferencing suite within
a SCIF in its new building. The VTC suite was built using theater style seating.
Two plasma displays
were installed in the front of the room and two plasma displays were installed
on each side wall half
way to the rear of the suite to allow better viewing for those sitting in the
very back of the room. A
Tandberg 6000 CODEC provides the VTC capability. Two professional quality 3-chip
color video
cameras were installed at the front of the room. One camera picks up the meeting
participants
sitting around the conference table and first few rows while the second camera
picks up the rest of
the rows. The person operating the VTC system can preview all material shown
through the VTC call
before it goes out. J-Department has the ability to conduct multi-site calls and
can send graphics
over the dedicated line to the far end. J-Department is able to show and
transmit from many sources
– VCR, DVD, document camera, cable/satellite TV tuner, and from multiple
laptops/PC’s that can be
interfaced into the system. There is a complete audio systems with microphones,
speakers, amplifies,
noise cancellation devices, mixers, etc. The entire system is controlled through
a Crestron Control
System and two color 12” touch panels. J-Department has the ability to conduct a
JWICS call from
this suite.
Mission Assurance Operation Center (MAOC) - $172,171.88 Delivery Order 0024
CPS was contracted by the J-Department to provide all necessary labor and
materials to install audio
video systems and activate the Mission Assurance Operation Center (MAOC) in
Building 1460, room
1218 at the Naval Surface Warfare Center, Dahlgren Division (NSWC-DD). This
facility is divided into
two rooms: The Conference Planning Center (CPC) and the Primary Operations
Center (POC). The
CPC contains a ceiling mounted projector; eight foot diagonal screen; and an
electronic interactive
whiteboard for its display devices. The POC has two ceiling mounted high
resolution projectors; two
eight foot diagonal ceiling recessed motorized screens, two 27” television
monitors on ceiling
suspended extension poles; and an electronic interactive whiteboard for its
display devices. CPS had
a custom rolling VTC cart built to allow the MAOC to conduct video
teleconference calls from either
the CPC or the POC. Other source devices included the ability to display
graphics from a PC/laptop,
VCR players, DVD player, CD/cassette deck, and document camera. Computer
interfaces are located
throughout the facility to allow multiple inputs for PC/laptops. Several matrix
switchers were installed
to handle the routing of source signals to the various displays. There is a
complete audio systems
with microphones, speakers, amplifies, noise cancellation devices, mixers, etc.
The entire system is
controlled through a Crestron Control System and two color 12” touch panels. CPS
also installed a
lighting control system with two zones. Other equipment installed include an
Alpha Bright sign with
two inch lettering providing information on room status; power conditioners; and
a wireless mouse
and keyboard system for each room.
Decision Support Center (DSC) - $371,716.75 Delivery Order 0023
CPS was contracted by the J-Department to provide a complete state of the art
audio visual
presentation system for the Decision Support Center that is the largest meeting
space within JDepartment.
CPS furnished and installed two large venue ceiling mounted projectors; two
permanently mounted twelve foot diagonal screens; two 19” UXGA LCD displays; an
electronic
interactive whiteboard on a mobile cart; VCR players; DVD player; document
camera; DSS receiver to
allow cable/satellite TV feed to be displayed; two pan, tilt, zoom cameras to
record various meetings;
PC/laptop interfaces; and several matrix switchers to route signals. There is a
complete audio
systems with microphones, speakers, amplifies, noise cancellation devices,
mixers, etc. The audio
system includes a 24 microphone chairman/delegate conferencing system. The
entire A/V system is
controlled through a Crestron Control System and two color 12” touch panels. CPS
furnished and
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
22 of 43
installed a directed lighting system over the groupware tables to enhance images
being recorded.
CPS furnished a custom facilitator’s console and a custom podium.
Data Fusion Center (DFC) - $165,000.00
CPS was contracted by the J-Department to provide all necessary labor and
materials to install
audio/visual systems and activate the Data Fusion Center (DFC) located in
Building 1460 at the Naval
Surface Warfare Center, Dahlgren Division (NSWC-DD). CPS furnished and installed
a ceiling
mounted projector; an eight foot diagonal ceiling recessed, motorized screen
mounted between two
61” plasma displays furnished and installed by CPS. Using Government Furnished
software the JDC is
able to “fuse” the data on the two plasma displays onto the drop down screen.
The system has a full
array of source equipment to include – VCR player, DVD player, document camera
and a DSS receiver
to allow the display of a cable/satellite feed onto any of the display devices
in the room. Several
matrix switchers were installed to handle the routing of source signals to the
various displays. CPS
furnished and installed a two-channel amplifier two wall mounted speakers. The
entire A/V system is
controlled through a Crestron Control System and one color 6” touch panel. CPS
also furnished and
installed a custom credenza to house the A/V components and a custom table with
two popup
PC/laptop interfaces.
User and Technical Training
CPS provided training on all of the equipment installed in the different
environments. A
comprehensive user guide was also developed and delivered for each room built by
CPS. CPS
continues to interface with the Government contractor hired by NAVFAC to provide
day to day
support for the Command.
Cost growth, number, type, frequency, duration and impact of any quality,
delivery or
cost problems encountered, and corrective action taken
None encountered.
Statement as to completion of project on time
CPS has completed the contract to the 100% satisfaction of our client.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
23 of 43
Contract Title: Audio Visual System Design, Installation, and
Maintenance Support
Contract Number and Type: Purchase Order: 20-001671O
Project Owner: SRI International, Menlo Park, California
Period of Performance: July 2004 – August 2004
Dollar Value: $562,036.55
Procuring Contracting Officer: Mr. David Pirogowicz
P.O. Box 2203
Menlo Park, CA 94026
(650) 859-2027
Email: davy.pirogowicz@sri.com
Technical Contact: Mr. Jerry DeMoney
1100 Wilson Blvd.
Arlington, VA 2209-2268
(703) 247-8480
Email: demoney@sri.com
General Scope of the Project
CPS was contacted and then contracted by SRI International to design and install
a
presentation/display environment for an SRI project (government client). This
project was to utilize
state of the art Audio/Visual technology with new IT technology to demonstrate
new and innovative
ways to process information. The project was to have a very short installation
time frame
(approximately 30 days) and would require a large effort from both SRI
International and CPS to
ensure that the desired end product would meet overall expectations. Due to the
scope and cutting
edge technologies specified for this particular project, both SRI and CPS
invested many resources to
ensue that it went smoothly. The display environment is still operational and
has led to CPS being
awarded a separate follow-on service contract to help maintain the system. For
any contemplated
new building designs, this project highlights CPS’ ability to provide end-to-end
engineering, design
and implementation support. In addition, it also highlights CPS’s dedication to
ensuring customer
satisfaction.
Role and Work Performed by CPS
Prime. Corporate Presentation Services, Inc. (CPS) engineered, designed and
installed a complete
turnkey audio/visual (A/V) system for SRI International in the Washington DC
region. The system
incorporates the latest commercial, off the shelf and cutting edge technologies
to provide the ability
for high impact presentations, information processing, and videoconferencing in
both conference
room and command center environments. CPS provided hardware design, integration
and installation
Stanford Research Institute
Audio Visual System Design, Installation, and Maintenance
Support
Project Summary
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
24 of 43
for a state-of-the-art facility. This installation show cases cutting edge
presentation and
videoconferencing technology in addition to new and innovate solutions.
Supplemental Information
The following are services that CPS provided for this project:
Original Award:
• Audio/Visual System
Contract Modifications:
• Custom Consoles/Workstations and Furniture
• Custom Façade for Video Wall and Supplemental Displays
• Additional Room Modifications
• Supplemental LCD Displays
• Additional Audio/Visual System Upgrades
• Lighting and Control
• HVAC
• Electrical
• UPS
• Acoustic Ceiling Tiles
SRI International Sub-System Overview
Display System Requirements:
• Provide the display environment with an 8 million pixel main display solution.
Main display is to
be controlled via CPU or processor and must have the ability to display multiple
images and any
given time.
• Include two large plasma displays for VTC purposes.
• Incorporate two (2) extremely high resolution LCD displays and workstations
for collaboration
purposes.
• Supplemental displays throughout room.
• Ensure that all displays are clearly visible to any participant in the
conference center. The display
solution must be capable of displaying various combinations of multiple images
in any format
available within the room.
CPS Display System Design Solutions:
• CPS furnished and installed a 2x3 video wall consisting of six (6) 50” Clarity
cubes and a Jupiter
Fusion processor. The video wall and processor provided the ability to route and
display both
computer and video images over a main display and satisfied the 8 million pixel
requirement.
• CPS furnished and installed two 50” plasma displays that were mounted on
either side of the
video wall.
• CPS furnished and installed two extremely high resolution LCD displays that
were mounted and
integrated with pull out keyboards into custom facade. Façade housed video
cubes, plasma
displays and LCD displays. Façade also housed three speakers and two VTC
cameras.
• CPS furnished and installed three 40” LCD displays. Displays were wall mounted
at the rear and
side of the room to provide the ability to view additional content.
• All displays were easily viewable and were mounted in the custom façade or
custom shadow
boxes to enhance overall effect of room.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
25 of 43
• Entire display system provided the ability of matrix switching and viewing.
Any source could be
routed and displayed on any and all display devices.
VTC System Requirements:
• Connect a secured video teleconferencing system to the JWICS network.
Participants on the far
end of the conference must be able to view the room’s participants at various
locations. Require
multiple camera positions and flexible audio pickup.
• Provide adequate lighting to ensure quality video images are transmitted to
far end participants.
CPS VTC System Design:
• CPS furnished and installed one Tandberg CODEC 6000 video conferencing system.
This system
is connected to a GFE network.
• CPS furnished and installed three Sony color video cameras. Two of the cameras
were installed
on either side of the video wall and the third was wall mounted at the rear of
the room. The
cameras provided adequate viewing of the entire room and participants.
• Multiple boundary Shure microphones were installed at the console/workstation
locations for
participant audio during VTC.
Source Equipment Requirements:
• Provide for VCR, DVD player/record, and CFE satellite tuner in source rack
next to operator’s
console.
• The system installed should have the ability to utilize multiple types of
media on the display and
audio systems. These include VCR tapes, DVD’s, television programming, CD’s and
multiple
computer sources (computer sources are both DVI and analog with a minimum native
resolution
of 1600x1200).
CPS Source Equipment Design:
• CPS furnished and installed one new professional JVC SVHS VCR for play back.
• CPS furnished and installed one new professional JVC SVHS VCR for record only.
• CPS furnished and installed one Panasonic DVD player/recorder with hard drive.
Unit provided
the capability of playing DVD or CD, burning to media, and recording to hard
drive.
• CPS installed one CFE RCA satellite receiver connected to a CFE satellite
dish.
Interface, Switching and Distribution Requirements:
• Provide ability for connecting and routing multiple analog computers to the
system for display.
Each computer will display a minimum resolution of 1600x1200.
• Provide the ability of connecting and routing multiple DVI computers to the
system for display.
Each computer may contain multiple headed video cards and each head will display
a minimum
resolution of 1600x1200. System must provide the ability to configure display
system so that
multiple DVI sources can be aligned for one continuous or multiple images (at
both local
workstation and video wall).
• Picture quality and maximum resolution is desired.
• System must provide for display/routing computer and video sources.
CPS Interface, Switching and Distribution Design:
• CPS furnished and installed sixteen (12) Extron universal analog interfaces.
Each universal
interface allows for both vertical and horizontal picture adjustment. The output
of each GFE
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
26 of 43
computer was connected to each interface, which was then connected to the
subsystem matrix
switch fro use in the display system.
• CPS furnished and installed sixteen (16) Extron DVI interfaces, four located
at each work area.
The output of each GFE computer was connected to each interface and connected to
the
subsystem matrix.
• CPS furnished and installed one new Extron Universal Signal Processor for the
display system to
further adjust signals as needed.
• CPS furnished and installed one Extron 32x16 RGBHV matrix routing switch for
all computer and
other high-resolution sources. The outputs of the switch were connected to the
various displays
and video wall processor, for display on the plasma displays, LCD displays,
video wall processor
and the control system (for computer preview on touch panel).
• CPS furnished and installed one new Extron MAV S-video and audio matrix switch
for all video
sources. CPS connected the output of this matrix switch to the displays within
the system (see
above).
• CPS furnished and installed three (3) Extron Universal Signal Processors for
scaling images to the
three supplemental LCD displays. The processors allow for maximum picture
quality while scaling
images from 1600x1200 to the displays at their native resolution of 1280 x768.
Control System Requirements:
• Install an electronic control system to provide a user-friendly control
interface for the new A/V
system. The system should be able to provide for one central touch panel that
will allow the
operation of all of the system equipment. From the push of a button, an operator
will be able to
turn the system on, select which source to display, adjust volume levels, dial
VTC calls, and power
the system down. There is a need for both limited user controls and an advanced
user section.
CPS Control System Design:
CPS furnished and installed one Crestron 15” color touch panel with Creston
control system. The
control system was designed to be hot-swap-able to minimize any down time if
control system
problems were to occur. The panel was mounted at the operator’s location and
provided for the
following functions via the touch panel:
• Power on/off for A/V system and devices
• Routing of computer, video, and audio sources
• Volume control for multimedia and microphone audio
• Computer and video preview on touch panel
• VCR, DVD, and Satellite TV tuner transport controls
• Lighting presets and dimmer controls
• Video wall presets
• Help icon with button explanations
Audio System Requirements
• Audio reinforcement of any selected source and VTC is required within the
room. Sound masking
music is not required in this space due to white noise being generated outside
of the room.
CPS Audio Systems Design:
• CPS furnished and installed three (3) K-Mack recessed surface speakers for
audio reinforcement
within the room. Speakers were recessed into custom faced so that the units were
not visible.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
27 of 43
• CPS furnished and installed twelve (12) Shure table push to talk microphones
for the VTC system.
The units were mounted at the consoles/workstations.
• CPS furnished and installed two (2) Shure gooseneck microphones for the VTC
system. The units
were custom mounted to the façade for two collaborative workstations.
• CPS furnished and two (2) ClearOne audio mixers. Mixers were calibrated to
maximize room and
system acoustics.
• CPS furnished and installed one (1) Biamp amplifier to power the three newly
installed speakers.
User and Technical Training
CPS provided multiple extensive four-hour training sessions for all onsite
personnel to instruct the
users on the full functionality and use of the system. CPS provided Training
Manuals complete with
bitmap images of the control panel button layouts and narrative descriptions as
to their use.
Innovative solutions to problems encountered during contract performance
After contract award, CPS was informed by SRI International that the room
originally designated for
installation had been changed. CPS modified design to accommodate new room
without any delays
in installation time line. During this project, CPS was awarded the following
contract modifications
that included items outside of CPS’s original scope:
• Custom Consoles/Workstations and Furniture
• Custom Façade for Video Wall and Supplemental Displays
• Additional Room Modifications
• Supplemental LCD Displays
• Additional Audio/Visual System Upgrades
• Lighting and Control
• HVAC
• Electrical
• UPS
• Acoustic Ceiling Tiles
3.6. General Contract
This section addresses page 14 of the RFP.
Early Termination
CPS has no penalties that apply to early termination of the contract. However,
CPS would require
payment for all services provided and all services delivered at the time of
termination.
Option to Terminate
CPS agrees that this contract will include an option to terminate the contract
within 30 days of written
notification.
4. System Overview
This section addresses pages 15-18 of the RFP.
4.1. Project Objectives
The objectives of this project are:
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
28 of 43
1. To provide a presentation system that is easy to use and view material
presented by all
individuals attending meetings in the Lee Bead Commission Chambers Room 804.
2. To create a system that will allow staff, citizens and vendors to make
presentations to
Commissioners that is both easy to utilize and read information presented.
3. To facilitate institutional purchases of cost-effective presentation
products, services and
support.
4. To acquire a contract with one vendor to provide a single point of contact
for the purchase of
a presentation system, installation, warranty and maintenance issues. The vendor
must be
capable of providing all services associated with the presentation system.
4.2. System Description
CPS will provide an audio visual system with the following features:
Display System
1. The display system is capable of displaying sources including DVD, VCR,
Computer, and
auxiliary video from either of two lecterns.
2. One of the two projectors will display these sources for exhibition to the
audience on a
motorized screen located behind the commissioners.
3. The other projector will display these sources for exhibition to the
commissioners on a
motorized screen located behind the audience.
4. Each projector can display the same source image or display two independent
source images.
