Loading...
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