Control System
1. The control system will provide each commissioner with the ability to
electronically vote and
have his or her vote automatically tabulated.
2. In addition, commissioners can be provided with some control over the system,
if desired.
3. The control system will control all source devices, projectors, projector
screens, and audio.
4. The control system will include a wireless touch panel for control of the
system from any
location within the room.
Audio System
1. The audio system that will automatically input, mix and output audio from
microphones and
source devices.
2. The audio system includes a mix-minus system that automatically prevents
interaction
between speakers and microphones that can cause feedback and echo.
Distribution System
1. The distribution system provides all the physical connections between source
devices, display
systems, and audio systems.
2. The distribution system is controlled by the control system for easy
operation.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
29 of 43
5. Services
This section addresses pages 15-20 of the RFP.
5.1. Display Devices
This section addresses page 15, #3 and #4 and #9 of the RFP.
5.1.1. CPS will furnish and install two (2) Sanyo PLC-XT11 2700 Lumen XGA
projectors with Wide Shot Lens. The first projector will be positioned to
display images for the audience on a projection screen located behind the
commissioners. The second projector will be positioned to display images for
the commissioners on a projection screen located behind the audience. Each
projector will be able to display images from all source devices in the system
and will be operated by the control system. The exact locations of these
projectors will be determined at the Final Design Review.
This section addresses page 15, #6 and #7 of the RFP.
5.1.2. CPS will furnish and install two (2) Draper Access V 150” motorized
screens
with additional screen drops and low voltage controllers. The first screen
will be positioned behind the commissioners to display images for the
audience from a projector located behind the audience. The second screen
will be positioned behind the audience to display images for the
commissioners from a projector located behind the commissioners. Each
screen will be operated by the control system. The exact locations of these
screens will be determined at the Final Design Review.
5.1.3. CPS will furnish and install all necessary cable kits, hardware, and
projector
and screen mounts to complete the implementation of a complete display
system.
5.2. Interface, Switching, & Distribution
This section addresses page 15, #1 of the RFP.
5.2.1. CPS will furnish and install one (1) Extron CrossPoint 300 84, 8x4, RGBHV
and stereo audio switcher. This switcher will be installed in one (1) of the
two (2) equipment racks located in two (2) custom lecterns. The CrossPoint
300 84 will provide for complete matrix switching of all RGBHV video and
stereo audio sources to all display systems and audio systems located within
the facility.
This section addresses page 15, #1 of the RFP.
5.2.2. CPS will furnish and install one (1) Extron MAV 84 SVA, 8x4 S-Video and
stereo audio switcher. This switcher will be installed in one (1) of the two (2)
equipment racks located in two (2) custom lecterns. The MAV 84 SVA will
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
30 of 43
provide for complete matrix switching of all S-Video and stereo audio sources
to all display systems and audio systems located within the facility.
This section addresses page 15, #8 of the RFP.
5.2.3. CPS will furnish and install two (2) Extron RGB 192 Universal Computer-
Video
Interfaces with audio. These interfaces will be installed in each lectern and
will provide a dedicated computer interface to the audio and video system for
customer-furnished tower PCs.
This section addresses page 15, #8, and #17 of the RFP.
5.2.4. CPS will furnish and install two (2) Extron CIA114 Architectural Computer
Interfaces with audio and with local monitor output. These interfaces will be
mounted on top of each lectern and will provide a dedicated interface to the
audio and video system for customer-furnished notebooks PCs.
This section addresses page 15, #8 of the RFP.
5.2.5. CPS will furnish and install two (2) custom lectern-mounted composite
video
with audio and XLR interfaces. These interfaces will allow for the connection
of devices with composite video and audio to the audio and video system.
They will also provide an interface for two (2) wired, handheld microphones
to located at each lectern.
This section addresses page 15, #8 of the RFP.
5.2.6. CPS will furnish and install one (1) Extron YVC100N Composite Video to
Svideo
decoder. This decoder will convert video from the composite video
interfaces located at the lecterns to S-video for connection to the S-Video
switcher.
5.2.7. CPS will furnish and install all necessary cable kits, hardware, and
mounts to
complete the implementation of the interface, switching and distribution
system.
5.3. Source Equipment
This section addresses pages 15-16, #17 of the RFP.
5.3.1. CPS will furnish and install two (2) JVC SR-V101US DVD/VCR combo units.
Each DVD/VCR combo will be installed in the two (2) equipment racks located
in two (2) custom lecterns. These units are for display of DVD and VCR
sources on the display system.
This section addresses pages 15-16, #17 of the RFP.
5.3.2. CPS will furnish and install two (2) Wolfvision VZ-8 XGA Document
cameras.
Each document camera will be installed in the document camera pullout
drawers in two (2) custom lecterns. These units are for display of nonelectronic
sources (papers, books, etc.) on the display system.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
31 of 43
5.3.3. CPS will furnish and install all necessary cable kits, hardware and
mounts to
complete the implementation of the source equipment.
5.4. Video Conferencing System
5.4.1. No Video Conferencing System is required for this design.
5.5. Audio System
This section addresses page 15, #5 of the RFP.
5.5.1. CPS will furnish and install three (3) Gentner XAP800 Microphone
Automixers. These automixers will be installed in one (1) of the two (2)
equipment racks located in two (2) custom lecterns. The XAP800 will mix all
audio from microphones with audio from other audio sources connected to
the system. The XAP800 will also provide a mix-minus system for
microphones and speakers to eliminate echo and feedback in the microphone
system. The output of the XAP800 will be sent to the volume control in the
control system and then to the amplifier and system speakers.
This section addresses page 15, #5 of the RFP.
5.5.2. CPS will furnish and install one (1) BiAmp 8-Channel Amplifier. This
amplifier
will be installed in one (1) of the two (2) equipment racks located in two (2)
custom lecterns. The amplifier will provide source audio to up to eight zones
for the sixteen speakers in the system
This section addresses page 15, #5 of the RFP.
5.5.3. CPS will furnish and install sixteen (16) JBL Control 26CT Ceiling-
mounted
speakers. These speakers will provide audio from audio source equipment
and microphones. The exact locations of these speakers will be determined
at the Final Design Review.
5.5.4. CPS will furnish and install sixteen (16) Audio Technica 18” Gooseneck
microphones with shock mounts and push-to-talk buttons. These
microphones will be installed at each lectern, table, and each commissioner’s
seat at the commissioner’s table. These microphones will voice
reinforcement through the speakers in the system.
5.5.5. CPS will furnish and install two (2) Shure SM58 Wired Handheld
Microphones
and microphone stands. These microphones will be installed in each lectern.
These microphones will provide voice reinforcement from each lectern to
people who are not speaking from the lecterns.
This section addresses page 15, #10 of the RFP.
5.5.6. CPS will furnish and install three (3) Shure ULXS14/85 Wireless Lavaliere
microphones. The receivers for these speakers will be installed in the
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
32 of 43
lecterns. These microphones will provide wireless voice reinforcement for
people who are moving around the room as they are speaking.
5.5.7. CPS will furnish and install all necessary cable kits, hardware, and
mounts to
complete the implementation of the interface, switching and distribution
system.
5.6. Control System
This section addresses page 15, #3, #13, #14, #15, and #16 of the RFP.
5.6.1. CPS will furnish and install one (1) AV2 Integrated Controller with power
supply. The control system will include a volume control interface, a dual
Ethernet card, a 1GB flash card for the EVOTE system, and a wireless router.
The controller will be installed in one (1) of the two (2) equipment racks
located in two (2) custom lecterns. The control system is capable of remote
communications and diagnostics. The control system will control the
projectors, motorized screens, matrix switchers, automixers, amplifiers,
DVD/VCR combo units, touch panels and will provide voting and tabulating
capability.
This section addresses page 15, #12 of the RFP.
5.6.2. CPS will furnish and install one (1) Crestron TPMC-10 10.4” Wireless
Touch
panel with docking station. This touch panel will be the graphic interface for
system users and will operate the system from anywhere in the room.
This section addresses page 16, #18 of the RFP.
5.6.3. CPS will furnish and install fourteen (14) Crestron TPS-2000 5” wired
touch
panels. These touch panels will be the graphic interface for the
commissioners and will be the interface for the voting system. The panels
will be installed at each commissioner’s seat at the commissioner’s table.
The specific installation location will be determined at the Final Design
Review.
5.6.4. CPS will furnish and install all necessary cable kits, hardware and
mounts to
complete the implementation of all control system equipment.
5.7. Furniture & Miscellaneous
This section addresses page 15, #2 and pages 15-16, #17 of the RFP.
5.7.1. CPS will furnish and install two (2) VFI audiovisual lecterns. The
lecterns will
include:
5.7.1.1. Rack Rails
5.7.1.2. PC Tower Bay
5.7.1.3. Keyboard Drawer
5.7.1.4. Flex Light
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
33 of 43
5.7.1.5. Pocket Doors
5.7.1.6. Rear Access Panels
5.7.1.7. Document Camera Pullout Drawer
5.7.1.8. Recessed monitor bay
5.7.1.9. Casters and cutouts for laptop interface and gooseneck
microphone
This section addresses page 15, #2 and pages 15-16, #17 of the RFP.
5.7.2. CPS will furnish and install two (2) Rack-mount Surgex power conditioners
that will be located in each lectern.
This section addresses page 15, #2 and pages 15-16, #17 of the RFP.
5.7.3. CPS will furnish and install two (2) Stand-alone Surgex power
conditioners
that will be located with each projector.
This section addresses page 15, #11 of the RFP.
5.7.4. CPS will furnish and install one (1) Logitech Wireless Keyboard and
Optical
Mouse.
5.7.5. CPS will furnish and install all necessary cables for the connection of
all
systems included in this proposal.
5.8. System Testing
5.8.1. Within five (5) days after complete installation of the system, CPS will
confirm all functionality of the system.
5.8.2. CPS and The August-Richmond Procurement Department will perform a
System Acceptance Test as outlined and approved by The Augusta-Richmond
Procurement Department during the Final Design Review to confirm that all
the required systems work properly.
5.9. System Acceptance
5.9.1. After completion of testing on the system, CPS will request that The
Augusta-
Richmond Procurement Department submit a written report showing any
deficiencies within five (5) days.
5.9.2. If no deficiencies are detected, CPS will request that The Augusta-
Richmond
Procurement Department provide an acceptance letter for the room being
tested.
5.9.3. The absence of any deficiency report within ten (10) days after the
completion of the testing period will be regarded as acceptance.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
34 of 43
5.10. System Training and Documentation
5.10.1. System Training in conformity with the outlined format approved during
Final
Design Review would then be conducted.
5.10.2. CPS will provide at minimum- four, two-hour training sessions on the AV
System and room configurations to technological groups.
5.10.3. CPS will provide at minimum- two, half-hour overview sessions on AV
System
and room configurations to interested The Augusta-Richmond Procurement
Department employees.
5.10.4. CPS will provide training materials, including user manuals, which may
be
duplicated and distributed for usage and future training.
5.10.5. CPS will also allow The Augusta-Richmond Procurement Department to
videotape instructional sessions for future training.
5.10.6. System Documentation and As Built drawings would then be delivered to
The
Augusta-Richmond Procurement Department within five (5) days of the
completion of System Training.
5.11. System Warranty
5.11.1. CPS will provide a one-year warranty from the date of acceptance of
substantial completion for the room on all installation related cabling and
workmanship, and will activate the warranties of all equipment for The
Augusta-Richmond Procurement Department.
6. Support
This section addresses pages 19-20 of the RFP.
6.1. Implementation Plan
The CPS Implementation Plan is designed to satisfy the engineering, integration,
installation and training requirements of the RFP and will be comprehensive in
nature. It
will consist of the following:
6.1.1. After notification of award, CPS will immediately schedule a Final Design
Review (FDR) with The Augusta-Richmond Procurement Department as well
as other city government personnel that will be involved with this project. At
the Final Design Review CPS will discuss and finalize decisions pertaining to
the following Proposal Documents and related topics:
6.1.1.1. Review of CPS Bill of Materials
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
35 of 43
6.1.1.2. Review of CPS Statement of Work
6.1.1.3. Review of CPS System Drawings
6.1.1.4. Submission of Project Plan for Approval
6.1.1.5. Preliminary (In-House) System Acceptance Test Plan Formal for
Approval
6.1.1.6. Final System Test Plan Format for Approval
6.1.1.7. Crestron Control System Panel Layout for Approval
6.1.1.8. System Training Format for Approval
6.1.1.9. System Documentation Format for Approval
6.1.1.10. Optional Preventative Maintenance Discussion
6.1.1.11. CPS Terms and Conditions Discussion
6.1.1.12. Discussion of The Augusta-Richmond Procurement Department
Facility Access Procedures
6.1.1.13. Discussion of Coordination with Other Facility Contractors
6.1.2. After completion of the Final Design Review resulting in The Augusta-
Richmond Procurement Department signoff, CPS would commence ordering
equipment, cables and supplies from the approved Bill of Materials. CPS
would immediately notify The Augusta-Richmond Procurement Department of
any identified long lead items that may affect the Project Schedule.
6.1.3. Within two weeks of the completion of the Final Design Review and in
accordance with the accessibility to the Lee Beard Commission Chambers,
Room 804, CPS will dispatch a team of installers to complete the following
tasks:
6.1.4. Cable runs from the podiums to all endpoint wiring locations on the
reflective
ceiling plan.
6.1.5. CPS will de-install all of the current GFE equipment that will not be a
part of
the final installation.
6.1.6. Prior to that activity, at the CPS facility a team of installers will
integrate all of
the rack devices into the podiums and complete all inter-rack cabling. All
system functionality will be tested to ensure performance within the required
system parameters.
6.1.7. Our control system programmer will then install the customprogrammed
Crestron control system in conformity with The Augusta-
Richmond Procurement Department’s approved panel layout (see Final
Design Review). Our programmer will test for complete system controllability
and functionality from each of the two panels. The performance test will
consist of the following functions:
6.1.7.1. RGB/Video source routing selection for display
6.1.7.2. Source selection mapping location on designated display
6.1.7.3. VCR transport controls
6.1.7.4. DVD transport controls
6.1.7.5. Tuner transport controls
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
36 of 43
6.1.7.6. Audio configuration
6.1.7.7. Voting tally system
6.1.7.8. Motorized Screen control
6.1.7.9. Projector control
6.1.8. After completing in-house system testing, CPS will arrange for The
Augusta-
Richmond Procurement Department as well as other city government
personnel that will be involved with this project to test the system in
conformity with the approved Preliminary System Acceptance Plan covered
during the Final Design Review. This test could either take place at the CPS
facility or onsite prior to complete termination of all devices into the central
equipment rack.
6.1.9. After approval of complete system functionality, CPS will terminate all
cables
into the central equipment rack.
6.1.10. Final System Acceptance would then commence in conformity with the Test
Plan outlined during the Final Design Review. The warranty period for the
system would commence upon The Augusta-Richmond Procurement
Department signoff.
6.1.11. System Training in conformity with the outlined format approved during
Final
Design Review would then be conducted. CPS will provide at minimum – four
(4), two-hour training sessions on the AV System and room configurations to
technological groups. CPS will provide at minimum – two (2), half-hour
overview sessions on AV System and room configurations to interested
Augusta-Richmond Procurement Department employees as well as other city
government personnel that will be involved with this project. CPS will
provide training materials, including user manuals, which may be duplicated
and distributed for usage and future training. CPS will also allow The
Augusta-Richmond Procurement Department to videotape instructional
sessions for future training.
6.1.12. System documentation and as-built drawings would then be delivered to
The
Augusta-Richmond Procurement Department within five (5) days of the
completion of System Training.
6.1.13. CPS anticipates that the approximate time frames associated with each of
the
above outlined tasks would be as follows:
6.1.13.1. Final Design Review 2 Days after contract award
6.1.13.2. Receipt of Equipment 14 Days after contract
award
6.1.13.3. Completion of De-installation 28 Days after contract
award
6.1.13.4. Completion of Onsite Cabling 30 Days after contract
award
6.1.13.5. Completion of Final System Test 42 Days after contract
award
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
37 of 43
6.1.13.6. Completion of Training 45 Days after contract
award
6.1.13.7. Completion of Deliverables 60 Days after contract
award
6.1.13.8. (Documentation, Drawings)
6.1.14. On-Time Completion of the above tasks is tied to variables such as
access to
the facility, long-lead items from manufactures, project management
cooperation with other construction trades, etc. Notwithstanding those
identified variables, CPS stands prepared and is confident of its ability to
satisfy The Augusta-Richmond Procurement Department ’s schedule for
project completion.
6.1.15. During the Project Schedule, CPS will meet with The Augusta-Richmond
Procurement Department personnel and other construction trades at regular
intervals as required by The Augusta-Richmond Procurement Department. At
the conclusion of each meeting a Project Update Report will be issued to
promptly identify any and all issues pertaining to maintaining the Project
Schedule shown above.
6.1.16. During the final three weeks of the Project Schedule, the CPS Project
Manager and a team of installers will be onsite every day to ensure timely
provision of all system functionality and System Deliverables. The Project
Team will not leave the site until Final System Acceptance is signoff on by
The Augusta-Richmond Procurement Department and 100% customer
satisfaction is achieved.
6.2. Implementation Support
Mike Stroble, CPS Atlanta Operations Manager, will be the focal point for
implementation.
• Alan Jackson, AV Engineer, will report to Mike Stroble is responsible for the
overall
design of this system.
• Wayne Johnson, CPS Senior Engineer will report to Mike Stroble and will be
responsible
for programming and testing the Crestron control system
6.3. Escalation Procedure
Mike Stroble is the first point of contact to resolve any issues arising during
the
implementation. Should an issue arise that requires additional company
resources, Mike
will contact Bob Thornton, CPS General Manager for resolution. Ultimately, Bob
Thornton
reports to directly to Michael Perch, President of CPS.
6.4. Customer Support & Problem Resolution
Account Team Support
Dawn Ouwerkerk, Atlanta Regional Sales Manager, is responsible for all sales
activities that
take place in the Atlanta Southeast Regional Office. All account managers report
to her.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
38 of 43
Jeff Baker, Account Manager, is responsible for reviewing the requirements of
this RFP,
working with engineering to insure that the best design is being offered to The
Augusta-
Richmond Procurement Department. In addition, he is responsible for preparing
this
response to the RFP and working with the implementation team to insure that the
system
is implemented successfully.
6.5. Customer Support – Preventative Maintenance Inspections (PMI) and
Service Plans
6.5.1. CPS offers a full range of service contracts to meet the specific needs
of any
client. These include Preventative Maintenance, Corrective Maintenance/
Technical Support, and Emergency Maintenance services. Each will be
described in detail in the following paragraphs and can be customized to
meet your specific requirements and budget.
6.5.2. Before a maintenance contract can be finalized, an itemized list of
equipment
to be serviced must be complied by room and location. This will be used as a
basis for the service contract.
6.5.3. Preventative Maintenance Inspection (PMI) service provides up to four
(4) periodic operational checks of the equipment to ensure your investment
is kept in optimum working order.
6.5.3.1. This includes such services as: cleaning projector lenses and other
critical surfaces, lubricating moving parts as recommended by the
respective manufacturers, adjusting and aligning parts as needed
to maintain optimum registration, color balance and focus.
Performance of these services on a regular basis will keep the
equipment operating at maximum efficiency and provide
additional assurance of quality performance.
6.5.3.2. While it is suggested to schedule PMI’s on a quarterly basis, the
number of visits and the associated cost can be modified to meet
your requirements and budget.
6.5.4. Corrective Maintenance/Technical Support services provide repair for
equipment that is not performing properly between scheduled preventative
maintenance inspections. This service is available during normal business
hours Monday – Friday.
6.5.4.1. CPS offers remote troubleshooting via help desk phone support or
remote access. Response time can be guaranteed as soon as 4
hours depending on your needs and budget.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
39 of 43
6.5.4.2. In the event CPS cannot solve the problem via the telephone or
remote access, a field engineer will be dispatched to your
location. Upon arrival, the field engineer will diagnose the
problem, correct it if possible, and initiate part replacement orders
if necessary.
6.5.4.3. If replacement parts are required, the account manager will
prepare a Change Order request itemizing associated part and
labor costs (if applicable to your service plan) for client approval.
6.5.4.4. After approval from the client has been obtained, the corrective
action will be performed. Performance time frame to complete this
repair will be customized to meet your need and budget.
6.5.5. Priority Emergency Service provides corrective maintenance and technical
support during evening, weekend, and holiday hours for mission critical
systems requiring little or no down time. Response time can be as little as
two hours depending on your needs and budget constraints.
6.5.6. CPS Service Deliverables
6.5.6.1. Upon completion of a scheduled quarterly PMI or a
troubleshooting call, CPS will provide an itemized work order
detailing the nature of the problem and corrective actions taken.
This document will be submitted for your approval and considered
a certificate of completion for the service call.
7. Contract Information
This section addresses pages 19-20 of the RFP.
7.1. Basic Terms and Conditions
7.1.1. This proposal is submitted on a firm fixed price basis and will be valid
for a
period of one hundred-twenty (120) days from the date of submittal unless
otherwise renewed in writing by CPS.
7.1.2. The price quoted assumes that all labor is based upon regular working
hours,
Monday through Friday 8AM – 6PM. CPS is fully aware that access to the
room must be done by advance reservation. Labor prices are calculated
reflecting continued and unrestricted access (with a valid reservation) to the
job site and facility where the work is to take place. Any access restrictions,
interruptions, work stoppages or rescheduling of work caused by The
Augusta-Richmond Procurement Department may result in additional labor
charges.
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
40 of 43
7.1.3. Changes to the firm fixed price agreed upon will not be made except
through
the mutual written agreement of the parties.
7.1.4. The Augusta-Richmond Procurement Department is responsible for providing
the following items, as indicated below, prior to the commencement of the
work listed in this Proposal.
7.1.4.1. Itemize Government responsibilities including electrical, lighting,
etc.
7.1.4.2. Any required escorts needed to gain access to the work area
7.1.4.3. Unlimited access to the work area during scheduled work hours
7.1.4.4. Government Furnished Equipment
8. Four Phases of System Implementation, Timeline and Progress
Payment Billing
Implementation Action
Days After
Contract Award
Progress Payment
Billing
Final Design Review Five 50%
Preliminary (In House) Sub-System
Testing
Seventy-Five 0%
Delivery of Integrated System Onsite Ninety 40%
Final System Testing and System
Acceptance and Training
One Hundred and
Twenty
10%
8.1. Final Design Review – GSI will provide the following deliverables during
the Final
Design Review:
8.1.1. Review of GSI Bill of Materials
8.1.2. Review of GSI Statement of Work
8.1.3. Review of GSI System Drawings
8.1.4. Review of Client facility drawings
8.1.5. Review of Optional System Upgrades
8.1.6. Submission of Project Plan for Approval
8.1.7. Preliminary (In-House) System Acceptance Test Plan Formal for Approval
8.1.8. Final System Test Plan Format for Approval
8.1.9. Control System Panel Layout for Approval
8.1.10. System Training Format for Approval
8.1.11. System Documentation Format for Approval
8.1.12. Optional Preventative Maintenance Discussion
8.1.13. GSI Terms and Conditions Discussion
8.1.14. Discussion of Client facility access procedures
8.1.15. Discussion of coordination with other facility contractors
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
41 of 43
8.2. Preliminary (In House) Sub-System Testing – GSI will provide the following
deliverables during the Preliminary (In House) Sub-System Testing:
8.2.1. Testing of Display Sub System Functionality
8.2.2. Testing of Interface Switching and Distribution Sub system Functionality
8.2.3. Testing of all source equipment
8.2.4. Testing of VTC System
8.2.5. Testing of Audio System
8.2.6. Testing of Control System
8.2.7. Inspection of inter-rack cabling
8.3. Delivery of Integrated System Onsite – GSI will provide the following
deliverables
during the Delivery of Integrated System onsite:
8.3.1. At the GSI location, proper inventorying of all system components to
include
manufacturer, model number, description and serial number.
8.3.2. Coordination of shipment of Integrated System and various room devices to
the Battle Staff location.
8.3.3. Proper coordination of transfer of ownership from GSI to the government.
8.3.4. Final System Testing and System Acceptance, Training, System warranty and
Preventative Maintenance - GSI will provide the following deliverables during
the Final System Testing and System Acceptance and Training:
8.3.5. Final Testing of Display Sub System Functionality
8.3.6. Final Testing of Interface Switching and Distribution Sub system
Functionality
8.3.7. Final Testing of all source equipment
8.3.8. Final Testing of VTC System
8.3.9. Final Testing of Audio System
8.3.10. Final Testing of Control System
8.3.11. System Training to include distribution of User Manual.
8.3.12. Activation of System Warranty and Quarterly Preventative Maintenance
Program.
8.4. For payments via electronic funds such as wire transfer, ACH, or EFT to:
Branch Banking & Trust
1717 King Street
Alexandria, VA 22314
ATTN: Doje Beyene
RTG: 056005318
ACCT:5237240016
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
42 of 43
8.5. For payments via check, remit to:
Corporate Presentation Systems
12353 Sunrise Valley Drive, Suite A
Reston, VA 20191
ATTN: Tracy Groff
9. Acceptance
9.1. City of Augusta
______________________________________________________________________
Printed Name
______________________________________________________________________
Authorized Signature Title Date
9.2. CPS
______________________________________________________________________
Printed Name
______________________________________________________________________
Authorized Signature Title Date
The Augusta-Richmond Procurement Department
RFP #05-118A Design Option
CPS
April 4, 2006
1230 Peachtree Street, Suite 2440 / Phone: 404-532-1650 / Fax: 404-532-1071
43 of 43
10. Bill of Material, Labor Estimate and Other Direct Costs
The Bill of Material, Labor Estimate and Other Direct Costs can be found on the
following
page.
To:
Qty. Model # Manufacturer Description Price Each Price Total
2 PLC-XT11 Sanyo 2700 Lumen True XGA Projector $3,503.50 $7,007.00
2 LNS-W10 Sanyo Wide shot lens for PLC-XT11 projector $1,943.50 $3,887.00
2 RPA-140 Chief Projector mount $181.09 $362.18
2 CMA-365 Chief Truss Ceiling adapter $44.59 $89.18
2 CMA-0305 Chief 3' - 5' extension column $117.39 $234.78
2 Custom CPS Projector mounting hardware $65.00 $130.00
2 CCPROJ CPS Projector cable kit $156.00 $312.00
2 102205 Draper Access / Series V 150" diagonal motorized screen $2,572.70
$5,145.40
2 121057 Draper LVCIII Low voltage controller w LVS switch $189.80 $379.60
1 60-219-16 Extron Crosspoint 300 84HVA Matrix Switcher $2,333.50 $2,333.50
1 60-554-22 Extron MAV Plus $780.00 $780.00
2 60-486-01 Extron RGB192 Computer Interface $422.50 $845.00
2 60-597-12 Extron CIA114 Computer interface plate $526.50 $1,053.00
1 60-558-02 Extron YVC 100N composite video to s-video decoder $123.50 $123.50
4 CCINT CPS Computer Interface cable kit $97.50 $390.00
2 Custom CPS Lectern Wall plate $97.50 $195.00
www.cpslink.com
Date: April 4, 2006
Project: RFP #05-118A – Alternate Bid
Gary A. Hewett, Technical Manager
The Augusta-Richmond IT Dept.
Augusta, GA 30911
Phone: 706-821-2525
Fax: 706-821-2530
Bill of Materials 1230 Peachtree Street, NE
Suite 2440
Atlanta, GA 30309
Fax: 404-532-1071
3.2 Interface, Switching and Distribution
Annex 101
E-Mail: jbaker@cpslink.com
From: Jeff Baker
Phone: 678-249-8217
3.1 Display Devices
E-Mail: hewett@augustaga.gov
530 Greene Street
RFP #05-118A – Alternate Bid Proprietary Information Page 1 of 3
Qty. Model # Manufacturer Description Price Each Price Total
2 CFE CFE Laptop computer CFE CFE
2 CFE CFE Dedicated computer with 15" monitor, keyboard, mouse CFE CFE
2 SR-V101US JVC DVD/VCR combo $195.00 $390.00
2 RSH4A3S SRV101US Middle Atlantic Custom DVD/VCR Rack shelf $121.60 $243.20
2 CCDVDVCR CPS DVD/VCR combo cable kit $390.00 $780.00
2 VZ-8Plus Wolfvision XGA Document camera $3,448.90 $6,897.80
2 CCDOC CPS Document camera cable kit $130.00 $260.00
None Required
3 910-151-101 Gentner Automixer $4,812.60 $14,437.80
3 CCMIX CPS Automixer cable kit $39.00 $117.00
1 MCA-8050 BiAmp 8-Channel amplifier $986.70 $986.70
1 CCAMP CPS Amplifier cable kit $26.00 $26.00
16 Control 26CT JBL Ceiling speakers $130.26 $2,084.16
16 CCSPK CPS Speaker cable kit $19.50 $312.00
17 ES917S/C Audio Technica 18" Gooseneck microphone with shock mount and PTT
button $280.80 $4,773.60
17 A400SM Shure Gooseneck shock mount adapter $22.06 $375.02
2 SM58 Shure Handheld microphone $127.40 $254.80
2 MS-10C Shure Mic stand $66.89 $133.78
3 ULXS14/85 Shure Wireless microphone lavaleire combo kit $708.76 $2,126.28
22 CCMIC CPS Microphone cable kit $26.00 $572.00
1 AV2 Crestron Integrated controller $1,755.00 $1,755.00
4 CNPWS-75 Crestron Power supply $292.50 $1,170.00
1 TPMC-10 Crestron 10.4" wireless control touch panel $2,470.00 $2,470.00
1 TPMC-10-DS Crestron Docking station for TPMC-10 touch panel $325.00 $325.00
14 TPS-2000 Crestron 5" control touch panel $1,235.00 $17,290.00
2 C2N-VEQ4 Crestron Volume control interface $520.00 $1,040.00
1 C2ENET-2 Crestron Dual port ethernet card for AV2 $845.00 $845.00
1 S153-2044 Sandisk 1 Gigabyte compact flash for AV2 controller (EVOTE
functionality) $103.99 $103.99
1 F5D8230-4 Belkin Pre-N router for TPMC-10 wireless control touch panel $175.02
$175.02
1 CCCONTROL CPS Control system cable kit $195.00 $195.00
3.3 Source Equipment
3.4 VTC System
3.5 Audio System
3.6 Control System
RFP #05-118A – Alternate Bid Proprietary Information Page 2 of 3
Qty. Model # Manufacturer Description Price Each Price Total
2 PD3002 VFI Audiovisual lectern with rack rails, pc tower bay, keyboard drawer,
$2,598.70 $5,197.40
rear access panel(s), document camera pullout drawer,
casters
2 SX1115RT SurgeX Rack mount power strip / conditioner $475.80 $951.60
2 SA15 SurgeX Standalone power conditioner $284.70 $569.40
1 Cordless MX-3100 Logitech Cordless Keyboard/Optical mouse $221.00 $221.00
1 MHR-5 CPS 1000' roll RGBHV cable $1,235.00 $1,235.00
1 MHR-2 CPS 500' roll S-Video cable $312.00 $312.00
1 RG-59 CPS 500' roll composite video cable $208.00 $208.00
1 AUD/Control CPS 1000' roll Audio / control cable $234.00 $234.00
2 Mic cable CPS 1000' roll microphone cable $522.60 $1,045.20
$93,379.89
$35,827.22
$129,207.11
$0.00
$129,207.11
3.7 Furniture and Miscellaneous Equipment
Total System Price with Sales Tax
Sales Tax @ 0%
Total System Price
Engineering, Implementation, Shipping and ODC's
Total Materials
RFP #05-118A – Alternate Bid Proprietary Information Page 3 of 3
Commission Meeting Agenda
5/16/2006 2:00 PM
Radar for Ga. State Patrol
Department:Clerk of Commission
Caption:Motion to approve the purchase of radar units for the Georgia
State Patrol funded from the Administrator budget. (No
recommendation from Public Safety Committee May 8,
2006)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Crossroads Fellowship Church
Department:Clerk of Commission
Caption:Motion to approve the request from Crossroads Fellowship
Church for an abatement of 2005 taxes. (Approved by
Finance Committee May 8, 2006)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Engagement Letters
Department:County Attorney - Stephen E. Shepard, Attorney
Caption:Motion to approve the Engagement letters for counsel and
SWAP advisor. (Approved by Finance Committee May 8,
2006)
Background:See Caption.
Analysis:County Attorney was directed to submit these matters to the
next Finance Committee meeting.
Financial Impact:See engagement letters.
Alternatives:N/A
Recommendation:Approve engagement letters.
Funds are
Available in the
Following
Accounts:
Fees to be paid from costs of issuance.
REVIEWED AND APPROVED BY:
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Indirect Cost Allocation Study
Department:Finance - Donna Williams, Interim Director
Caption:Motion to approve Cost Allocation Plan Update to be done
by KPMG. (Approved by Finance Committee May 8, 2006)
Background:The Georgia General Assembly House Bill 491 mandates
Indirect Cost Studies be performed for local governments
with expenditures totaling $10 million or more. This study
provides the basis of the budget for the allocation of costs to
all funds receiving services from the General Fund. KPMG is
one of two companies that perform this service. As KPMG
performed this service last year, we were highly satisfied
with their work ethic and performance.
Analysis:Since KPMG computed the allocations for Augusta last year,
we enjoy some efficiency in that the groundwork for the
study is in place and only changes to the system and updated
financial information need to be collected and entered.
KPMG will prepare the A-87 Central Service Cost
Allocation Plan and a Full Cost Central Service Cost
Allocation Plan. The plans will utilize FY 2004 actual
audited costs, and will be prepared in accordance with
Federal Circular A-87, Cost Principles for State and Local
Governments. The plans will be compliant with the recently
revised A-87 regulations governing cost allocation plans. The
Full Cost plan will contain administrative costs, which are
not allowable under Circular A-87.
Financial Impact:$24,500 Budgeted in the Finance Department FY 2006
Budget for this report.
Alternatives:None. This report, mandated by House Bill 491, passed in
1997 and is effective for fiscal year ending in 2004.
Recommendation:Approve KPMG to update the Cost Allocation Plan.
Funds are
Available in the
Following
Accounts:
101015120 5211110
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
KPMG LLP
Suite 2000
303 Peachtree Street, N E
Atlanta, GA 30308
March 16,2006
Ms. Kathy Williams Finance
Analyst Augusta-Richmond
County 530 Greene Street
Augusta, Georgia 30911
Dear Ms. Williams:
KPMG LLP (KPMG) is pleased to submit this proposal to Augusta-Richmond County
government (the County), for services related to assisting with the development and
preparation of the Fiscal 2004 OMB Circular A-87 and Full Cost Allocation Plans for the
County. This letter confirms our understanding of the services desired by the County. The
project work plan and our standard Terms and Conditions are attached to this letter, and
become part of the agreement between KPMG and the County.
The OMB Circular A-87 plan will be prepared in accordance with Federal Office of
Management and Budget Circular A-87, Cost Principles for State and Local
Governments, as well as all other applicable federal and state laws, regulations, and
procedures, and will be used for charging indirect costs to the County's federal grant
programs. The County is responsible for submitting its cost allocation plan for
negotiation and approval if requested by its federal cognizant agency. Please note that
current OMB Circular A-87 regulations do not require the County to submit its cost
allocation plan for negotiation and approval unless specifically requested by its federal
cognizant agency. The second plan will be a "full-cost" plan for use in allocating indirect
costs to enterprise funds, internal service funds, and certain special revenue funds that are
supported by user fees.
Why should Augusta-Richmond County choose KPMG to provide indirect cost plan
assistance in the development of the County's Cost Allocation Plans? KPMG has an
experienced team and specialized software for assisting the County develop the cost
allocation plans. The cost allocation plans will assist the County in identifying indirect
costs attributable to federal programs and enterprise activities.
Experienced cost allocation professionals with State and Local Government experience.
The KPMG Team has experience in assisting numerous clients with preparing cost
allocation plans. The project team assigned to this engagement includes:
David Dennis, a partner based out of our Orlando office, has over 20 years experience in
KPMG LLP, a u.s. limited liability partnership, is the U.S.
member firm of KPMG International, a Swiss cooperative.
~ Letter to Ms. Williams Augusta-
Richmond County Government Page 2
government services. His public sector experience includes all levels of governments,
including the u.s. House of Representatives, State governments in Florida, Georgia, and
Rhode Island; and local governments in Georgia and throughout the United States. In
addition to his experience as the engagement partner for state agencies, cities, and
counties, he has served as the engagement partner for over fifty cost allocation and
indirect cost rate proposal studies. David is the Engagement Partner assigned to this
project.
Don Carter, a senior manager who is based out of our Atlanta office, has over 27 years
experience in cost analysis, operations review, performance review, cost determination,
and in the design, review, and analysis of cost allocation systems for state and local
governments. He is certified by the Association of Government Accountants as a
certified government financial manager. Don has personally authored and managed over
80 cost allocation and indirect cost rate proposal studies. In addition, he has lectured on
the subject of government costing throughout the United States, and designed costing
systems. Don is the Engagement Manager assigned to this project.
Sarah Curry, a senior associate based out of our Tallahassee office, has significant
experience in providing governmental costing and accounting services to state, local and
municipal governments. She has been involved in the production of central service cost
allocation plans, throughout the United States with a concentration on local governments
in the southeast. Sarah is assigned as the lead staff for the KPMG project team on this
engagement.
Specialized Cost Allocation Plan Software. The Cost Determination Model (CDM)
software provides schedules that relate to the financial statements and provide an easy to
read format. KPMG usually provides a draft report within 75 calendar days and a final
report within 90 calendar days of initiating fieldwork. The project time line is dependent
upon receiving client provided information in a timely manner.
Our fees for professional services are based on the time and staffing requirements of the
engagement, and include all expenses incurred by us. Our total contract costs to perform
the professional consulting services for the plans will not exceed $24,500. The
engagement fee will be billed to the County as follows: 50% of the fee thirty days after
the initiation of fieldwork, 25% upon delivery of the draft plans, and 25% upon delivery
of the final plans.
IW Letter to Ms. Williams Augusta-
Richmond County Government Page 3
We appreciate the opportunity to present this proposal to Augusta-Richmond County.
We look forward to discussing our proposal with you and especially to performing these
important services for the County. If you should have any questions, please contact me at
(404) 222-3629
Very truly yours,
KPMG LLP
~~Ci-~
Donald A. Carter
Senior Manager
ACCEPTED:
Authorized Signature
Title
Work Plan for Augusta-Richmond County OMB
Circular A-87 and Full Cost Allocation Plans
Engagement Objective
The objective of this engagement is to assist the County in developing the indirect cost
allocation plans. To meet this objective, KPMG proposes to assist the County as follows:
. Phase I - Assist with the development and preparation of the County's OMB
Circular A-87 Cost Allocation Plan based on County provided data in
accordance with the provisions ofOMB Circular A-87. The Plan will contain a
determination of total costs for providing each supporting service (e.g.:
Purchasing, County Attorney, Finance, Human Resources, Facilities
Management, etc.)
. Phase II - Assist with the development and preparation of the County's Full
Cost Allocation Plan based on County provided data. The Plan will be
prepared in accordance with the full costing concepts that recognizes and
incorporates all central service expenditures of County departments and
offices, including "general government" costs.
Work Plan Approach
The phases and related tasks described in this section outline KPMG's approach to this
engagement. It is anticipated that one week of on-site fieldwork at the County's offices
will be required for this project. Interviews conducted with County personnel during this
time are typically 30 to 45 minutes for each central service department identified for
allocation in the plan.
Phase LA - Development of the County's OMB Circular A-87 Cost Allocation Plan
Task 1: KPMG will meet with County personnel regarding the project objectives and
timeline. (Week 1)
Task 2: Organize a project team comprised ofKPMG Team personnel and at least one
County staff member. This staff member will provide liaison services with all
other County departments, which will entail scheduling appointments and
introductions with interviewees. (Week 1)
Task 3: Provide the County with a list of requested allocation statistics before the
commencement of fieldwork to expedite the data collection process related to
the plan. (Week 1)
Task 4:
Task 5:
Task 6:
Task 7:
Task 8:
Task 9:
Work Plan for Augusta-Richmond County OMB
Circular A-87 and Full Cost Allocation Plans
At the County's request, KPMG will conduct a workshop for the County's
central service departments to assist them in understanding the purposes of the
study and the types of data needed for the project. (Week 2)
Develop an understanding of the County's current methodology related to the
accumulation and allocation of central service and departmental
administrative costs. (Week 2)
Identify indirect cost centers and classify services performed. (Weeks 2
through 3)
Develop an understanding of the County's previous indirect cost recovery
methodology, as appropriate. (Weeks 2 through 4)
Conduct interviews with central service departments to develop an
understanding of the services being provided to County departments. (Week
2)
Read and analyze County central service department expenditures to identify
the indirect cost pools from the County expenditure reports. (Weeks 2 through
6)
Task 10: Identify the allowable costs for providing supporting service. Supporting
services include such departments as: Purchasing, Legal Counsel, Finance,
Human Resources, Facilities Management, etc. (Weeks 2 through 6)
Task 11: Work with County staff and select allocation bases that representative of the
types of cost being distributed. Major allocation bases may include:
. Direct Assignment
. Square Footage
. Full-time Equivalent Personnel
. Number of Accounting Transactions
. Insured Employees and Insurance Values
. Actual Billings and Purchase Orders
(Weeks 2 through 6)
Task 12: Document in the work papers the accumulation of central services costs,
indirect cost pools, and statistical allocation. (Weeks 2 through 6)
Task 13: Prepare the cost allocation plan outline in the CDM system. (Week 7)
Work Plan for Augusta-Richmond County OMB
Circular A-87 and Full Cost Allocation Plans
Phase LB - Preparation of the County's OMB Circular A-87 Cost Allocation Plan
Task 1:
Task 2:
Task 3:
Task 4:
Task 5:
Task 6:
Input the County's financial data into the CDM system. (Weeks 7 through 9)
Reconcile the County's expenditures to the data entered in the CDM System.
(Week 9)
In accordance with OMB Circular A-87, prepare any adjustments necessary to
distribute direct and indirect costs to the appropriate categories. (Week 9)
Enter the County provided statistical/allocation base information into the
CDM system. (Week 9)
Upon completing the data entry process, KPMG will process the step-down
allocation using the double apportionment methodology within the CDM
system and print the supporting schedules. (Week 10)
Issue the County's OMB Circular A-87 Cost Allocation Plan. The A-87 Cost
Plan will include the following financial and statistical schedules: (Week 10)
- Total Costs Report that identifies the total operating costs of the County
by fund category and agrees to the County's financial statements.
- Unallowable Costs Report which identifies the total unallowable costs of the
County by fund category per the applicable provisions of OMB Circular
A-87.
- Allowable Costs Report which identifies the total allowable costs of the
County .
- Stepdown Allocation Report that identifies the portion of indirect costs
allocated to each direct cost objective and indirect cost pool using the
double apportionment methodology.
- Summary of Allocation Bases that identifies the allocation base
statistical data associated with each indirect cost pool.
- Apportionment Reports that identify the total costs of each indirect cost
pool and their allocation to benefiting direct and indirect activities.
Work Plan for Augusta-Richmond County OMB
Circular A-87 and Full Cost Allocation Plans
- Reconciliation Reports that identify the total financial statement costs of the
indirect cost pools, the addition of use allowances, and the deduction of
unallowable costs by category.
Task 7: Submit a draft report to County personnel for review. Delivery of the draft
report is usually issued within 75 days after initiation of fieldwork. The
project time line is dependent upon receiving client provided information in a
timely manner. (Week 10)
Task 8: At the County's request, conduct a workshop for County departments that will
be charged indirect costs to assist with their understanding of the indirect cost
methodology. (Week 11)
Task 9: Incorporate changes recommended by County personnel and provide five
copies of the final report, including the appropriate indirect cost rate
schedules. Delivery of the final report is usually issued within 90 days after
initiation of fieldwork. The project time line is dependent upon receiving
client provided information in a timely manner. (Week 12)
Phase II - Development and Preparation of the County's Full Cost Allocation Plan
KPMG will follow the tasks outlined in Phase I, as required. In this phase, however, we
will develop and prepare the Plan in accordance with full costing concepts that recognize
and incorporate all central service expenditures of the County, including "general
government" expenditures (which are only unallowable for purposes of claiming indirect
costs related to federal grants).
Deliverables and Other Matters
Our analysis will be prepared under the Consulting Standards issued by the American
Institute of Certified Public Accountants (AI CPA) and does not constitute an
examination, compilation or agreed upon procedures in accordance with the standards
established by the AICP A. This analysis will be prepared on the basis of information
received from the County. No independent verification of this information will be made
by KPMG and we assume no responsibility for the accuracy or reliability of the
information provided to us. The analysis will be intended solely for the use of the County
and may not be provided to any third party without the written consent of KPMG and
should not be relied upon for any other purposes.
Additional considerations
Work Plan for Augusta-Richmond County OMB
Circular A-87 and Full Cost Allocation Plans
It has been our experience that the County's participation is necessary for this type of
engagement to be successful. It is imperative that we receive timely cooperation
regarding requested data so that effective use may be made of KPMG and County
resources, as well as the CDM system. KPMG requests that information provided by
County personnel will be summarized and subtotaled by Fund, Department and Division.
Information requested by KPMG should be provided in both electronic and hard copy
formats. We require temporary office space and telephone services for local calls while
on-site. Additionally, we understand that it is our responsibility to provide our own
computer hardware and software, supplies, clerical support, and data entry support, and
that no County staff or equipment will be provided for this project except as interviewees.
The majority of work to be performed will take place on-site at the County or at our
Orlando office. Initially, we will gather financial and statistical information from the
County on-site which will then be taken to our KPMG offices for further evaluation. The
computer capabilities of our office are extensive and specifically tailored for the design
and implementation of cost allocation plans and indirect cost rate proposals.
Commission Meeting Agenda
5/16/2006 2:00 PM
Stephen Steinberg
Department:Clerk of Commission
Caption:Consider a request from Stephen H. Steinberg regarding
relief from 2001 taxes for the property at 1367 Gordon
Highway. (Map/Parcel No. 073-0-039-01-0) (No
Recommendation from Finance Committee May 8, 2006
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
SWAP
Department:
Caption:Motion to approve placing money generated from the swap
in an escrow account and that a certain amount of money be
held in that account in reserve before any money is spent
with a report given on an annual or semi-annual basis as to
how those funds are expended or what additional revenue is
generated from them. (Approved by Finance Committee May
8, 2006)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Utilities-Engineering Trucks
Department:Finance Department-Fleet Management Division, Ron
Crowden, Fleet Manager
Caption:Motion to approve the acquisition of one full-size 4x4 pickup
truck (lowest bid offer on bid 05-134) and one compact 4x4
pickup truck (lowest bid offer on bid offer 05-129) for the
Utilities Department-Administration/Engineering Division.
(Approved by Finance Committee May 8, 2006)
Background:The Utilities Department-Administration/Engineering
Division requests the acquisition of two 4x4 pickup trucks
for new employee positions. One proposed unit will be a full-
size 4x4 pickup truck for their GIS project manager position.
This position requires surveying and running GPS positions
on off-site areas to include wooded arrears and wet lands.
The 4x4 truck is the only way to access these areas. The
proposed 4x4 compact pickup truck is designated for an
inspection person who will be accessing the same types of
terrain while inspecting and maintaining off-site water and
sewer lines.
Analysis:Fleet Management submitted a request for bids through the
Procurement Department utilizing the Demand Star
electronic bid system which offers nationwide bid coverage.
The Procurement Department received quotes back from five
(5) vendors for the full-size pickup truck, and three (3)
quotes back for the compact pickup truck. Review of bids
received shows that Bobby Jones Ford of Augusta, Georgia,
submitted the lowest bid for both units. The following was
the results of the full-size pickup truck bid packages received
(bid 05-134): Bobby Jones Ford = $ 20,765.00 - LOWEST
BIDDER, Allan Vigil Ford = $ 22,852.00, Carl Black GMC
= $ 24,565.00, Legacy Ford = $21,054.00, Parkway Ford =$
22,086.00. The following was the results of the compact
pickup truck bid packages received (bid 05-129): Bobby
Jones Ford = $ 17,789.00 - LOWEST BIDDER, Carl Black
GMC=$ 20,963.00, Legacy Ford $ 18,023.00,
Financial Impact:Both trucks will be purchased for a total cost of $38,554.00
utilizing the Utilities Enterprise capital account.
Alternatives:1. Approve the request for acquisition of the preceding
vehicles to the lowest bidder, Bobby Jones Ford of Augusta,
Georgia. 2. Do not approve the request.
Recommendation:Approve the acquisition of one full-size 4x4 pickup truck
(lowest bid offer on bid 05-134) and one compact 4x4 pickup
truck (lowest bid offer on bid offer 05-129) for the Utilities
Department-Administration/Engineering Division.
Funds are
Available in the
Following
Accounts:
506-04-3110.54-22210
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Disadvantaged Business Enterprise.
Administrator.
Clerk of Commission
20
0
6
6
,
0
0
0
G
V
W
P
I
C
K
U
P
T
R
U
C
K
S
BI
D
0
5
-
1
3
4
A
l
l
a
n
V
i
g
i
l
B
o
b
b
y
J
o
n
e
s
C
a
r
l
B
l
a
c
k
L
e
g
a
c
y
P
a
r
k
w
a
y
A
l
l
a
n
V
i
g
i
l
B
o
b
b
y
J
o
n
e
s
C
a
r
l
B
l
a
c
k
L
e
g
a
c
y
P
a
r
k
w
a
y
Fo
r
d
F
o
r
d
G
M
C
F
o
r
d
F
o
r
d
F
o
r
d
F
o
r
d
G
M
C
F
o
r
d
F
o
r
d
Ye
a
r
20
0
6
2
0
0
6
2
0
0
6
2
0
0
6
2
0
0
6
Br
a
n
d
Fo
r
d
F
o
r
d
G
M
C
F
o
r
d
F
o
r
d
Mo
d
e
l
F1
5
0
F
1
5
0
S
i
e
r
r
a
F
1
5
0
F
1
5
0
De
l
i
v
e
r
y
D
a
t
e
90
D
a
y
s
9
0
D
a
y
s
6
0
D
a
y
s
6
0
D
a
y
s
9
0
D
a
y
s
5.
0
1
M
o
d
e
l
-
6
,
0
0
0
-
E
C
-
4
x
2
$1
8
,
0
8
6
.
0
0
$
1
6
,
2
4
0
.
0
0
$
1
8
,
5
0
0
.
0
0
$
1
5
,
5
4
2
.
0
0
$
1
5
,
5
5
5
.
0
0
5.
0
2
M
o
d
e
l
-
6
,
0
0
0
-
E
C
-
4
x
4
$2
0
,
6
3
0
.
0
0
$
1
8
,
8
4
2
.
0
0
$
2
2
,
2
0
0
.
0
0
$
1
8
,
8
3
5
.
0
0
$
1
8
,
1
3
2
.
0
0
$
2
0
,
6
3
0
.
0
0
$
1
8
,
8
4
2
.
0
0
$
2
2
,
2
0
0
.
0
0
$
1
8
,
8
3
5
.
0
0
$
1
8
,
1
3
2
.
0
0
5.
0
3
R
e
a
r
S
e
a
t
D
e
l
e
t
e
d
-
E
C
n/
a
n
/
a
n
/
a
n
/
a
n
/
a
5.
0
4
S
p
e
e
d
C
o
n
t
r
o
l
18
7
.
0
0
1
8
7
.
0
0
2
0
0
.
0
0
1
8
7
.
0
0
1
9
5
.
0
0
5.
0
5
T
i
l
t
S
t
e
e
r
i
n
g
0.
0
0
0
.
0
0
0
.
0
0
1
8
7
.
0
0
0
.
0
0
5.
0
6
H
D
C
o
o
l
i
n
g
P
a
c
k
a
g
e
n/
a
0
.
0
0
7
9
.
0
0
0
.
0
0
0
.
0
0
5.
0
7
H
D
E
l
e
c
t
r
i
c
a
l
P
a
c
k
a
g
e
n/
a
0
.
0
0
0
.
0
0
0
.
0
0
0
.
0
0
5.
0
8
H
D
S
u
s
p
e
n
s
i
o
n
P
a
c
k
a
g
e
n/
a
9
9
6
.
0
0
0
.
0
0
9
9
6
.
0
0
9
9
6
.
0
0
5.
0
9
S
k
i
d
P
l
a
t
e
P
a
c
k
a
g
e
4
x
4
13
3
.
0
0
1
3
3
.
0
0
7
9
.
0
0
1
3
3
.
0
0
1
4
3
.
0
0
5
.
0
9
1
3
3
.
0
0
1
3
3
.
0
0
7
9
.
0
0
1
3
3
.
0
0
1
4
3
.
0
0
5.
1
0
M
i
n
i
m
u
m
8
F
o
o
t
B
e
d
30
0
.
0
0
1
,
2
5
9
.
0
0
9
8
1
.
0
0
1
,
2
9
6
.
0
0
3
2
5
.
0
0
5.
1
1
T
r
a
i
l
e
r
T
o
w
P
a
c
k
a
g
e
29
1
.
0
0
2
9
1
.
0
0
2
7
5
.
0
0
2
9
1
.
0
0
2
9
6
.
0
0
5
.
1
1
2
9
1
.
0
0
2
9
1
.
0
0
2
7
5
.
0
0
2
9
1
.
0
0
2
9
6
.
0
0
5.
1
2
L
i
m
i
t
e
d
S
l
i
p
R
e
a
r
A
x
l
e
24
9
.
0
0
2
4
9
.
0
0
2
4
5
.
0
0
2
4
9
.
0
0
2
5
5
.
0
0
5
.
1
2
2
4
9
.
0
0
2
4
9
.
0
0
2
4
5
.
0
0
2
4
9
.
0
0
2
5
5
.
0
0
$1
,
1
6
0
.
0
0
$
3
,
1
1
5
.
0
0
$
1
,
8
5
9
.
0
0
$
3
,
3
3
9
.
0
0
$
2
,
2
1
0
.
0
0
6.
0
0
O
U
T
F
I
T
T
E
R
'
S
S
P
E
C
I
A
L
T
Y
I
T
E
M
S
6.
0
1
F
i
r
e
E
x
t
i
n
g
u
i
s
h
e
r
40
.
0
0
3
5
.
0
0
1
4
6
.
0
0
4
0
.
0
0
8
5
.
0
0
6
.
0
1
4
0
.
0
0
3
5
.
0
0
4
6
.
0
0
4
0
.
0
0
8
5
.
0
0
6.
0
2
T
h
r
e
e
P
l
u
g
O
u
t
l
e
t
R
e
c
e
p
t
a
c
l
e
38
.
0
0
2
5
.
0
0
1
1
5
.
0
0
3
8
.
0
0
2
5
5
.
0
0
3
8
.
0
0
2
5
.
0
0
1
1
5
.
0
0
3
8
.
0
0
2
5
5
.
0
0
6.
0
3
B
e
d
L
i
n
e
r
32
5
.
0
0
3
0
0
.
0
0
3
5
0
.
0
0
3
0
0
.
0
0
6
5
5
.
0
0
6
.
0
3
3
2
5
.
0
0
3
0
0
.
0
0
3
5
0
.
0
0
3
0
0
.
0
0
6
5
5
.
0
0
6.
0
4
T
o
o
l
B
o
x
30
0
.
0
0
1
9
0
.
0
0
2
4
2
.
0
0
3
0
0
.
0
0
3
9
5
.
0
0
6
.
0
4
3
0
0
.
0
0
1
9
0
.
0
0
2
4
2
.
0
0
3
0
0
.
0
0
3
9
5
.
0
0
6.
0
5
C
l
a
s
s
I
I
I
T
r
a
i
l
e
r
H
i
t
c
h
29
8
.
0
0
1
5
3
.
0
0
1
7
4
.
0
0
2
9
5
.
0
0
3
9
5
.
0
0
6
.
0
5
2
9
8
.
0
0
1
5
3
.
0
0
1
7
4
.
0
0
2
9
5
.
0
0
3
9
5
.
0
0
6.
0
6
T
r
a
i
l
e
r
W
i
r
i
n
g
0.
0
0
2
5
.
0
0
3
5
.
0
0
7
5
.
0
0
1
0
0
.
0
0
6
.
0
6
0
.
0
0
2
5
.
0
0
3
5
.
0
0
7
5
.
0
0
1
0
0
.
0
0
6.
0
7
2
"
T
r
a
i
l
e
r
B
a
l
l
20
.
0
0
8
.
0
0
8
.
0
0
1
9
.
0
0
2
5
.
0
0
6.
0
8
W
i
n
d
o
w
T
i
n
t
-
E
C
15
0
.
0
0
1
3
5
.
0
0
N
o
B
i
d
1
0
0
.
0
0
4
2
5
.
0
0
6
.
0
8
1
5
0
.
0
0
1
3
5
.
0
0
N
o
B
i
d
1
0
0
.
0
0
4
2
5
.
0
0
6.
0
9
S
a
f
e
t
y
C
o
n
e
H
o
l
d
e
r
46
.
0
0
3
5
.
0
0
6
0
.
0
0
4
6
.
0
0
1
9
0
.
0
0
6.
1
0
S
a
f
e
t
y
C
o
n
e
s
10
0
.
0
0
9
5
.
0
0
8
5
.
0
0
1
0
0
.
0
0
1
4
0
.
0
0
6
.
1
1
0
0
.
0
0
9
5
.
0
0
8
5
.
0
0
1
0
0
.
0
0
1
4
0
.
0
0
$1
,
3
1
7
.
0
0
$
1
,
0
0
1
.
0
0
$
1
,
2
1
5
.
0
0
$
1
,
3
1
3
.
0
0
$
2
,
6
6
5
.
0
0
7.
0
0
A
L
E
R
T
W
A
R
N
I
N
G
S
Y
S
T
E
M
S
7.
0
1
B
a
c
k
u
p
A
l
a
r
m
63
.
0
0
3
2
.
0
0
4
5
.
0
0
6
3
.
0
0
1
0
0
.
0
0
7
.
0
1
6
3
.
0
0
3
2
.
0
0
4
5
.
0
0
6
3
.
0
0
1
0
0
.
0
0
7.
0
2
M
a
g
n
e
t
i
c
S
t
r
o
b
e
L
i
g
h
t
95
.
0
0
8
5
.
0
0
2
2
5
.
0
0
9
5
.
0
0
3
4
5
.
0
0
7.
0
3
D
u
a
l
S
t
r
o
b
e
L
i
g
h
t
23
5
.
0
0
2
6
0
.
0
0
5
9
5
.
0
0
2
3
5
.
0
0
7
1
0
.
0
0
7
.
0
3
2
3
5
.
0
0
2
6
0
.
0
0
5
9
5
.
0
0
2
3
5
.
0
0
7
1
0
.
0
0
$3
9
3
.
0
0
$
3
7
7
.
0
0
$
8
6
5
.
0
0
$
3
9
3
.
0
0
$
1
,
1
5
5
.
0
0
To
t
a
l
s
$2
2
,
8
5
2
.
0
0
$2
0
,
7
6
5
.
0
0
$2
4
,
4
8
6
.
0
0
$
2
1
,
0
5
4
.
0
0
$
2
2
,
0
8
6
.
0
0
FO
R
A
L
L
D
E
P
A
R
T
M
E
N
T
S
-
6
,
0
0
0
G
V
W
T
R
U
C
K
S
-
B
I
D
S
O
P
E
N
E
D
S
E
P
T
E
M
B
E
R
2
9
@
1
1
:
0
0
2006 COMPACT PICKUP TRUCKS
BID 05-129 Bobby Jones Carl Black Legacy
Ford GMC Ford
Year 2006 2006 2006
Brand Ford GMC Ford
Model Ranger Sonoma Ranger
Delivery Date 120 Days 90 Days 90 Days
5.01 Model -EC-4x2 $13,277.00 $14,200.00 $13,473.00
5.02 Model -EC-4x4 $16,797.00 $19,600.00 $16,950.00
6.00 OUTFITTER'S SPECIALTY ITEMS
6.01 Fire Extinguisher 35.00 46.00 40.00
6.02 Three Plug Outlet Receptacle 25.00 115.00 38.00
6.03 Bed Liner 260.00 350.00 285.00
6.04 ToolBox 190.00 242.00 250.00
6.05 Class III Trailer Hitch 159.00 174.00 295.00
6.06 Trailer Wiring 35.00 35.00 75.00
6.07 2" Trailer Ball 10.00 8.00 19.00
6.08 Window tint 120.00 No Bid 100.00
6.09 Safety Cone Holder 35.00 60.00 46.00
6.10 Safety Cones 95.00 85.00 100.00
$964.00 $1,115.00 $1,248.00
7.00 ALERT WARNING SYSTEMS
7.01 Backup Alarm 32.00 $45.00 63.00
7.02 Magnetic Strobe Light 85.00 $225.00 95.00
7.03 Dual Strobe Light 260.00 $595.00 235.00
$377.00 $865.00 $393.00
FOR ALL DEPARTMENTS-COMPACT PICKUP TRUCKS-BID OPENING SEPTEMBER 15 @ 11:00
20
0
6
C
O
M
P
A
C
T
P
I
C
K
U
P
T
R
U
C
K
S
BI
D
0
5
-
1
2
9
Bo
b
b
y
J
o
n
e
s
Ca
r
l
B
l
a
c
k
Le
g
a
c
y
Bo
b
b
y
J
o
n
e
s
Ca
r
l
B
l
a
c
k
Le
g
a
c
y
Fo
r
d
GM
C
Fo
r
d
Fo
r
d
GM
C
Fo
r
d
Ye
a
r
20
0
6
2
0
0
6
2
0
0
6
Br
a
n
d
Fo
r
d
G
M
C
F
o
r
d
Mo
d
e
l
Ra
n
g
e
r
S
o
n
o
m
a
R
a
n
g
e
r
De
l
i
v
e
r
y
D
a
t
e
12
0
D
a
y
s
9
0
D
a
y
s
9
0
D
a
y
s
5.
0
1
Mo
d
e
l
-
E
C
-
4
x
2
$1
3
,
2
3
5
.
0
0
$
1
4
,
2
0
0
.
0
0
$
1
3
,
4
7
3
.
0
0
5.
0
2
Mo
d
e
l
-
E
C
-
4
x
4
$1
6
,
7
9
7
.
0
0
$
1
9
,
6
0
0
.
0
0
$
1
6
,
9
5
0
.
0
0
5
.
0
2
$
1
6
,
7
9
7
.
0
0
$
1
9
,
6
0
0
.
0
0
$
1
6
,
9
5
0
.
0
0
6.
0
0
OU
T
F
I
T
T
E
R
'
S
S
P
E
C
I
A
L
T
Y
I
T
E
M
S
6.
0
1
Fi
r
e
E
x
t
i
n
g
u
i
s
h
e
r
35
.
0
0
4
6
.
0
0
4
0
.
0
0
6
.
0
1
3
5
.
0
0
4
6
.
0
0
4
0
.
0
0
6.
0
2
Th
r
e
e
P
l
u
g
O
u
t
l
e
t
R
e
c
e
p
t
a
c
l
e
25
.
0
0
1
1
5
.
0
0
3
8
.
0
0
6.
0
3
Be
d
L
i
n
e
r
26
0
.
0
0
3
5
0
.
0
0
2
8
5
.
0
0
6
.
0
3
2
6
0
.
0
0
3
5
0
.
0
0
2
8
5
.
0
0
6.
0
4
To
o
l
B
o
x
19
0
.
0
0
2
4
2
.
0
0
2
5
0
.
0
0
6
.
0
4
1
9
0
.
0
0
2
4
2
.
0
0
2
5
0
.
0
0
6.
0
5
Cl
a
s
s
I
I
I
T
r
a
i
l
e
r
H
i
t
c
h
15
9
.
0
0
1
7
4
.
0
0
2
9
5
.
0
0
6.
0
6
Tr
a
i
l
e
r
W
i
r
i
n
g
35
.
0
0
3
5
.
0
0
7
5
.
0
0
6.
0
7
2"
T
r
a
i
l
e
r
B
a
l
l
10
.
0
0
8
.
0
0
1
9
.
0
0
6.
0
8
Wi
n
d
o
w
t
i
n
t
12
0
.
0
0
N
o
B
i
d
1
0
0
.
0
0
6
.
0
8
1
2
0
.
0
0
N
o
B
i
d
1
0
0
.
0
0
6.
0
9
Sa
f
e
t
y
C
o
n
e
H
o
l
d
e
r
35
.
0
0
6
0
.
0
0
4
6
.
0
0
6.
1
0
Sa
f
e
t
y
C
o
n
e
s
95
.
0
0
8
5
.
0
0
1
0
0
.
0
0
6
.
1
0
9
5
.
0
0
8
5
.
0
0
1
0
0
.
0
0
7.
0
0
AL
E
R
T
W
A
R
N
I
N
G
S
Y
S
T
E
M
S
7.
0
1
Ba
c
k
u
p
A
l
a
r
m
32
.
0
0
$
4
5
.
0
0
6
3
.
0
0
7
.
0
1
3
2
.
0
0
$
4
5
.
0
0
6
3
.
0
0
7.
0
2
Ma
g
n
e
t
i
c
S
t
r
o
b
e
L
i
g
h
t
85
.
0
0
$
2
2
5
.
0
0
9
5
.
0
0
7.
0
3
Du
a
l
S
t
r
o
b
e
L
i
g
h
t
26
0
.
0
0
$
5
9
5
.
0
0
2
3
5
.
0
0
7
.
0
3
2
6
0
.
0
0
$
5
9
5
.
0
0
2
3
5
.
0
0
To
t
a
l
$1
7
,
7
8
9
.
0
0
$2
0
,
9
6
3
.
0
0
$
1
8
,
0
2
3
.
0
0
FO
R
A
L
L
D
E
P
A
R
T
M
E
N
T
S
-
C
O
M
P
A
C
T
P
I
C
K
U
P
T
R
U
C
K
S
-
B
I
D
O
P
E
N
I
N
G
S
E
P
T
E
M
B
E
R
1
5
@
1
1
:
0
0
Bobby
Jones
Carl
Black
Allan
Vigil
Parkway
Ford
Legacy
Ford
Brand Ford GMC Ford Ford Ford
Model F-150 Sierra F-150 F-150 F-150
Delivery Date 90 - 120 days 50 days 8 - 10 wks 60 - 90 days 60 days
5.01 16,240.00$ 18,500.00$ 18,016.00$ 15,554.55$ 15,542.00$
5.02 18,842.00$ 22,200.00$ 20,630.00$ 18,131.50$ 18,835.00$
5.03 N/A N/A N/A N/A N/A
5.04 187.00$ 200.00$ 187.00$ 195.00$ 187.00$
5.05 Standard Standard Standard Standard 187.00$
5.06 Standard 79.00$ N/A Standard Standard
5.07 Standard Standard N/A Standard Standard
5.08 996.00$ Standard N/A 996.00$ 996.00$
5.09 133.00$ 79.00$ 133.00$ 143.00$ 133.00$
5.10 263.00$ 981.00/200.00 300.00$ 325.00$ Included
5.11 291.00$ 275.00$ 291.00$ 296.00$ 291.00$
5.12 249.00$ 245.00$ 249.00$ 255.00$ 249.00$
6.01 35.00$ 146.00$ 40.00$ 85.00$ 40.00$
6.02 25.00$ 115.00$ 38.00$ 255.00$ 38.00$
6.03 250.00/300.00 350.00$ 325.00$ 655.00$ 300.00$
6.04 190.00$ 242.00$ 300.00$ 395.00$ 300.00$
6.05 153.00$ 174.00$ 298.00$ 395.00$ 295.00$
6.06 25.00$ 35.00$ Included 100.00$ 75.00$
6.07 8.00$ 8.00$ 20.00$ 25.00$ 19.00$
6.08 135.00$ N/B 150.00$ 425.00$ 100.00$
6.09 35.00$ 60.00$ 46.00$ 190.00$ 46.00$
6.10 95.00$ 85.00$ 100.00$ 140.00$ 100.00$
7.01 32.00$ 45.00$ 63.00$ 100.00$ 63.00$
7.02 85.00$ 225.00$ 95.00$ 345.00$ 95.00$
7.03 260.00$ 595.00$ 235.00$ 710.00$ 235.00$
Bid Item 05-134
2006 6000 GVW Pickup Truck
Augusta Fleet Management
Bid Due: Thursday, September 29, 2005 @ 11:00 a.m.
Legacy
Ford Carl Black Bobby Jones
Brand
Ford
Ranger No Brand Ford
Model
Extended
Cab No Model Ranger
Delivery Date 60 days 60 days 90-120 days
5.01 13,473.00$ 14,200.00$ 13,235.00$
5.02 16,950.00$ 19,600.00$ 16,797.00$
6.01 Fire Extinguisher 40.00$ 46.00$ 35.00$
6.02 Outlet receptacle 38.00$ 115.00$ 25.00$
6.03 Bedliner 285.00$ 350.00$ 260.00$
6.04 toolbox 250.00$ 242.00$ 190.00$
6.05 trailer hitch 295.00$ 174.00$ 159.00$
6.06 Trailer Wiring 75.00$ 35.00$ 35.00$
6.07 Trailer Ball 19.00$ 8.00$ 10.00$
6.08 Window Tint 100.00$ No Bid 120.00$
6.09 Safety Cone Holder 46.00$ 60.00$ 35.00$
6.10 Safety Cones 100.00$ 85.00$ 95.00$
7.01 Backup alarm 63.00$ 45.00$ 32.00$
7.02 Magnetic strobelight 95.00$ 225.00$ 85.00$
7.03 Dual strobe light 235.00$ 595.00$ 260.00$
Bid Item 05-129
Midsized Automobile w/Accessories
Augusta Fleet Management
Bid Due: Thursday, September 15, 2005 @ 11:00 a.m.
Home
My DemandStar
Buyers
Suppliers
Account Info
Planholders List
6 Planholder(s) found.
DemandStar is a product of Onvia, Inc. (c) 1997-2006. All rights reserved. | Terms of Use | Privacy
Login | Register | Help
Onvia DemandStar
Member Name City of Augusta, GA
Bid Number ITB-05-134-0-2005/PJM
Bid Name 2006 6000 GVW Pickup Truck w/Accessories
Supplier Name City State Phone Fax
Carl Black GMC Kennesaw GA 6787760791 7702181129
Ford - Akins Ford Corporation Winder GA 7708685280 7708685280
Legacy Ford Inc. McDonough GA 7709142800 7709142635
Mike Albert Leasing Inc Cincinatti OH 5135542878 5139562878
Nelson Dodge GMC Fergus Falls MN 2187392283 2187396021
Rogers Dodge of Alvin Alvin TX 2817568532 2817568532
Page 1 of 1
Format for Printing No
Search << Return
Home
My DemandStar
Buyers
Suppliers
Account Info
Planholders List
14 Planholder(s) found.
DemandStar is a product of Onvia, Inc. (c) 1997-2006. All rights reserved. | Terms of Use | Privacy
Login | Register | Help
Onvia DemandStar
Member Name City of Augusta, GA
Bid Number ITB-05*129-0-2005/PJM
Bid Name 2006 Midsized Automobile w/Accessories
Supplier Name City State Phone Fax
Allstate Leasing, Inc. Owings Mills MD 4103636500 4103639532
Burke Truck and Tractor Co. Waynesboro GA 7065544448 7065545009
Capps Rent A Car, Inc. Dallas TX 2146306555 2146881559
Carl Black GMC Kennesaw GA 6787760791 7702181129
Fairways Development Dallas TX 9727331855 9727331859
Ford - Akins Ford Corporation Winder GA 7708685280 7708685280
Law Enforcement Supply Co Inc Panama City FL 8507699678 8507639031
Legacy Ford Inc. McDonough GA 7709142800 7709142635
Mears Motor Leasing Orlando FL 4072982982 4075784924
Mike Albert Leasing Inc Cincinatti OH 5135542878 5139562878
Page 1 of 2 first | previous | next | last
Format for Printing No
Search << Return
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m. Thursday, September 15, 2005
Bid Item #05-127 15000 GVW Truck w/Accessories for Augusta Fleet Department
Bid Item #05-128 Full Sized Vans w/Accessories for Augusta Fleet Department
Bid Item #05-129 2006 Midsized Automobile w/Accessories for Augusta Fleet
Department
BID’s will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30911
706-821-2422
BID documents may be obtained at the office of Augusta, GA Procurement Department, 530 Greene Street –
Room 605, Augusta, GA 30911. Documents may be examined during regular business hours at the offices of
Augusta, GA Procurement Department. All questions must be submitted in writing to the office of the
Procurement Department by Fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be
received by mail or hand delivered.
It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the
work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase
the cost of the work. The Owner supports a healthy free market system that seeks to include responsible
businesses and provide ample opportunity for business growth and development.
No BID may be withdrawn for a period of 30 days after time has been called on the date of opening.
Bidders will please note that the number of copies requested; all supporting documents including financial
statements and references and such other attachments that may be required by the bid invitation are material
conditions of the bid. Any package found incomplete or submitted late shall be rejected by the Procurement
Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an
incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta
commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that sequestration of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more information about this program contact the Human Resources Department at
706-821-2303.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle August 18, 25, September 1, 8, 2005
Metro Courier August 24, 2005
cc: Tameka Allen Interim Deputy Administrator
Ron Crowden Fleet Management
Yvonne Gentry DBE Coordinator
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Metro Courier
Date: August 11, 2005
Fax #:
706 722-7104
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR BID ITEM: #05-127, #05-128, #05-129
COMMENTS:
Please print the above Bid Item(s) on the following dates:
August 24, 2005
REQUISITION #43699B
Please send an affidavit of publication.
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m. Thursday, September 29 2005
Bid Item #05-134 2006 6000 GVW Pickup Truck w/Accessories for Augusta Fleet
Department
Bid Item #05-135 2006 8500 GVW Pickup Truck w/Accessories for Augusta Fleet
Department
Bid Item #05-136 2006 10,000 GVW Pickup Truck w/Accessories for Augusta Fleet
Department
BID’s will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30911
706-821-2422
BID documents may be obtained at the office of Augusta, GA Procurement Department, 530 Greene Street –
Room 605, Augusta, GA 30911. Documents may be examined during regular business hours at the offices of
Augusta, GA Procurement Department. All questions must be submitted in writing to the office of the
Procurement Department by Fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be
received by mail or hand delivered.
It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the
work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase
the cost of the work. The Owner supports a healthy free market system that seeks to include responsible
businesses and provide ample opportunity for business growth and development.
No BID may be withdrawn for a period of 30 days after time has been called on the date of opening.
Bidders will please note that the number of copies requested; all supporting documents including financial
statements and references and such other attachments that may be required by the bid invitation are material
conditions of the bid. Any package found incomplete or submitted late shall be rejected by the Procurement
Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an
incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta
commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that sequestration of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more information about this program contact the Human Resources Department at
706-821-2303.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle September 1, 8, 15, 22, 2005
Metro Courier September 7, 2005
cc: Tameka Allen Interim Deputy Administrator
Ron Crowden Fleet Management
Yvonne Gentry DBE Coordinator
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Metro Courier
Date: August 24, 2005
Fax #:
706 722-7104
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR BID ITEM: #05-134, #05-135, #05-136
COMMENTS:
Please print the above Bid Item(s) on the following dates:
September 7, 2005
REQUISITION #43705B
Please send an affidavit of publication.
Disadvantaged Business Enterprise Department
501 Greene Street, Suite 304 - Augusta, GA 30901
(706) 821-2406 – Fax (706) 821-4228
WWW.AUGUSTAGA.GOV
TO: Geri Sams
Director, Procurement Department
Ron Crowden
Fleet Department
FROM: Yvonne Gentry, Coordinator
Disadvantaged Business Enterprise Department
SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL
Bid Item #05-129
DATE: May 2, 2006
This memo is to transmit the review and concurrence of the
recommended DBE Utilization goal of zero(0%)for the above
referenced project. The procurement opportunities are direct
purchases from manufactures sales representative with no sob-
contracting or second tier opportunities. The goal-setting
methodology considered the following factors based on good faith
efforts of the contractor:
• The project’s total estimated cost of $17,789.
• There is 0% value of the scope of work where minority/ women
businesses availability exists.
• There is 0% value of the scope of work where small
local businesses availability exists.
• There is 100% value of the scope of work where local
businesses availability exists.
The 100% goal is applicable to the entire cost of the project.
The contractor must prepare their proposed DBE Utilization Form
submittal based on the total dollar value of their base bid. No
further adjustments should be made.
The above is recommended based on information provided at the
time of review. If you have any questions, please feel free to
contact me at (706)826-1325.
YG:glw
Disadvantaged Business Enterprise Department
501 Greene Street, Suite 304 - Augusta, GA 30901
(706) 821-2406 – Fax (706) 821-4228
WWW.AUGUSTAGA.GOV
TO: Geri Sams
Director, Procurement Department
Ron Crowden
Fleet Department
FROM: Yvonne Gentry, Coordinator
Disadvantaged Business Enterprise Department
SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL
Bid Item #05-134
DATE: May 2, 2006
This memo is to transmit the review and concurrence of the
recommended DBE Utilization goal of zero(0%)for the above
referenced project. The procurement opportunities are direct
purchases from manufactures sales representative with no sob-
contracting or second tier opportunities. The goal-setting
methodology considered the following factors based on good faith
efforts of the contractor:
• The project’s total estimated cost of $20,765.
• There is 0% value of the scope of work where minority/ women
businesses availability exists.
• There is 0% value of the scope of work where small
local businesses availability exists.
• There is 100% value of the scope of work where local
businesses availability exists.
The 100% goal is applicable to the entire cost of the project.
The contractor must prepare their proposed DBE Utilization Form
submittal based on the total dollar value of their base bid. No
further adjustments should be made.
The above is recommended based on information provided at the
time of review. If you have any questions, please feel free to
contact me at (706)826-1325.
YG:glw
Commission Meeting Agenda
5/16/2006 2:00 PM
Abandonment - Timms Lane
Department:County Attorney - Stephen E. Shepard, Attorney
Caption:Motion to abandon Timms Lane. (Approved by Engineering
Services Committee May 8, 2006)
Background:The United House of Prayer has proposed to construct a
home for senior citizens on property which adjoins property
known as Timms Lane. In order for the United House of
Prayer to construct such home, Timms Lane needs to be
abandon and the adjoining property owners have the right to
acquire the property. A public hearing was held on April 10,
2006 regarding the abandonment and no objections were
made. The property has been appraised for $700.00.
Analysis:All properties adjoining the portion of Timms Lane for which
abandonment is sought to have access to other streets and
will not be landlocked.
Financial Impact:None.
Alternatives:Either approve or deny the motion to abandon a portion of
Timms Lane.
Recommendation:Approve the motion to abandon a portion of Timms Lane,
beginning at its intersection with Forest Street and running
approximately 165 feet perpendicular to Forest Street.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Approve Design Fees for 36" Water Main
Department:Utilities
Caption:Motion to approve a proposal from Cranston, Robertson &
Whitehurst, P.C. in the amount of $524,835 to provide an
engineering design for the 630 Water System 36-inch Water
Main. (Approved by Engineering Services Committee May
8, 2006)
Background:The Master Plan for the Augusta water distribution system
identified major water system improvements between 2004
and 2010. These improvements include several large
diameter water mains that to supply the West Augusta area
and reinforce the supply to the Tobacco Road area fed by the
new N. Max Hicks Tobacco Road Water Treatment Plant.
The 36-inch water main is the primary water supply line
identified by the Master Plan to feed the high pressure
service areas and Fort Gordon.
Analysis:Accepting this proposal will allow for the design of the main
water line that will supply water to West Augusta, Fort
Gordon, and reinforce the Tobacco Road water service area.
Financial Impact:$524,835 from the 2004 Bond Issue, under account number
511043410-5212115/ 80310150-5212115. This is
approximately 5.19% of the estimated construction cost.
Alternatives:Do not approve the fees and delay the infrastructure
development in West Augusta.
Recommendation:We recommend approving the proposal of Cranston,
Robertson & Whitehurst, P.C. in the amount of $524,835 to
provide engineering design services associated with the 630
Water System 36-inch Water Main.
Funds are
Available in the
Following
Accounts:
511043410-5212115 / 80310150-5212115
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Approve Olive Rd Deductive Change Order
Department:Utilities
Caption:Motion to approve Deductive Change Order for the Olive Rd
Sewer Project, AUD #50224 in the amount of $29,824.97.
(Approved by Engineering Services Committee May 8,
2006)
Background:The Olive Rd sewer project was part of the Augusta Utilites
Capital Improvement Projects. The contractor installed
approximately 3900 feet of sanitary sewer in Olive Rd
between MLK and Gordon Hwy in order to serve the
businesses and residences in that corridor. In addition, the
Old Savannah Rd sewer line was extended to the Old
Savannah Rd firestation to provide sanitary sewer service to
the Fire Department.
Analysis:Through judicious project inspection, the project was
completed on-time and under budget. Cost savings included
removal of overlapping sanitary services, select backfill, and
pipe and manholes.
Financial Impact:The financial impact is a deductive change order in the
amount of $29,824.97.
Alternatives:There are no alternatives.
Recommendation:We recommend approving Deductive Change Order for the
Olive Rd Sewer Project, AUD #50224 in the amount of
$29,824.97.
Funds are
Available in the
Following
Accounts:
510043420/5425210-80150224/542510
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Condemnation - Pinnacle Place
Department:County Attorney - Stephen E. Shepard, Attorney
Caption:Motion to authorize condemnation of a portion of Property
#140-0-803-00-0 4612 Dunson Drive, which is owned by the
Pinnacle Properties, Inc. for 0.04 acre (1,551 sq. ft.) of
permanent drainage, utility and maintenance easement, more
or less, and 0.05 acre (2,351 square feet) of temporary
construction easement, more or less. Public Works Project:
Pinnacle Place Subdivision Erosion & Drainage
Improvement Project. (Approved by Engineering Services
Committee May 8, 2006)
Background:The subject property owner refused to cooperate in the
correction of a Title error. In order to timely acquire access,
condemnation will be necessary.
Analysis:Condemnation is required in order to acquire the easement.
Financial Impact:The necessary costs will be covered by project budget.
Alternatives:Deny the authorization to condemn.
Recommendation:Approve the authorization to condemn.
Funds are
Available in the
Following
Accounts:
322041110-5411120 203822642-5411120
REVIEWED AND APPROVED BY:
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Easement
Department:County Attorney - Stephen E. Shepard, Attorney
Caption:Motion to grant 35 foot no build easement to John R. Harlan,
Charles Anderson and A.L. Adams across property located
on 4-H Club Road. (Approved by Engineering Services
Committee May 8, 2006)
Background:RBW Logistics, Inc. (Tenant ofJohn R. Harlan, Charles
Anderson and A.L. Adams) whose facilities are located on 4-
H Clob Road, plans to expand their current facility. In order
to do so, and be in compliance with International Builders
Code 2000, they would have to construct a firewall where the
new addition would join the structure. If RBW is required to
install a firewall, it will severely impede mobility within the
warehouse. If a 35 foot no build easement is granted, RBW
can construct the addition without installing a firewall.
Analysis:The property in question was purchased by Augusta-
Richmond County to protect approaches to Augusta Regional
Airport, stating that no structures are allowed to be built on
the property. A visual inspection shows that the adjacent 35
feet of the County property is almost inaccessible because of
standing water along the line and an existing spur
track/ingress egress easement.
Financial Impact:The appraised value of the easement is $1,260.00.
Alternatives:Either grant or deny the easement for the non-exclusive,
perpetual right ti use of the easement area.
Recommendation:Approve the easement for compensation of $1,260.00 per .84
acre.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Administrator.
Clerk of Commission
CO
M
P
I
L
E
D
M
A
P
F
O
R
RB
W
L
O
G
I
S
T
I
C
S
1 of 1
Sheet:
HOLLINGSWORTH APPRAISAL COMPANY
REAL ESTATE APPRAISERS AND CONSULTANTS
935 JONES STREET
AUGUSTA, GEORGIA 30901
WILLIAM E. HOLLINGSWORTH, JR. MAI WILLIAM E. HOLLINGSWORTH, III
GA LICENSE #CG943 (706) 828-6500 GA LICENSE #CG3288
SC LICENSE #CG879 FAX (706) 828-0175 SC LICENSE #CG3938
EMAIL: whollingsworth@bellsouth.net
RESTRICTEDRESTRICTEDRESTRICTEDRESTRICTED
APPRAISAL REPORTAPPRAISAL REPORTAPPRAISAL REPORTAPPRAISAL REPORT
.84 Acres of Easement Area
Four-H Club Road
Richmond County - Augusta, Georgia
Tax Map 158-0-006-02-0
Effective Date of Opinion: January 11, 2006
Report Date: January 12, 2006
Prepared For:
Mr. George Patty
Augusta – Richmond County
Planning & Zoning
525 Telfair Street
Augusta, Georgia
30901
Prepared By:
Hollingsworth Appraisal Company
935 Jones Street
Augusta, Georgia 30901
E-Mail: whollingsworth@bellsouth.net
HOLLINGSWORTH APPRAISAL COMPANY
REAL ESTATE APPRAISERS AND CONSULTANTS
935 JONES STREET
AUGUSTA, GEORGIA 30901
2
January 12, 2006
Mr. George Patty
Augusta – Richmond County
Planning & Zoning
525 Telfair Street
Augusta, GA 30901
Dear Mr. Patty:
The purpose of this appraisal is to arrive at a fair market value for the .84 acres of
easement area located on Four-H Club Road, identified on Tax Map 158-0-006-02-0 and
owned by the City of Augusta.
The adjoining property owner, R B W Logistics, wishes to purchase or be granted this
easement in order to bring the existing building along Four-H Club Road into compliance
with current fire codes. This easement would serve as a no-build easement and is 35’ in
width by 1,047.85’ in length. It borders the Northern rear property line of R B W
Logistics and can be seen on the enclosed plat by Toole Surveying Company, Inc. dated
December 15, 2005.
The property owned by the City of Augusta contains a total of 40.62 acres and is zoned
agricultural. The property of R B W Logistics is zoned HI for Heavy Industrial and is
being used for distribution and storage, and is in compliance with its zoning.
The City of Augusta purchased this 40.62 acres in September of 1992 from the Nixons at
a price of $300,000, or $7,385/acre. This property is mostly rear land with minimal
frontage along the North side of Four-H Club Road. The Eastern boundary of the
property borders property owned by the Nixon family and Norfolk Southern Railroad
separates this parcel from Doug Bernard Parkway. This is level land with a considerable
amount of the property in wetlands, as evidenced by the National Wetland Inventory
Sheet included in this appraisal. It is my opinion, based on comparable sales which are in
my files if needed, that the fee simple value of the entire 40.62 acres, is $8,500/acre for
the buildable land.
HOLLINGSWORTH APPRAISAL COMPANY
REAL ESTATE APPRAISERS AND CONSULTANTS
935 JONES STREET
AUGUSTA, GEORGIA 30901
3
The easement area is located along the site’s front property line in which zoning dictates
a 50’ building setback. The area within this proposed easement currently does not allow
any buildings and a considerable portion of this easement area falls within the wetlands
shown on the enclosed plat. There is also a spur tract from Norfolk Southern Railroad
that enters property owned by R B W Logistics from the City of Augusta property that is
used for ingress / egress to R B W Logistics. A considerable portion, or .18 acres, of this
proposed easement area is currently under easement by the spur tract from Norfolk
Southern Railroad.
As previously mentioned, the buildable land is worth $8,500/acre. However, the
proposed easement area is not buildable land due to setbacks and portions of the property
being under wetlands and a spur tract from Norfolk Southern Railroad. It is my opinion
the fee simple value of the .84 acres, as well as the land under easement, is $3,000/acre
and the easement is worth 50% of that amount, or $1,500/acre.
It is my conclusion that fair compensation for the .84 acre easement is:
ONE THOUSAND TWO HUNDRED SIXTY DOLLARS
($1,260)
(.84 Acre x $1,500/acre = $1,260)
Value estimated in this report assumes that this property has no contamination and is free
from any environmental hazards. It must be emphasized that I am not qualified to
determine these matters and therefore any interested party should make their own
determination.
It is my opinion that this appraisal report conforms to the Uniform Standards of
Professional Appraisal Practices (USPAP) as promulgated by the Appraisal Foundation
and is in compliance with FIRREA guidelines when made a part of my original report.
I also certify that I have no financial interest, either present or contemplated, in the
opinion of value placed on this property. It was not based on a requested minimum
valuation, a specific valuation, or the approval of a loan.
Respectfully submitted,
William E. Hollingsworth, III
Georgia License No. 3288
South Carolina License No. CG3938
WEH/jmj
HOLLINGSWORTH APPRAISAL COMPANY
REAL ESTATE APPRAISERS AND CONSULTANTS
935 JONES STREET
AUGUSTA, GEORGIA 30901
4
CERTIFICATION
The undersigned does hereby certify, except as otherwise noted in this appraisal
report, that to the best of my knowledge and belief:
1. The statements of fact contained in this report are true and correct.
2. I certify that, to the best of my knowledge and belief, the reported analyses,
opinions and conclusions were developed, and this report has been prepared, in
conformity with the requirements of the Code of Professional Ethics and the
Standards of Professional Appraisal Practice of the Georgia Real Estate
Appraisers Board.
3. I have no present or prospective interest in the property that is the subject of this
report, and I have no personal interest or bias with respect to the parties involved.
4. My compensation is not contingent on an action or event resulting from the
analyses, opinions, or conclusions in, or the use of, this report.
5. I have made a personal inspection of the property that is the subject of this report.
6. The appraisal assignment was not based on a requested minimum valuation, a
specific valuation or the approval of a loan
7. I certify that the use of this report is subject to the requirements of the Georgia
Real Estate Appraisers Board relating to review by its duly authorized
representatives.
8. No one provided significant professional assistance to the person signing the
report.
9. As of the date of this report, William E. Hollingsworth, III has completed the
requirements of the continuing education program of the Georgia Real Estate
Appraisers Board.
William E. Hollingsworth, III
HOLLINGSWORTH APPRAISAL COMPANY
REAL ESTATE APPRAISERS AND CONSULTANTS
935 JONES STREET
AUGUSTA, GEORGIA 30901
5
QUALIFICATIONS OF THE APPRAISER
WILLIAM E. HOLLINGSWORTH, III
I. PROFESSIONAL AFFILIATIONS AND ACTIVITIES
Certified General – State of Georgia No. 3288
Certified General – State of South Carolina No. 3938
II. EXPERIENCE
Ten years experience in appraising all types of commercial properties,
including income, industrial, manufacturing, farm and timberland; currently
Vice President of Hollingsworth Appraisal Company.
III. GENERAL EDUCATION
Graduate of Georgia Southern University – General Business 1991
IV. PROFESSIONAL EDUCATION
Georgia Appraiser 75 Hour Registration Course
Uniform Standards of Professional Appraisal Practice
Basic Income Capitalization (Appraisal Institute)
Techniques of Income Property Appraising
General Practices (Appraisal Institute)
V. CLIENTS FOR WHOM I HAVE DONE APPRAISAL WORK
Wachovia Corporation – Atlanta, Jacksonville
Bank of America – Augusta, Atlanta
Regions Bank - Augusta
First Bank – Augusta
Sun Trust Bank – Augusta, Atlanta
Georgia Bank and Trust – Augusta
First National Bank – Augusta
Georgia Power Company – Augusta, Atlanta
Jefferson Energy
Central Electric Power – South Carolina
City of Wrens, Louisville, Georgia
International Paper
Plum Creek Timber Company
County Board of Education for Richmond County
City of Augusta
VI. PAST ASSIGNMENTS
Posey Funeral Home, North Augusta, South Carolina
Martinez Plaza
Bi-Lo, Southgate Shopping Center
Smartway Furniture, Southgate Shopping Center
Numerous Parcels for Georgia Power Right-of-Way
HOLLINGSWORTH APPRAISAL COMPANY
REAL ESTATE APPRAISERS AND CONSULTANTS
935 JONES STREET
AUGUSTA, GEORGIA 30901
6
Menardi Manufacturing Company, Edgefield, South Carolina
Frank Wilson’s Rentals
Newsome Paint & Body
Deans Bridge Auto Center
Proposed Kinsey-Walton Funeral Home
Seven Gables Motel, North Augusta, South Carolina
Crider Poultry, Lincolnton, Georgia
Farmers Hardware, Waynesboro, Georgia
Numerous Properties for Richmond County Board of Education
Regency Mall Movie Theatres, Augusta, Georgia
Proposed Lexus Dealership, Augusta, Georgia
Fairway Ford, Augusta, Georgia
Rader Mazda Mercedes, Augusta, Georgia
Two Proposed Brusters Old Fashioned Ice Cream Parlors
Transitional Center, Augusta, Georgia
Proposed Movie Galleries in Saluda, South Carolina, Walterboro, South
Carolina and Lafayette, Georgia, Bennettsville, South Carolina, Cheraw,
South Carolina
Holiday Inn, Newberry, South Carolina
Aarbour Pool and Patio
Several Doctors Offices
Wade Plantation, Screven County, Georgia
Numerous Tracts of land for International Paper in Several Different
Counties in Georgia and South Carolina
Numerous Tracts of timberland for Plum Creek Timber Company
in Georgia and South Carolina
Commission Meeting Agenda
5/16/2006 2:00 PM
Procurement of Auto-Samplers
Department:Engineering
Caption:Motion to authorize the Engineering Department to purchase
four automated water samplers via sole source procurement
in conjunction with a Federal 319(h) Grant awarded to
Augusta Richmond County to track bacterial sources, assess
water quality, and revise pollution abatement plans in the
Rocky and Butler Creek Watersheds. (Approved by
Engineering Services Committee May 8, 2006)
Background:The March 27, 2002 United States Environmental Protection
Agency (EPA) list of impaired water bodies in Georgia (e.g.
303(d) list) identified Rocky Creek and Butler Creek, which
both flow into the Savannah River downstream from
Augusta, as not supporting their designated use. The
principal pollutant of concern identified in both creeks is
fecal coliform. A total maximum daily load (TMDL)
implementation plan was developed for both streams by the
Central Savannah River Area Regional Development Center
(RDC), which was submitted to the Georgia Environmental
Protection Division (EPD) in September 2001. The TMDL
plans were developed using a limited data set, and the lack of
data needed to identify source(s) of TMDL parameters is
acknowledged therein. A recommendation was made in the
plans that no action be taken without first obtaining
characterization data to define the current state of the fecal
coliform problem. Therefore, identification of fecal coliform
bacterial source(s) in the streams is a critical first step
towards implementation of control measures to improve
stream water quality. Augusta is also proposing to monitor
other pollutants of concern for one year to develop a more
comprehensive water quality database as a prerequisite to
development of effective site specific control measures.
Analysis:To support this study, the EPD included funds in the grant to
purchase four automated water sampling and monitoring
devices. These samplers will permit collection of water
samples during critical, flow-defined periods, such as
immediately following heavy rainfall events, when sampling
personnel may not be available (i.e., on weekends and
holidays, after work hours, etc.). Sampling during these flow-
defined periods is essential to adequately characterize the
stream basins. Because water samples may be collected up to
72 hours before sampling personnel will be able to pick them
up, the auto-sampler must be designed to properly store and
preserve the samples until packaged and shipped to the
laboratory. Proper storage must include keeping samples
locked in a cooled environment at 4° C ±2° C, and
preservation typically includes adjusting the sample pH by
either adding acid or a base to the sample container prior to
sampling. EPA data validation protocol requires that
laboratory results of samples not properly stored or preserved
be classified as unusable. In addition to these requirements,
the auto-samplers must be portable. There are 10 remote
sampling locations in the watersheds, but only four samplers
can be purchased with existing grant funds. Therefore, the
devices will need to be moved periodically. Based on these
requirements, the auto-samplers must meet the following
specifications: 1. Samplers must be portable, easily
transported, and set up at a new location by a minimum of
personnel. 2. Samplers must be able to hold numerous bottles
to allow for different preservatives for different laboratory
analytical methods. 3. Samplers must be refrigerated to keep
samples cool for up to 3 days. 4. Power to the samplers must
be provided by battery and/or solar panels. 5. Electronic
interface with water-quality and stream-depth measuring
instrumentation must be as seamless as possible. Although
there are several firms that manufacture auto-samplers, there
is only one model that meets all of the design specifications
listed above: the Isco, Inc. Avalanche™ Multi-Bottle, Multi-
Function Sampler. This device is cart-mounted for easy
transport, holds up to 14 individual sample bottles in a
refrigerated compartment, and is battery-powered. In
addition, Isco, Inc. has partnered with In-Situ, Inc., a
manufacturer of water-quality and stream-depth measuring
instrumentation that meet project specifications.
Specifications for the Avalanche™ sampler, as well as other
competing units are attached. Conversation with Isco, Inc.
sales representatives in Lincoln, Nebraska, as well as a
search of the firm’s website, indicates that there is only one
agent in Georgia that sells, services, and trains customers on
the Avalanche™: Kazmier & Associates, Inc. in Alpharetta,
Georgia (see attached representative information). The
information contained herein has been presented as
justification for sole source procurement of the specified
equipment from Kazmier & Associates, Inc., in accordance
with Augusta Richmond County Procurement Department
Article 6, Procurement Source Selection Methods and
Contracts Awards, § 1-10-49, Sole Source Procurement.
Attached is documentation, including a memorandum from
the Augusta Environmental Engineer to the Interim
Engineering Director (also reviewed and approved by the
Procurement Director and Asst Finance Director), an
approved Sole-Source Justification form, and technical
documents regarding the specified auto-sampler and other
unacceptable models.
Financial Impact:Funds to purchase the four automated water samplers are
included in the Federal 319(h) grant awarded to Augusta
Richmond County. A total of $54,000 is included in the grant
for purchase and installation of environmental sampling
equipment. The estimated cost of this sole-source
procurement is $49,439.10.
Alternatives:1) Authorize the Engineering Department to puchase the
specified auto-samplers. 2) Do not authorize the Engineering
Department to purchase the specified auto-samplers. This
alternative will negatively impact the department's ability to
conduct the scope of work, as approved by the Georgia
Environmental Protection Division, and may forfeit the grant.
Recommendation:Approved alternative 1.
Funds are
Available in the
Following
Accounts:
220-04-1113
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Resurfacing Roads using County Forces
Department:Public Services Department - Maintenance Division
Caption:Motion to approve list of County roads to resurface, using
County Forces, and funding from SPLOST III (County
Forces Resurfacing). (Approved by Engineering Services
Committee May 8, 2006)
Background:This Department strives to ensure a safe roadway system,
free of obstructions caused by deterioration. Many of the
roads have suffered numerous potholes and alligator
cracking. Although the holes and cracking have been
repaired, it is essential that the roads be resurfaced to ensure
a safe and effective roadway system for all vehicles
throughout the County.
Analysis:Any corrections required to the base material will be
performed prior to resurfacing.
Financial Impact:The total cost to complete the resurfacing is estimated at
$141,500.00. We anticipate assistance from the GDOT
Asphalt Plant, which will lower the total estimated cost.
Alternatives:1) Approve list of County roads to resurface, using County
Forces, and funding from SPLOST III (County Forces
Resurfacing). 2) Allow the roads to continue to deteriorate.
Recommendation:Alternative #1 - Approve list of County roads to resurface,
using County Forces, and funding from SPLOST III (County
Forces Resurfacing).
Funds are
Available in the
Following
Accounts:
SPLOST III - GL 323041110/JL 296823082 (County Forces
Resurfacing).
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
RESURFACING WORKSHEET
ROADS FOR COUNTY FORCES
SHEET# STREET NAME TERMINI CONDITION DISTRICT WIDTH LENGTH
(MILES)
TONNAGE
1832 AZALEA STREET WALLACE ST.-E.CEDAR ST 21 1 30 0.216 321
1854 SIBLEY STREET LANEY WALKER TO HALL ST 22 1 27 0.126 168
205 CIDER COURT CIDER LANE TO CUL-DE-SAC 21 2 27 0.048 64
1776 SULLIVAN OR MILL ST
LN
MLK JR BLVD-GRAND BLVD 27 2 11 0.100 99
2718 LEE ST WHEELESS RD TO NEW
PAVING
19 2 23 0.057 71
1104 BRAESWOOD COURT WEDGEWOOD DR. TO CUL-
DE-SAC
19 3 27 0.080 107
1090 NORTH LEG COURT NORTH LEG RD TO END OF
PAVING
25 3 27 0.261 349
601 BOB WHITE COURT QUAIL HOLLOW DR. TO CUL-
DE-SAC
17 4 27 0.099 132
626 LEAWOOD DRIVE BUTLER MANOR TO
LEAWOOD CT.
21 4 27 0.053 71
642 VANESSA COURT VANESSA DR. TO CUL-DE-
SAC
21 4 27 0.056 75
676 DEWSBURY COURT DAYTON ST. TO CUL-DE-SAC 17 4 27 0.066 88
678
PART
DAYTON ST CROSSCREEK RD-NEW
SECTION
18 4 28 0.020 28
1887 DAMASCUS RD KENTUCKY AVE-VANDIVERE
RD
18 5 22 0.269 293
875
PART
JENNINGS RD REGENCY BLVD-REAR MALL
ENTRANCE
19 5 21 0.163 170
570 BARKER DR NEW KARLEEN RD-
BLACKMON CT
17 6 27 0.449 600
573 NANCE BLVD CUL DE SAC - DEAD END 17 6 27 0.259 347
574 WOMBLES CT NANCE BLVD-CUL DE SAC 19 6 27 0.154 206
1260 MIDDLETON STREET PLEASANT HOME RD TO
DAVANT ST
23 7 24 0.130 174
1557 FARRAH PLACE ASHLAND DR TO
HENDERSON DRIVE
15 7 27 0.138 185
1295
PART
WOODLAND RD WASHINGTON RD-NEW
PVMT
19 7 30 0.069 103
55
PART
BIG DIPPER CIR BROWN RD-BIG DIPPER CIR 19 8 28 0.141 196
330 WINDY HILL DRIVE FLOYD DR. TO CUL-DE-SAC 16 8 27 0.089 119
502
PART
SOUTHERN RIDGE CT NEWER PVMT-CUL DE SAC 21 8 27 0.058 78
TOTAL 3.101 4044
1/26/06
RESURFACING WORKSHEET
ROADS FOR COUNTY FORCES
TONNAGE
1/26/06
Commission Meeting Agenda
5/16/2006 2:00 PM
Revise organization of Utilities Engineering positions to provide a more efficient structure.
Department:Utilities
Caption:Motion to approve the revise organization of Utilities
Engineering positions to provide a more efficient structure.
(Approved by Administrative and Engineering Services
Committees)
Background:Augusta Utilities is currently in a substantial capital
improvement phase. In addition to the substantial system
improvements, there are many smaller projects that require
analysis and design work. These projects typically require
some surveying, design and drafting work. Because of the
age of Augusta’s infrastructure, these projects are abundant
and often require immediate attention. The projects often
require in-depth analysis than cannot be provided in the field,
however they are often not of sufficient size to effectively
utilize contract analysis. In addition, Utilities is beginning to
internally utilize the formal modeling analysis tools for
capacity analysis in the distribution and collection systems,
and is formally tracking several large environmental projects
that will affect water resources in the Savannah Basin in the
future. Each of these projects requires specialized skills and
individuals dedicated to long-term, full-time commitments.
AUD currently has nine (9) Civil Engineer I positions
budgeted. Three of those positions are filled. The lack of
differentiation in the Engineering job requirements leaves
little room for varying levels of skill and specialty. In
addition, the lack of differentiation makes retention difficult
due to lack of career options.
Analysis:Utilities Engineering proposes to add one (1) Civil Engineer I
and reorganize the remaining nine Civil Engineer I positions
into two (2) Pre-Construction Engineers, three (3) Civil
Engineers I, two (2) Civil Engineers II, and two (2) Civil
Engineers III. The positions would be separated by: 1. formal
education, 2. years of experience, 3. professional
certification. The Civil Engineer III position would be a
grade 48, the Civil Engineer II position would be a grade 50,
the Civil Engineer I would remain a 52, and the Pre-
Construction Engineer would be a grade 54. In addition, the
Engineering Service Manager would be adjusted to a grade
56. All of the positions were derived by duplicating
requirements of Utilities Engineering and Augusta
Engineering Department specifications. The proposed job
requirement sheets are also attached. A table showing the
proposed organization in a tabular format is also attached.
Financial Impact:Revising the number of positions to varying salary grades
would result in a cost-savings. If all positions were filled at
their proposed salary grades versus their current salary
grades, a cost-savings of approximately $28,000 per year in
salary and fringe benefits would be realized.
Alternatives:Do not approve the Utilities Engineering proposed
reorganization.
Recommendation:We recommend revising the organization of Utilities
Engineering positions to provide a more efficient structure.
Funds are
Available in the
Following
Accounts:
No additional funds are required for this action.
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
JOB TITLE: Pre-Construction Engineer
DEPARTMENT: Utilities
SALARY: $51,737.15 Annually
MINIMUM QUALIFICATIONS:
BA/BS in a related occupational field of study is required. Five or more years in a
similar position or sufficient experience to perform the principal duties and
responsibilities of the position. Possess or have ability to obtain Professional
Engineer (P.E.) certification within 12 months of obtaining position. Possess or have
ability to obtain a valid state operator/driver’s license for the type vehicle or
equipment operated. Considerable knowledge of principles and theories of civil
engineering, water and sanitary sewer materials and construction, survey and
design principles and practices, construction estimating, and backflow prevention
and installation. Proficiency in administering construction contracts and
supervision. Mastery of using personal computers and drafting and surveying
instruments. Good communication skills, both oral and written. Demonstrated
ability to work independently. Familiarity with the departmental policies and
procedures, and applicable laws and regulations. May supervise and/or train
designated subordinate personnel.
MAJOR DUTIES:
Coordinate and evaluate activities, projects, and staff. Administer engineering
contracts. Review consulting engineering plans, specifications, and review and
recommend engineering contracts. Design and develop plans, specifications, and
cost estimates. Ability to run a survey instrument and direct the collection of field
data. Provide administrative assistance, maintain status reports and file on
projects, and prepare bid packages. Resolve construction problems and
conflicts. Conduct and attends meetings. Provide technical guidance and serve as a
resource to subordinate personnel. Assists in budgeting and long-range planning.
JOB TITLE: Civil Engineer I
DEPARTMENT: Utilities
SALARY: $46,692.77 Annually
MINIMUM QUALIFICATIONS:
BA/BS in a related occupational field of study is required. Five or more years in a
similar position or sufficient experience to perform the principal duties and
responsibilities of the position. Possess or have ability to obtain Engineer in
Training (E.I.T.) Certificate within twelve (12) months of obtaining position. Possess
or have ability to obtain a valid state operator/driver’s license for the type vehicle or
equipment operated. Considerable knowledge of principles and theories of civil
engineering, water and sanitary sewer materials and construction, survey and
design principles and practices, construction estimating, and backflow prevention
and installation. Proficiency in administering construction contracts and
supervision. Mastery of using personal computers and drafting and surveying
instruments. Good communication skills, both oral and written. Demonstrated
ability to work independently. Familiarity with the departmental policies and
procedures, and applicable laws and regulations. May supervise and/or train
designated subordinate personnel.
MAJOR DUTIES:
Coordinate and evaluate activities, projects, and staff. Administer engineering
contracts. Review consulting engineering plans, specifications, and review and
recommend engineering contracts. Design and develop plans, specifications, and
cost estimates. Provide administrative assistance, maintain status reports and file on
projects, and prepare bid packages. Resolve construction problems and conflicts.
Conduct and attends meetings. Provide technical guidance and serve as a resource
to subordinate personnel.
JOB TITLE: Civil Engineer II
DEPARTMENT: Utilities
SALARY: $39,506.00 Annually
MINIMUM QUALIFICATIONS:
Some college or technical school and strong math skills are required, or five or more
years in a similar position or sufficient experience to perform the principal duties
and responsibilities of the position. Should be preparing for Engineer in Training
(E.I.T.) Certificate. Possess or have ability to obtain a valid state operator/driver’s
license for the type vehicle or equipment operated. Considerable knowledge of
principles and theories of civil engineering, water and sanitary sewer materials and
construction, survey and design principles and practices, construction estimating,
and backflow prevention and installation. Proficiency in administering construction
contracts and supervision. Familiarity with personal computers and drafting and
surveying instruments. Good communication skills, both oral and written.
Demonstrated ability to work independently and under guidance of departmental
team leaders. Familiarity with the departmental policies and procedures, and
applicable laws and regulations.
MAJOR DUTIES:
Coordinate and evaluate activities and projects. Assists engineering data collection
and analysis. Review consulting engineering plans, specifications, and review and
recommend engineering contracts. Design and develop plans, specifications, and
cost estimates under the direction of the Engineering Service Manager. Provide
administrative assistance, maintain status reports and file on projects, and prepare
bid packages under the direction of the Engineering Service Manager. Resolve
construction problems and conflicts. Attends meetings as a technical resource.
Provide technical guidance and serve as a resource to subordinate and adjacent
personnel.
JOB TITLE: Civil Engineer III
DEPARTMENT: Utilities
SALARY: $35,654.58.00 Annually
MINIMUM QUALIFICATIONS:
High School diploma and strong math skills are required. Two or more years in a
similar position or sufficient experience to perform the principal duties and
responsibilities of the position. Should begin process of obtaining Engineer in
Training (E.I.T.) Certificate. Possess or have ability to obtain a valid state
operator/driver’s license for the type vehicle or equipment operated. Knowledge of
principles and theories of civil engineering, water and sanitary sewer materials and
construction, survey and construction estimating, and backflow prevention and
installation. Proficiency in administering construction contracts and supervision.
Familiarity using personal computers and drafting and surveying instruments.
Good communication skills, both oral and written. Demonstrated ability to work
independently and as part of a team. Familiarity with the departmental policies and
procedures, and applicable laws and regulations.
MAJOR DUTIES:
Coordinate and evaluate activities and projects. Assists engineering data collection
and analysis. Review consulting engineering plans, specifications, and review and
recommend engineering contracts. Design and develop plans, specifications, and
cost estimates under the direction of the Engineering Service Manager. Provide
administrative assistance, maintain status reports and file on projects, and prepare
bid packages. Resolve construction problems and conflicts. Attends meetings as a
technical resource. Provide technical guidance and serve as a resource to personnel.
Current Organization
Position
Pay
Grade Quantity Unit Cost
Fringe
(35%) Cost
Engineering Service Manager 54 1 51,737.15 18,108.00 69845.15
Civil Engineer I 52 9 46,692.77 16,342.47 567317.16
SUM=> 637162.31
Proposed Organization
Position
Pay
Grade Quantity Unit Cost
Fringe
(35%) Cost
Engineering Service Manager 56 1 57,326.48 20,064.27 77390.75
Pre-Construction Engineer 54 2 51,737.15 18,108.00 139690.31
Civil Engineer I 52 3 46,692.77 16,342.47 189105.72
Civil Engineer II 50 2 39,506.46 13,827.26 106667.44
Civil Engineer III 48 2 35,654.58 12,479.10 96267.37
SUM=> 609121.59
Cost Savings Per Year 28040.72
Commission Meeting Agenda
5/16/2006 2:00 PM
Minutes
Department:
Caption:Motion to approve the minutes of the regular meeting of the
Commission held May 2, 2006.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Renewal Lease
Department:
Caption:Motion to approve the renewal of the Lease Agreement for
the Department of Navy for the Naval & Marine Corps
Reserve Center for the term July l, 2006 through June 30,
2007.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Appointments Ninth District
Department:
Caption:Motion to approve the appointment of the following
representing District Nine: Mr. Edward Bullock, Canal
Authority, Ms.Mildred Irish, Augusta Port Authority, Ms.
Margaret Whaley, ARC Library and Mr. Michael Myers,
Animal Services Board.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Appointments Tax Assessors Bd.
Department:
Caption:Motion to approve the reappointment of Bill Lee to the
Board of Tax Assessors representing Senatorial District
23/District 10 Requested by Commissioner Don Grantham)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Appointments Third District
Department:
Caption:Motion to approve the reappointment of Ms. B.J. Lester to
the Augusta-Richmond County Library Board of Trustees
representing District 3.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
DDA
Department:
Caption:Discussion of Augusta Downtown Development
Authority.A. Ethics Complaint and Business Practices. B.
Roles, responsibilities and meeting rules. C. DDA oversight.
D. Project status - Houghton School, Widows Home, Street
Scapes, Rail Depot and Parking. E. DDA Policies toward
Commission appointees. (Requested by Commissioenr Andy
Cheek)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
James Brown Statue
Department:
Caption:Approve/authorize Facilities Maintenace to expend donated
funds for the James Brown Statue Base. (Requested by
Mayor Pro Tem Marion Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Zoning
Department:
Caption:Discuss the zoing matter affecting property lcoated on
Lumpkin Rd and Highway 56 relative to the establishment of
a Group Home. (Requested by Mayor Pro Tem Marion
Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Commission Meeting Agenda
5/16/2006 2:00 PM
Reschedule Meetings
Department:Clerk of Commission
Caption:Consider rescheduling the July 4, 2006 Commission meeting
to June 28, 2006, cancelling the June 26 committee meetings
and forwarding items directly to the Commission meeting.
(Requested by Commissioner Grantham)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission