HomeMy WebLinkAbout2009-12-01-Meeting Agenda
Commission Meeting Agenda
Commission Chamber
12/1/2009
2:00 PM
INVOCATION:
Reverend Brian LaFavor, Pastor, Crawford Avenue Baptist Church
PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA.
Five (5) minute time limit per delegation
DELEGATIONS
A. Ms. Trisha Sprouse, President, Goshen Residents Assocation. RE: NSP2 HUD
Grant Application.
Attachments
CONSENT AGENDA
(Items 1-15)
PUBLIC SERVICES
1. Motion to approve a request from The Salvation Army to hang Kroc Center Banners
downtown during the first of the year with the Administrator and License &
Inspections developing guidelines and a time line for the hanging of the banners.
(Approved by Public Services Committee November 23, 2009)
Attachments
ADMINISTRATIVE SERVICES
2. Motion to approve ADP as Augusta’s Human Resource Information System (HRIS)
Provider for Health and Welfare Services pending contract negotiations. (Approved
by Administrative Services Committee November 23, 2009)
Attachments
3. Motion to approve a resolution of support for a proposed Municipal Option Sales
Tax (MOST) to be presented to the Legislative Delegation. (Approved by
Administrative Services and Finance Committees November 23, 2009)
Attachments
PUBLIC SAFETY
4. Motion to approve services provided by Red Cross to Augusta in the amout of Attachments
$25,000 for emergency relief to victims of disaster who need assistance to include
lodging, groceries, clothing, rent,emergency home repairs, medicine and food to
emergency workers. (Approved by Public Safety Committee November 23, 2009)
5. Motion to approve award of RFP #09-147, Custodial Services for Fire
Administration Office Building. (Approved by Public Safety Committee
November 23, 2009)
Attachments
FINANCE
6. Motion to approve the acquisition of one small tractor with front end loader from
Jenkins Tractor Company (lowest Bid offer 09-063) for $28,975.00 for the Augusta
Fire Department. (Approved by Finance Committee November 23, 2009)
Attachments
7. Motion to approve a request from Mr. Miguel D. Sena, Jr. regarding a refund of 2008
and 2009 taxes for the property located at 1906 Kristi Way. (Approved by Finance
Committee November 23, 2009)
Attachments
ENGINEERING SERVICES
8. Motion to approve an Option for Right-of-Way between CSX Transportation, Inc. as
grantor, and Augusta, Georgia, as grantee, in connection with the St. Sebastian Way
Project for 2.684 acre (116,925.17 sq. ft.) and 0.719 acre (31,333.86 sq. ft.) of
permanent construction and maintenance easement for the property located at Broad
St. and 1530 Riverwatch Parkway for a purchase price of $212,000.00. (Approved by
Engineering Services Committee November 23, 2009)
Attachments
9. Motion to approve a contract addition in the amount of $197,683.20 to Turner
Associates for an on-site representative to expand the basic Contract administration
services provided by the Architect to expedite decisions and reviews associated with
the New Judicial Center construction phase. (Approved by Engineering Services
Committee November 23, 2009)
Attachments
10. Motion to approve award of the contract for removal, restoration, storage and
installation of the statue of Lady Justice to the new Augusta Judicial Center and John
H Ruffin Courthouse to Conservation Solutions in the amount of $39,754. To be
funded from SPLOST GL – 325-05-1120, JL – 209251104. (Approved by
Engineering Services Committee November 23, 2009)
Attachments
11. Motion to approve an Option for the purposes of acquiring an Easement
between Barbara Sims as Executrix for the Estate of Fred M. Sims, as owner, and
Augusta, Georgia, as optionee, in connection with the 10156-Gordon Highway 16
Attachments
Inch Water Main Project, (82,213 sq. ft.), more or less, of permanent access, utility
and maintenance easement and (41,340 sq. ft.), more or less, of temporary
construction easement from property located at 2701 Gordon Highway, private, at the
purchase price of $20,358.00. (Approved by Engineering Services Committee
November 23, 2009)
12. Motion to approve an Option for the purposes of acquiring an Easement
between Georgia Vitrified Brick & Clay Co., as owner, and Augusta, Georgia, as
optionee, in connection with the 10153-Gordon Highway 24 Inch Water Main Project
and the 10156-Gordon Highway 16 Inch Water Main Porject, a permanent utility,
maintenance and access easement of (51,160 sq. ft.) (1.17ac), more or less, purposed
for laying, relaying, installing, adding, expanding, extending, operating, repairingand
maintaining pipeline transporting and carrying utility services, and (27,033 sq. ft.)
(0.62 ac), more or less, of temporary construction easement from property located
at 1985 Powell Road; anda permanent utility, maintenance and access easement of
(73,754 sq. ft.) (1.69 ac), more or less, purposed for laying, relaying, installing,
adding, expanding, extending, operating, repairingand maintaining pipeline
transporting and carrying utility services, and (36,895 sq. ft.) (0.85 ac), more or less,
of temporary construction easement from property located at 2111 Powell Road; anda
permanent utility, maintenance and access easement of(43,689 sq. ft.) (1.003
ac), more or less, purposed for laying, relaying, installing, adding, expanding,
extending, operating, repairingand maintaining pipeline transporting and carrying
utility services, and (21,445 sq. ft.) (0.49 ac), more or less, of temporary construction
easement from property located at 2651 Gordon Highway, private, at the purchase
price of $40,363.00. (Approved by Engineering Services Committee November
23, 2009)
Attachments
13. Motion to authorize condemnation to acquire title of a portion of property for
permanent and temporary easements for the 10156 Gordon Highway 16 Inch Water
Main Project, PIN: 078-0-020-00-0. (Approved by Engineering Services
Committee November 23, 2009)
Attachments
14. Motion to approve and accept a Deed of Dedication for Willhaven, Phase 1.
(Approved by Engineering Services Committee November 23, 2009)
Attachments
PETITIONS AND COMMUNICATIONS
15. Motion to approve the minutes of the regular meeting of the Commission held on
November 17, 2009.
Attachments
****END CONSENT AGENDA****
AUGUSTA COMMISSION
12/1/2009
AUGUSTA COMMISSION
REGULAR AGENDA
12/1/2009
(Items 16-23)
PLANNING
16. Motion to ratify/approve resolution of support for a $100,000 grant application to
the Georgia Department of Natural Resources Recreational Trails Program.
Attachments
FINANCE
17. Update from Commissioners Johnson/Bowles and the Administrator regarding the
Countdown in Downtown relative to city sponsorship to provide certain services and
in-kind match funding. (No recommendation from Finance Committee November
23, 2009)
Attachments
18. Consider recommendation(s) from the Administrator regarding a request from the
Downtown Development Authority relating to an MOU with the city. (No
recommendation from Finance Committee November 23, 2009)
Attachments
19. Approval of General Fund Appropriation in the amount of $150,000 for the Laney-
Walker/Bethlehem Neighborhood Revitalization Project. (No recommendation from
Finance Committee November 23, 2009)
Attachments
ADMINISTRATOR
20. Motion to approve the recommendation of Administrator for the position of Director
of Augusta Utilities.
Attachments
ATTORNEY
21. Motion to authorize payment of a total sum of Sixty Thousand Two Hundred Dollars
($60,200.00) to Alexander Road, Inc. and its legal representative to acquire title of a
portion of property for 2,856 Square Feet of Right-of-Way; 3, 977 Square Feet of
Permanent Easement, and being located on 1062 Alexander Drive, Tax Map 012,
Parcel 075.
Attachments
22. Motion to authorize the settlement of all claims by Teresa Smith in the aggregate
amount of one-hundred twenty-five thousand dollars ($125,000.00); authorizing the
Attachments
Upcoming Meetings
www.augustaga.gov
County Administrator to disburse the amount of one-hundred twenty-five thousand
dollars ($125,000.00); waiving Augusta-Richmond County Code of Ordinances
sections in conflict in this instance only; and for other purposes.
LEGAL MEETING
A. Pending and Potential Litigation.
B. Real Estate.
C. Personnel.
23. Motion to authorize execution by the Mayor of the affidavit of compliance with
Georgia's Open Meeting Act.
Commission Meeting Agenda
12/1/2009 2:00 PM
Invocation
Department:Clerk of Commission
Caption:Reverend Brian LaFavor, Pastor, Crawford Avenue Baptist Church
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 1
Commission Meeting Agenda
12/1/2009 2:00 PM
Goshen Residents Association
Department:
Caption:Ms. Trisha Sprouse, President, Goshen Residents Assocation. RE: NSP2
HUD Grant Application.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 2
Attachment number 1
Page 1 of 1
Item # 2
Commission Meeting Agenda
12/1/2009 2:00 PM
Resolution of Support Ga. DNR
Department:
Caption:Motion to ratify/approve resolution of support for a $100,000 grant
application to the Georgia Department of Natural Resources Recreational
Trails Program.
Background:The Recreational Trails Program (RTP) is a grant program. The United
States Congress appropriates funding for the Program, and the Federal
Highway Administration manages the Program, but is administered at the
state level. In Georgia, administration is handled by staff of the of Natural,
Division of Parks, Recreation and Historic Sites. Grants are generally
awarded on an annual basis and the deadline for submission is November
30, 2009.
Analysis:The purpose of the RTP is to provide and maintain recreational trails and
trail-related facilities identified in, or that further a specific goal of , the
Statewide Comprehensive Outdoor Recreation Plan (SCORP)
Financial Impact:
Alternatives:
Recommendation:To approve.
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 3
Commission Meeting Agenda
12/1/2009 2:00 PM
Kroc Center Banners
Department:Clerk of Commission
Caption:Motion to approve a request from The Salvation Army to hang Kroc Center
Banners downtown during the first of the year with the Administrator and
License & Inspections developing guidelines and a time line for the hanging
of the banners. (Approved by Public Services Committee November 23,
2009)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 4
Attachment number 1
Page 1 of 1
Item # 4
Commission Meeting Agenda
12/1/2009 2:00 PM
Approve contractual agreement with ADP as Augusta’s Human Resource Information System (HRIS) Provider for
Health and Welfare Services.
Department:Human Resources
Caption:Motion to approve ADP as Augusta’s Human Resource Information System
(HRIS) Provider for Health and Welfare Services pending contract
negotiations. (Approved by Administrative Services Committee
November 23, 2009)
Background:Augusta has never had a true HRIS System and this has at times created
challenges for the Human Resources Department in the benefits area. An
RFP was developed and distributed to find a HRIS solution that would fit
the needs of the Augusta Human Resources Department. Two responses to
the RFP were received from ADP and Kronos. The selection committee
closely reviewed both proposals and selected ADP. Backup information on
the proposal and pricing is attached.
Analysis:The approximate savings from implementing this program is $200,000. This
will more than cover the cost of implementation and monthly maintenance.
This will the human Resources department to work more efficiately and be a
great resource for employee and retirees.
Financial Impact:
Alternatives:Do not to approve contractual agreement with ADP as Augusta’s Human
Resource Information System (HRIS) Provider for Health and Welfare
Services.
Recommendation:Approve contractual agreement with ADP as Augusta’s Human Resource
Information System (HRIS) Provider for Health and Welfare Services.
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Procurement.
Information Technology.
Finance.
Cover Memo
Item # 5
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 5
Attachment number 1
Page 1 of 16
Item # 5
Attachment number 1
Page 2 of 16
Item # 5
Attachment number 1
Page 3 of 16
Item # 5
Attachment number 1
Page 4 of 16
Item # 5
Attachment number 1
Page 5 of 16
Item # 5
Attachment number 1
Page 6 of 16
Item # 5
Attachment number 1
Page 7 of 16
Item # 5
Attachment number 1
Page 8 of 16
Item # 5
Attachment number 1
Page 9 of 16
Item # 5
Attachment number 1
Page 10 of 16
Item # 5
Attachment number 1
Page 11 of 16
Item # 5
Attachment number 1
Page 12 of 16
Item # 5
Attachment number 1
Page 13 of 16
Item # 5
Attachment number 1
Page 14 of 16
Item # 5
Attachment number 1
Page 15 of 16
Item # 5
Attachment number 1
Page 16 of 16
Item # 5
Attachment number 2
Page 1 of 1
Item # 5
Ve
n
d
o
r
s
:
A
D
P
58
0
0
W
i
n
d
w
a
r
d
P
k
w
y
Al
p
h
a
r
e
t
t
a
,
G
A
3
0
0
0
5
Kr
o
n
o
s
17
D
a
p
p
l
e
G
r
a
y
C
o
u
r
t
Si
m
p
s
o
n
v
i
l
l
e
,
S
C
2
9
6
8
0
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
YE
S
Y
E
S
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
YE
S
Y
E
S
RF
P
F
o
r
m
YE
S
Y
E
S
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
Ag
r
e
e
m
e
n
t
YE
S
Y
E
S
Su
b
c
o
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
YE
S
Y
E
S
No
n
-
C
o
l
l
u
s
i
o
n
A
f
f
i
d
a
v
i
t
of
B
i
d
d
e
r
YE
S
Y
E
S
No
n
-
C
o
l
l
u
s
i
o
n
A
f
f
i
d
a
v
i
t
Su
b
c
o
n
t
r
a
c
t
o
r
YE
S
Y
E
S
Lo
c
a
l
S
m
a
l
l
B
u
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
YE
S
Y
E
S
Lo
c
a
l
S
m
a
l
l
B
u
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
S
u
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
YE
S
Y
E
S
Ad
d
e
n
d
u
m
YE
S
Y
E
S
Or
i
g
i
n
a
l
YE
S
Y
E
S
Si
x
(
6
)
C
o
p
i
e
s
YE
S
Y
E
S
Fe
e
P
r
o
p
o
s
a
l
YE
S
Y
E
S
RF
P
I
t
e
m
#
0
9
-
1
2
9
A
Hu
m
a
n
R
e
s
o
u
r
c
e
s
I
n
f
o
r
m
a
t
i
o
n
S
y
s
t
e
m
Fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
I
n
f
o
r
m
a
t
i
o
n
T
e
c
h
n
o
l
o
g
y
D
e
p
a
r
t
m
e
n
t
RF
P
O
p
e
n
i
n
g
D
a
t
e
:
T
h
u
r
s
d
a
y
,
A
u
g
u
s
t
6
,
2
0
0
9
a
t
3
:
0
0
p
.
m
.
Attachment number 3
Page 1 of 1
Item # 5
Ability to satisfy Software/Service Requirements
Maximum points 30 29 23.75
Public Sector HR Experience
Maximum points 20
20 16.5
Apparent User-Friendliness of the Solution
Maximun points 20
20 18.25
Customer Service/Support Structure
Maximum points 20
19.5 15.5
Firm Stability
Maximum points 10
10 10
Total Score (Maximum 100)98.5 84
Kronos
17 Dapple Gray Court
Simpsonville, SC 29680
Evaluation Criteria
Comments:
Cumulative Evaluation Sheet for RFP Item #09-129A
Human Resources Information System
For the City of Augusta - Information Technology Department
ADP
5800 Windward Pkwy
Alpharetta, GA 30005
Attachment number 4
Page 1 of 1
Item # 5
Attachment number 5
Page 1 of 1
Item # 5
Attachment number 6
Page 1 of 2
Item # 5
Attachment number 6
Page 2 of 2
Item # 5
ADP
ATTN MARTY FRANKLIN
5800 WINDWARD PKWY MS-A415
ALPHARETTA GA 30005
ADP NAS
ATTN JAMES SCHMITT
5800 WINDWARD PKWY MS-A415
ALPHARETTA GA 30005
AST CORPORATION
ATTN KARL HAEFFS
10920 DONAMER DRIVE
ALPHARETTA GA 30022
KRONOS
ATTN RYAN HAMMAND
17 DAPPLE GRAY COURT
SIMPSONVILLE SC 29680
KRONOS INC
297 BILLERICA ROAD
CHELMSFORD MA 01824
DENOVO VENTURES LLC
ATTN DAWN LAWSON
357 S MCCASLIN BLVD
LOUISVILLE CO 80027
COLONIAL LIFE
ATTN LESLIE GRADDICK
41 PARK COMMERCE WAY STE 108
SAVANNAH GA 31405
SAWTST LLC
ATTN RONALD SAXTON
150 HOWELL ROAD STE C
TYRONE GA 30290
HR LOGISTICS LLC
ATTN KRISTIE EVANS
4501 NEW BERN AVE STE 130-308
RALEIGH NC 27610
COLIBRI
ATTN DONNA LUNDY
419 E CROSSVILLE RD STE 102
ROSWELL GA 30075
VEGA FERRER ACEVEDO
ATTN LUIS FERRER
5201 BLUE LAGOON DR STE 800
MIAMI FL 33126
HIGH LINE CORPORATION
ATTN SHANNON MILLER
145 RENFREW DR STE 210
MARKHAM ON
CANADA L3R 9R6
AT&T
ATTN DEBBIE BRYD
3626 WALTON WAY EXT STE 1
AUGUSTA GA 30909
MANGROVE EMPLOYER SERVICES
ATTN DAVID FEARNOW
1501 S CHURCH AVENUE
TAMPA FL 33629
ORACLE CO
ATTN SHARLANE CLEARE
1910 ORACLE WAY
RESTON VA 20190
ENRICH IT INC
ATTN AJAY MANGLANI
100 N POINT CENTRE E STE 320
ALPHARETTA GA 30022
SOUTHERN TECHNOLOGY GROUP
ATTN ROBERT MCCOY
3307 BOB WALLACE AVE STE 2
HUNTSVILLE AL 35805
YVONNE GENTRY
DBE OFFICE
500 BUILDING
ROD POWELL
HUMAN RESOURCES DEPT
MICHAEL BLANCHARD
INFORMATION TECHNOLOGY DEPT
RFP Item #09-129A
Human Resources Information System
Information Technology Department
RFP Open: Thu 8/6/09 @ 3:00 p.m.
Attachment number 7
Page 1 of 1
Item # 5
Attachment number 8
Page 1 of 2
Item # 5
Attachment number 8
Page 2 of 2
Item # 5
Commission Meeting Agenda
12/1/2009 2:00 PM
Municipal Option Sales Tax
Department:Clerk of Commission
Caption:Motion to approve a resolution of support for a proposed Municipal Option
Sales Tax (MOST) to be presented to the Legislative Delegation.
(Approved by Administrative Services and Finance Committees
November 23, 2009)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 6
Commission Meeting Agenda
12/1/2009 2:00 PM
American Red Cross Service Agreement
Department:Emergency Management Agency
Caption:Motion to approve services provided by Red Cross to Augusta in the amout
of $25,000 for emergency relief to victims of disaster who need assistance to
include lodging, groceries, clothing, rent,emergency home repairs, medicine
and food to emergency workers. (Approved by Public Safety Committee
November 23, 2009)
Background:The Provider shall perform and furnish the following services under the
terms of the forgoing contract: Provide immediate emergency relief to
victims of diaster who need assistance by ensuring that they have: Trained
Red Cross interviewers who meet one-on-one with families to evalute the
immediate needs. Assistance which may include funds for lodging,
groceries, clothing, rent, emergency home repair, transportation, medicine,
and tools. Trained Red Cross nurses and volunteers to deliver first aid. The
Red Cross may help pay for certain replacement of medical needs, including
prescription medicines and eyeglasses. Licensed disaster mental health
services workers who help with the emotional impact disaster on its victims
as well as disaster workers. Information regarding community or
government resources which may be able help with long-term recovery
assistance. If needed, mass shelter care will be provided for those displaced
by larger scale disaster, as well as , food to emergency workers in the
affected area. Provide Community Disaster Education to the through the
Red Cross Ready Programs and distribution of disaster preparedness
brochures. Send emergency communication messages for Armed Forces
personnel and their families.
Analysis:
Financial Impact:$15,000 from EMA fund Acct.#101039210/5311816 $10,000 from Fire acct
# 274-034110-5237110
Alternatives:Not pass
Recommendation:Agree to this for disaster assistance for our citizens
Funds are Available in
the Following
Accounts:
Acct.#101039210/5311816 $15,000 Acct # 274-034110-5237110 $10,000
Cover Memo
Item # 7
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 7
Item # 7
Item # 7
Item # 7
Commission Meeting Agenda
12/1/2009 2:00 PM
Award of RFP #09-147
Department:Fire, Chief Howard Willis
Caption:Motion to approve award of RFP #09-147, Custodial Services for Fire
Administration Office Building. (Approved by Public Safety Committee
November 23, 2009)
Background:The Augusta Fire Department Administration Office Building will open in October
of 2009. This facility will house all members of the Fire Aministration staff, Training
Division staff and Fire Prevention staff. It will be necessary to retain the services of a
proffessional custodial service to maintain this facility.
Analysis:The Augusta Fire Department and the Procurement Department have concluded the
RFP process for RFP Item # 09-147, Custodial Service for Fire Administration
Office Building. After the review of the two compliant vendors, M&M Management
Services Inc. has met all the specified requirements of the RFP documents without
taking any exceptions and within the allocated budget amount. It is the opinion of the
Augusta Fire Department that, M&M Management Services Inc with a bid of
$20,830.38 per year, should be awarded the contract as best bid.
Financial Impact:Funding for this service is allocated in the 2009-2010 operating budgets
Alternatives:None at this time.
Recommendation:The Augusta Fire Department recommends M&M Management Services Inc with a
bid of $20,830.38 per year, should be awarded the contract as best bid.
Funds are Available in the
Following Accounts:274-03-4110 / 5223111
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 8
1
Memo
To: Geri Sams
From: Deputy Chief Mike Rogers
CC: Howard Willis, Nancy Williams, Phyllis Mills
Date: October 1, 2009
Re: Recommendation for awarding RFP Item # 09-147, Custodial Service for Fire
Administration Office Building
The Augusta Fire Department and the Procurement Department have concluded the
RFP process for RFP Item # 09-147, Custodial Service for Fire Administration Office
Building.
After the review of the two compliant vendors, M&M Management Services Inc. has
met all the specified requirements of the RFP documents without taking any
exceptions and within the allocated budget amount. It is the opinion of the Augusta
Fire Department that, M&M Management Services Inc with a bid of $20,830.38 per
year, should be awarded the contract as best bid.
Attachment number 1
Page 1 of 1
Item # 8
REQUEST FOR PROPOSALS
Request for Proposals will be received at this office until Wednesday, September 9, 2009 @ 11:00
a.m. for furnishing:
RFP ITEM #09-147 Janitorial Services for Fire Administration Building for
Fire Department
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the
offices of:
Geri A. Sams, Director
Augusta Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street – Room 605, Augusta, GA 30901. A Mandatory Pre-Proposal meeting will be held
on Friday, August 21, 2009 @ 2:00 p.m. in the Procurement Department – Room 605. All
questions must be submitted in writing to the office of the Procurement Department by
Tuesday, August 25, 2009 @ 3:00 p.m. by fax at 706-821-2811 or by mail. No RFP will be
accepted by fax, all must be received by mail or hand delivered.
The local bidder preference program is applicable to this project. To be approved as a local
bidder and receive bid preference on an eligible local project, the certification statement as a
local bidder and all supporting documents must be submitted to the Procurement Department
with your bonafide bid package.
No RFP may be withdrawn for a period of 120 days after time has been called on the date of opening.
An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the invitation to bid
including, but not limited to, the number of copies needed, the timing of the submission, the required
financial data, and any other requirements designated by the Procurement Department are
considered material conditions of the bid which are not waiveable or modifiable by the Procurement
Director. Please mark RFP number on the outside of the envelope.
Bidders are cautioned that sequestration of RFP documents through any source other than the office
of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized
sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to
base his qualifications.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle July 30, August 6, 13, 20, 2009
Metro Courier August 5, 2009
cc: Tameka Allen Interim Deputy Administrator
Howard Willis Fire Department
Mike Rogers Fire Department
Attachment number 2
Page 1 of 1
Item # 8
Ve
n
d
o
r
s
CS
R
A
C
u
s
t
o
d
i
a
l
S
p
e
c
27
0
9
O
a
k
l
a
n
d
A
v
e
n
u
e
Au
g
u
s
t
a
,
G
A
3
0
9
0
9
Si
z
e
m
o
r
e
J
a
n
i
t
o
r
i
a
l
13
6
9
R
e
y
n
o
l
d
s
S
t
r
e
e
t
Au
g
u
s
t
a
,
G
A
3
0
9
0
1
On
e
S
t
e
p
C
l
e
a
n
i
n
g
24
2
6
R
u
b
y
D
r
i
v
e
Au
g
u
s
t
a
,
G
A
3
0
9
0
6
Ea
s
t
e
r
S
e
a
l
s
o
f
G
A
15
0
0
W
r
i
g
h
t
s
b
o
r
o
R
d
.
Au
g
u
s
t
a
,
G
A
3
0
2
9
4
M
&
M
M
a
n
a
g
e
m
e
n
t
31
1
4
A
u
g
u
s
t
a
T
e
c
h
D
r
Au
g
u
s
t
a
,
G
A
3
0
9
0
6
Am
e
r
i
c
a
n
F
a
c
i
l
i
t
y
S
e
r
13
2
5
U
n
i
o
n
H
i
l
l
Al
p
h
a
r
e
t
t
a
,
G
A
3
0
0
0
4
YS
I
D
i
s
a
s
t
e
r
S
e
r
P.
O
.
B
o
x
1
0
7
Co
n
v
i
n
g
t
o
n
,
G
A
30
0
1
5
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
In
c
o
m
p
l
e
t
e
Ye
s
Y
e
s
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
Ye
s
Ye
s
Y
e
s
RF
P
F
o
r
m
Ye
s
Ye
s
Y
e
s
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
In
c
o
m
p
l
e
t
e
Ye
s
Y
e
s
Su
b
c
o
n
t
r
a
c
t
o
r
Af
f
i
d
a
v
i
t
In
c
o
m
p
l
e
t
e
Ye
s
Y
e
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
B
i
d
d
e
r
/
Of
f
e
r
o
r
In
c
o
m
p
l
e
t
e
Ye
s
Y
e
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Su
b
c
o
n
t
r
a
c
t
o
r
In
c
o
m
p
l
e
t
e
In
c
o
m
p
l
e
t
e
Y
e
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
Ye
s
Ye
s
Y
e
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
Su
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
Ye
s
Ye
s
Y
e
s
Ad
d
e
n
d
u
m
1
Ye
s
Ye
s
Y
e
s
Or
i
g
i
n
a
l
Ye
s
Ye
s
Y
e
s
Ei
g
h
t
C
o
p
i
e
s
Ye
s
Ye
s
Y
e
s
Fe
e
P
r
o
p
o
s
a
l
No
n
-
C
o
m
p
l
i
a
n
t
N
o
B
i
d
R
e
s
p
o
n
s
e
N
o
n
-
C
o
m
p
l
i
a
n
t
Y
e
s
RF
P
I
t
e
m
#
0
9
-
1
4
7
Ja
n
i
t
o
r
i
a
l
S
e
r
v
i
c
e
s
f
o
r
F
i
r
e
A
d
m
i
n
i
s
t
r
a
t
i
o
n
B
u
i
l
d
i
n
g
fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
F
i
r
e
D
e
p
a
r
t
m
e
n
t
RF
P
O
p
e
n
i
n
g
D
a
t
e
:
W
e
d
n
e
s
d
a
y
,
S
e
p
t
e
m
b
e
r
9
,
2
0
0
9
@
1
1
:
0
0
a
.m
.
Pa
g
e
1
o
f
2
Attachment number 3
Page 1 of 2
Item # 8
Ve
n
d
o
r
s
Ja
n
i
K
i
n
g
36
6
5
W
h
e
e
l
e
r
R
d
Au
g
u
s
t
a
,
G
A
3
0
9
0
9
Im
a
g
a
n
n
C
l
e
a
n
i
n
g
26
4
0
L
i
t
h
o
n
i
a
I
n
d
Li
t
h
o
n
i
a
,
G
A
3
0
0
5
8
Ex
e
c
u
t
i
v
e
J
a
n
i
t
o
r
i
a
l
P.
O
.
B
o
x
2
0
4
9
2
2
Ma
r
t
i
n
e
z
,
G
A
3
0
9
0
7
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
Ye
s
Y
e
s
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
Ye
s
Y
e
s
RF
P
F
o
r
m
Ye
s
I
n
c
o
m
p
l
e
t
e
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
Ye
s
Y
e
s
Su
b
c
o
n
t
r
a
c
t
o
r
Af
f
i
d
a
v
i
t
Ye
s
I
n
c
o
m
p
l
e
t
e
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
B
i
d
d
e
r
/
Of
f
e
r
o
r
Ye
s
Y
e
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Su
b
c
o
n
t
r
a
c
t
o
r
Ye
s
Y
e
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
Ye
s
Y
e
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
Su
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
Ye
s
Y
e
s
Ad
d
e
n
d
u
m
1
Ye
s
Y
e
s
Or
i
g
i
n
a
l
Ye
s
Y
e
s
Ei
g
h
t
C
o
p
i
e
s
Ye
s
Y
e
s
Fe
e
P
r
o
p
o
s
a
l
Ye
s
N
o
n
-
C
o
m
p
l
i
a
n
t
fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
E
n
g
i
n
e
e
r
i
n
g
D
e
p
a
r
t
m
e
n
t
RF
P
I
t
e
m
#
0
9
-
1
4
7
RF
P
O
p
e
n
i
n
g
D
a
t
e
:
T
h
u
r
s
d
a
y
,
J
u
l
y
2
,
2
0
0
9
@
3
:
0
0
p
.
m
.
Ja
n
i
t
o
r
i
a
l
S
e
r
v
i
c
e
s
f
o
r
F
i
r
e
A
d
m
i
n
i
s
t
r
a
t
i
o
n
B
u
i
l
d
i
n
g
Pa
g
e
2
o
f
2
Attachment number 3
Page 2 of 2
Item # 8
PTS.
A. Professional qualifications necessary for
satisfactory performance of required services.30 27.7 28.3
B. Specialized experience and technical competence
in the type of work required.20 18.3 20
C. Capacity to accomplish the work in the required
time 20 18.3 20
D. Past performance on contracts with Government
agencies, private agencies, private industry in terms
of cost control, quality work, and compliance with
performance schedules. Document by references
and other means.
10 8.3 10
E. Location in the general geographical area of the
project and knowledge of the locality of the project.10 7.6 10
F. Firm’s understanding of work to be done. 10 9.3 10
TOTAL 100 89.5 98.3
M & M Management
3114 Augusta Tech Dr
Augusta, GA 30906
Evaluation Criteria
Comments:
Evaluator # Cumulative
Cummulative Evaluation Sheet RFP Item #09-147
Janitorial Services for Fire Administration Building
For the City of Augusta – Fire Department
Imagann Cleaning
2640 Lithonia Ind
Lithonia, GA 30058
Attachment number 4
Page 1 of 1
Item # 8
Attachment number 5
Page 1 of 3
Item # 8
Attachment number 5
Page 2 of 3
Item # 8
Attachment number 5
Page 3 of 3
Item # 8
Attachment number 6
Page 1 of 2
Item # 8
Attachment number 6
Page 2 of 2
Item # 8
Attachment number 7
Page 1 of 2
Item # 8
Attachment number 7
Page 2 of 2
Item # 8
Commission Meeting Agenda
12/1/2009 2:00 PM
2009 Fire Department Tractor
Department:Finance Department, Fleet Management Division
Caption:Motion to approve the acquisition of one small tractor with front end loader
from Jenkins Tractor Company (lowest Bid offer 09-063) for $28,975.00 for
the Augusta Fire Department. (Approved by Finance Committee
November 23, 2009)
Background:The Augusta Fire Department is requesting the purchase of 1 small tractor
with frontend loader to utilize for various tasks around their new
Administration and training facility. The new unit will be utilized as a utility
tractor to include grass cutting, minor construction projects, and hauling
various materials around the facility.
Analysis:Fleet Management submitted a request for bids through the Procurement
Department utilizing the Demand Star electronic bid system which offers
nationwide bid coverage. Five vendors responded of which only one was
within the city’s contract compliance codes. The compliant bid was as
follows: Jenkins Tractor Company = $28, 975.00.
Financial Impact:The tractor will be purchased for a total of $ 28,975.00. Funding for the
procurement of this equipment will be provided by the Fire Department
Sales Tax account.
Alternatives:1. Approve the award to the lowest and only compliant bidder, Jenkins
Tractor Company of Augusta, Georgia 2. Do not approve the request.
Recommendation:Approve the acquisition of one small tractor with frontend loader from
Jenkins Tractor Company (lowest Bid offer 09-063) for $28,975.00 for the
Augusta Fire Department.
Funds are Available in
the Following
Accounts:
324-03-3510/54.22910--204-32-4001/54.22910
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Cover Memo
Item # 9
Administrator.
Clerk of Commission
Cover Memo
Item # 9
Attachment number 1
Page 1 of 1
Item # 9
Invitation To Bid
Sealed bids will be received at this office until Wednesday, March 11, 2009 @ 11:00 a.m. for
furnishing:
Bid Item #09-062 Police Motorcycle for Fleet Department
Bid Item #09-063 Agricultural Tractor with Front End Loader for Fleet Department
Bid Item #09-064 Rough Terrain Forklift for 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 30901
706-821-2422
BID documents may be obtained at the office of Augusta, GA Procurement Department, 530 Greene
Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business
hours at the offices of Augusta, GA Procurement Department. All questions must be submitted
in writing 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.
The local bidder preference program is applicable to this project. To be approved as a local
bidder and receive bid preference on an eligible local project, the certification statement as a
local bidder and all supporting documents must be submitted to the Procurement
Department with your bonafide bid package.
No BID may be withdrawn for a period of 90 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.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle February 5, 12, 19, 26, 2009
Metro Courier February 11, 2009
cc: Tameka Allen Interim Deputy Administrator
Ron Crowden Fleet Management
Attachment number 2
Page 1 of 1
Item # 9
Vendors
Jenkins Tractor
3585 Mike Padget
Hwy.
Augusta, GA 30906
Augusta Turf &
Tractor
2804 Wylds Rd.
Augusta, GA 30909
Holley Tractor &
Equip
1721 Richland Ave E
Aiken, SC 29801
Low Country
Machinery
1008 E. Highway 80
Pooler, GA 31322
Burke Truck &
Tractor
706 West 6th Street
Waynesboro, GA
30830
Statement of Non-
Discrimination Yes
Conflict of Interest Yes
Bid Form Yes
Contractor Affidavit &
Agreement Yes
Subcontractor Affidavit Yes
Non-Collusion Affidavit of
Bidder Yes
Non-Collusion
Affidavit of Subcontractor Yes
Local Small Business
Good Faith Effort Yes
Local Small Business
Subcontractor/Supplier
Utilization Plan
Yes
Addendum Yes
Year 2009
Brand Kubota
Model L5240HST-1
Bid Price $28,975.00
Delivery Date Net 30 Days
The following vendors did not submit a response:
Hertz Equipment / 2017 Rawley Road / Augusta, GA 30906
Unified Equipment / 1008 E Highway 80 / Pooler, GA 31322
Bid Opening Date: Wednesday, March 11, 2009 @ 11:00 a.m.
Bid Item #09-063
Agricultural Tractor with Detachable Front End Loader
for the City of Augusta - Fleet Department
Non-Complaint
Contractors Affidavit
& Agreement (Did
not identify # of
employees) and LSB
Subcontractor/Suppl
ier Utilization Plan
(missing N/A)
Non-Complaint
Non-Collusion
Affidavit of
Bidder
(Corporate Seal)
Non-Complaint
Contractors
Affidavit &
Agreement
(Incomplete)
Non-Collusion
Affidavit of
Bidder
(Corporate Seal)
Non-Complaint
Non-Collusion
Affidavit of
Bidder
(Corporate Seal)
Attachment number 3
Page 1 of 1
Item # 9
Attachment number 4
Page 1 of 2
Item # 9
Attachment number 4
Page 2 of 2
Item # 9
Commission Meeting Agenda
12/1/2009 2:00 PM
Countdown in Downtown
Department:Clerk of Commission
Caption:Update from Commissioners Johnson/Bowles and the
Administrator regarding the Countdown in Downtown relative to city
sponsorship to provide certain services and in-kind match funding. (No
recommendation from Finance Committee November 23, 2009)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 10
Attachment number 1
Page 1 of 1
Item # 10
Commission Meeting Agenda
12/1/2009 2:00 PM
Downtown Development Authority MOU
Department:Clerk of Commission
Caption:Consider recommendation(s) from the Administrator regarding a request
from the Downtown Development Authority relating to an MOU with the
city. (No recommendation from Finance Committee November 23, 2009)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 11
Attachment number 1
Page 1 of 1
Item # 11
Commission Meeting Agenda
12/1/2009 2:00 PM
Laney-Walker/Bethlehem Project General Fund Appropriation
Department:Augusta Housing and Community Development Department
Caption:Approval of General Fund Appropriation in the amount of $150,000 for the
Laney-Walker/Bethlehem Neighborhood Revitalization Project. (No
recommendation from Finance Committee November 23, 2009)
Background:The Laney-Walker/Bethlehem Neighborhood Revitalization Project is
requesting a General Fund Appropriation in the amount of $150,000 in order
to sustain the Project for the months of November and December. This
money will be paid back in January from either the 2010 Transit Fee
Allocation or the Laney-Walker/Bethlehem Bond Fund. This additional
funding is necessary to keep the project active and to support the project in
the following areas: Marketing, Engineering, Architecture, Land Surveys,
Professional Project Management Services and Land Acquisition Services.
Analysis:The Laney-Walker/Bethlehem Project is a major contributor to the success
of the revitalization of the downtown area. Without this funding in the
amount of $150,000, the project will have to be shut down immediately.
Augusta Housing and Community Development has made major strides in
executing this project and has procured the services of many organizations,
such as architects and engineers that are needed to make this project a
success. Without the services of these firms, the project cannot proceed
forward. We need to keep this project moving until the necessary project
funding is in place in 2010. For this reason, the Department is asking for an
immediate General Fund Appropriation in the amount of $150,000 to keep
the project active through the end of the year. If the project is shut down, the
momentum that has developed through the year will be lost. The project will
lose both momentum and interest if it is shut down until the 2010 funding is
released.
Financial Impact:The Department is expecting funding in 2010 from either the Transit Fees or
the Laney-Walker/Bethlehem Bond Funding. The funding received will be
based on the amount of hotel/motel tax collected and may be as high as
$750,000. The Department will pay back the $150,000 to the general fund
from either funding source.
Alternatives:If the Department does not receive the $150,000 General Fund
Appropriation, the project will have to be immediately shut down. The
Department can not engage the necessary firms for services without a source
to pay for expenses
Recommendation:
The recommendation is for the Finance Committee to approve this General
Cover Memo
Item # 12
Fund Appropriation Request in the amount of $150,000 and allow the
Laney-Walker/Bethlehem Project to proceed and that it be documented that
the funds will be paid back out of the 2010 Laney-Walker/Bethlehem annual
Transit Fee or Bond Fund allocation
Funds are Available in
the Following
Accounts:
The Department is asking for an allocation of $150,000 from the General
Fund.
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 12
Commission Meeting Agenda
12/1/2009 2:00 PM
Miguel D. Sena Jr.
Department:Clerk of Commission
Caption:Motion to approve a request from Mr. Miguel D. Sena, Jr. regarding a
refund of 2008 and 2009 taxes for the property located at 1906 Kristi Way.
(Approved by Finance Committee November 23, 2009)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 13
Attachment number 1
Page 1 of 5
Item # 13
Attachment number 1
Page 2 of 5
Item # 13
Attachment number 1
Page 3 of 5
Item # 13
Attachment number 1
Page 4 of 5
Item # 13
Attachment number 1
Page 5 of 5
Item # 13
Attachment number 2
Page 1 of 2
Item # 13
Attachment number 2
Page 2 of 2
Item # 13
Commission Meeting Agenda
12/1/2009 2:00 PM
Acquisition of Right-of-Way and Easement-St. Sebastian Way/Greene St./15th St.
Department:Law
Caption:Motion to approve an Option for Right-of-Way between CSX
Transportation, Inc. as grantor, and Augusta, Georgia, as grantee, in
connection with the St. Sebastian Way Project for 2.684 acre (116,925.17
sq. ft.) and 0.719 acre (31,333.86 sq. ft.) of permanent construction and
maintenance easement for the property located at Broad St. and 1530
Riverwatch Parkway for a purchase price of $212,000.00. (Approved by
Engineering Services Committee November 23, 2009)
Background:The property owner has agreed to Quitclaim a certain right-of-way and
permanent construction easement to Augusta, Georgia, for the St. Sebastian
project.
Analysis:The purchase of the referenced property is necessary for the improvements.
Financial Impact:The costs necessary for this purchase will be covered under the project
budget. The County will advance the necessary funds for the purchase and
the Georgia Department of Transportation will reimburse the funds
advanced by Augusta, Georgia after acquisition of the property.
Alternatives:Deny the motion to approve the purchase of the referenced property.
Recommendation:Approve the motion to purchase the referenced property.
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S): Will be
reimbursed by Georgia DOT G/L # 324-04-1110-54.11120 J/L #
202824003-54.11120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 14
Commission Meeting Agenda
12/1/2009 2:00 PM
Approve Contract Addition for Judicial Center On-Site Representative
Department:Public Services Department - Facilities Management Division
Caption:Motion to approve a contract addition in the amount of $197,683.20 to
Turner Associates for an on-site representative to expand the basic Contract
administration services provided by the Architect to expedite decisions and
reviews associated with the New Judicial Center construction phase.
(Approved by Engineering Services Committee November 23, 2009)
Background:The proposed scope of services defined in the accompanying AIA
Document B207, Standard form of Services: On-Site Project Representation
and in the attached proposal letter from Woodhurst partnership outline the
benefits of the on-site representative.
Analysis:Don Green from Heery International reviewed the initial Turner proposal, in
which modifications and adjustments to fees, work responsibility and time
frames were adjusted to permit timely and quality completion of the project.
All additional expenses associated with this added service will be billed
against the Architect’s current reimbursable expense allowance.
Financial Impact:This is an add service adjustment, that after numerous consultations with all
team members associated with the construction phase currently underway on
the Judicial Center, it was agreed that this service would be in the best
interest of the project.
Alternatives:1. Approve the Architect’s add services contract in the amount of
$197,683.20 for the New Judicial Center. 2. Do not approve add services.
Recommendation:Approve the Architect’s add services contract in the amount of $197,683.20
for the New Judicial Center.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: GL-325-05-1120 JL-
209251104
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Cover Memo
Item # 15
Administrator.
Clerk of Commission
Cover Memo
Item # 15
Attachment number 1
Page 1 of 12
Item # 15
Attachment number 1
Page 2 of 12
Item # 15
Attachment number 1
Page 3 of 12
Item # 15
Attachment number 1
Page 4 of 12
Item # 15
Attachment number 1
Page 5 of 12
Item # 15
Attachment number 1
Page 6 of 12
Item # 15
Attachment number 1
Page 7 of 12
Item # 15
Attachment number 1
Page 8 of 12
Item # 15
Attachment number 1
Page 9 of 12
Item # 15
Attachment number 1
Page 10 of 12
Item # 15
Attachment number 1
Page 11 of 12
Item # 15
Attachment number 1
Page 12 of 12
Item # 15
Commission Meeting Agenda
12/1/2009 2:00 PM
Award Contract For Restoration of Lady Justice
Department:Public Services Department - Facilities Management Division
Caption:Motion to approve award of the contract for removal, restoration, storage
and installation of the statue of Lady Justice to the new Augusta Judicial
Center and John H Ruffin Courthouse to Conservation Solutions in the
amount of $39,754. To be funded from SPLOST GL – 325-05-1120, JL –
209251104. (Approved by Engineering Services Committee November
23, 2009)
Background:On February 26, 2009, the Historic Preservation Commission granted
permission to move the Lady Justice statue from the current location in the
back of the Municipal Building to the new Judicial Center. To accomplish
this, the statue would need to be removed, restored and relocated by a firm
specializing in this type of work. A Request for Qualifications (RFQ) was
prepared and sent out on March 26, 2009 and submittals were due on May
12, 2009. All of the submittals that were received were determined to be
non-compliant. A revised Request for Proposal (RFP) was issued to the
same three firms on September 25, 2009, requesting final submissions on
October 9, 2009. Only one of the three submittals received was deemed to
be compliant.
Analysis:A selection committee was formed to review and recommend approval to
the Commission of the final submission. The committee included Erick
Montgomery from Historic Augusta, Bob Woodhurst from The Woodhurst
Partnership, Don Green from Heery International, and a representative from
the Augusta Procurement Department. The selection committee convened
on November 3, 2009 and reviewed the proposal, and references and
unanimously recommends that the contract be awarded to Conservation
Solutions in the amount of $39,754.
Financial Impact:The cost of the contract is $39,754.
Alternatives:1. Approve award of the contract for removal, restoration, storage and
installation of the statue of Lady Justice to the new Augusta Judicial Center
and John H Ruffin Courthouse to Conservation Solutions in the amount of
$39,754. To be funded from SPLOST GL – 325-05-1120, JL – 209251104.
2. Do not approve the award.
Recommendation:Approve award of the contract for removal, restoration, storage and
installation of the statue of Lady Justice to the new Augusta Judicial Center
and John H Ruffin Courthouse to Conservation Solutions in the amount of
$39,754. To be funded from SPLOST GL – 325-05-1120, JL – 209251104.
Cover Memo
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: GL – 325-05-1120, JL –
209251104
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 1 of 33
Request for Qualifications
RFQ Item #09-108A
Restoration and Relocation of Lady Justice Statue
For
The City of Augusta
RFQ Due: Friday, October 9, 2009 at 3:00 P.M.
One Original and six (6) copies of RFQ shall be submitted
Thanks for doing business with us . . .
Geri A. Sams, Procurement Director
530 Greene Street, Room 605
Augusta, Georgia 30901
Attachment number 1Page 1 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 2 of 33
CITY OF AUGUSTA, GEORGIA
OFFICE OF THE PROCUREMENT DIRECTOR
530 GREENE STREET SUITE 605
AUGUSTA, GEORGIA 30901
(706) 821-2422
www.augustaga.gov
DATE: September 25, 2009 RFQ NO. 09-108A
SUBJECT: Request to submit on the following equipment, supply, and/or services.
NAME OF RFQ: Restoration and Relocation of Lady Justice Statue
This letter extends to your Firm an invitation to submit qualifications to supply the City of Augusta with
equipment, supplies, and/or services as indicated above. Sealed qualifications for the above will be
received at the Office of the City Procurement Director, 530 Greene Street – Suite 605, the Municipal
Building, Augusta, Georgia, up to 3:00 p.m. Friday, October 9, 2009, at which time, qualification
packages will be opened and publicly read. The Board of Commission reserves the right to reject any and
all bids/qualifications and to waive formalities.
Instructions for preparation and submission of bid/qualifications are contained in the attached packet.
Please note that specific forms for submission of qualifications are required. Qualifications must be typed
or printed in ink. If you do not submit, return signed qualification invitation sheet and state reason. Also,
please clearly mark the outside of your envelope as "No Submittal."
Any changes to the conditions and specifications must be in the form of a written addendum to be valid;
therefore, the City will issue a written addendum to document all approved changes. Any qualification
packages submitted which does not acknowledge the receipt of an addendum will not be
considered.
The City of Augusta seeks to ensure that all segments of the business community have access to
supplying the goods and services needed by City programs.
Doing business with Augusta has become easier! The new ARCBid link, which is located on the
Procurement Department’s website at www.augustaga.gov, enables you to view current and past public
bid information online. Should you have any questions concerning the bid documents, or need additional
information, you may contact a member of the Bid and Contract Team directly @ 706 821-2422. A
request for bid documents must be faxed to 706-821-2811.
A qualification package from your Firm will be appreciated.
Sincerely yours,
Geri
Geri A. Sams
Procurement Director
Attachment number 1Page 2 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 3 of 33
REQUEST FOR QUALIFICATIONS
Request for Qualifications will be received at this office until Friday, October 9, 2009 @ 3:00
p.m. a.m. for furnishing:
RFQ ITEM #09-108A Restoration and Relocation of Lady Justice Statue
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at
the offices of:
Geri A. Sams, Director
Augusta Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
RFQ documents may be examined at the office of the Augusta, GA Procurement Department,
530 Greene Street – Room 605, Augusta, GA 30901. . All questions must be submitted in
writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No
RFQ will be accepted by fax, all must be received by mail or hand delivered.
The local bidder preference program is applicable to this project. To be approved as a
local bidder and receive bid preference on an eligible local project, the certification
statement as a local bidder and all supporting documents must be submitted to the
Procurement Department with your bonafide bid package.
No RFQ may be withdrawn for a period of 90 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 RFQ number on the outside of the envelope.
Bidders are cautioned that sequestration of RFQ documents through any source other than the
office of the Procurement Department is not advisable. Acquisition of RFQ documents from
unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
cc: Tameka Allen Interim Deputy Administrator
Don Green Heery International
Bob Munger Heery International
Attachment number 1Page 3 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 4 of 33
RFQ Item 09-108A Restoration and Relocation of Lady Justice Statue
Due Date: Friday October 9, 2009 at 3:00 P.M.
INSTRUCTIONS TO SUBMIT
1.1 Purpose: The purpose of this document is to provide general and specific information for use by
vendors in submitting a bid to supply the City of Augusta with equipment, supplies, and or
services as listed above. All bids are governed by the Code of the City of Augusta.
1.2 How to Prepare Bid Proposals/Qualifications: All bid proposals/qualifications shall be:
(A) Prepared on the forms enclosed herewith, unless otherwise prescribed.
(B) Typewritten or completed with pen and ink, signed by the vendor or his authorized
representative, with all erasures or corrections initialed and dated by the official signing the
proposal. Vendors are encouraged to review carefully all provisions and attachments of this
document prior to completion. Each qualification constitutes an offer and may not be withdrawn
except as provided herein. Also, prices are to remain firm for the period stated herein. Please
do not submit any fees.
1.3 How to Submit Bid Proposals/Qualifications: All bid proposals/qualifications shall be:
(A) Submitted in sealed opaque envelope, plainly marked with the RFQ number and equipment,
supply and/or service description listed above.
(B) Mailed or delivered as follows in sufficient time to ensure receipt by the Procurement Director
on or before the date and time specified above.
(a) Mailing Address: Geri A. Sams, Procurement Director
530 Greene Street – Suite 605
Augusta, Georgia 30901.
(b) Hand Delivery Address: Geri A. Sams, Procurement Director
Procurement Department – 6th Floor of the Municipal Building
Suite 605 - Augusta, Georgia
(c) Packages not received by the time and date specified in the first paragraph of
the letter will not be opened.
1.4 Augusta-Richmond Code, Readopted 7/10/08: Sec. 1-10-43. Sealed qualifications/bids
selection method.
(b) Invitation for bids/qualifications and specifications. An invitation for bids/qualifications shall be
issued by the Procurement Office and shall include specifications prepared in accordance with
Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid/qualification including, but
not limited to, the number of copies needed, the timing of the submission, the required financial
data, and any other requirements designated by the Procurement Department are considered
material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the
Procurement Director to the appropriate committee of the Augusta-Richmond County
Commission for approval by the Augusta-Richmond County Commission.
1.5 Procurement Protests:
(A) Right to protest. Any actual or prospective bidder/vendor, offeror, or contractor who is
aggrieved in connection with the solicitation or award of a contract may protest to Augusta-
Richmond County. Protestors shall seek resolution of their complaints initially with the
Procurement Director. All protests must be submitted in writing to the Procurement Director.
(B) Protests concerning invitations to bid/qualification. A protest with respect to an invitation for
bids/qualifications or request for proposals shall be submitted in writing prior to the opening of
bids/qualifications or the closing date of proposals. If not done by that time, the complaint or
protest is lost.
(C) Stay of procurement during protests. In the event of a timely protest under subsection (b) of
this Section, the Procurement Director shall not proceed further with the solicitation or award of
Attachment number 1Page 4 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 5 of 33
the contract until all administrative remedies have been exhausted or until the Augusta-Richmond
County Administrator or Commission makes a determination on the record that the award of the
contract without delay is necessary to protect the interests of Augusta-Richmond County.
1.6 Failure to Bid/Submit: If a bid/package is not submitted, bidder/vendor should return sheets,
stating reason therefore, and indicate whether their business should be retained or removed from
the City’s vendor’s list. The outside of the envelope should clearly be marked “No
Response”
1.7 Errors in Bids/Submittals: Bidders/Vendors or their authorized representatives are expected to
fully inform themselves as to the conditions, requirements and specifications before submitting
bids. Failure to do so will be at the bidders' own risk. In case of error in extension of prices in the
bid, the unit prices shall govern.
Correction or withdrawal of bids/qualifications. Correction or withdrawal of inadvertently
erroneous bids/qualifications before or after bid opening may be permitted under the
circumstances described below:
(1) Mistakes discovered before bid opening may be modified or withdrawn by written or
telegraphic notice received in the office designated in the invitation for bids prior to the
time set for bid opening.
(2) After the bid opening, corrections to bids shall be permitted only to the extent that the
bidder can show by clear and convincing evidence that a mistake of a non-judgmental
character was made, the nature of the mistake, and the bid price actually intended.
Otherwise, no changes in bid prices or other provisions of bids prejudicial to the interest
of Augusta-Richmond County or fair competition shall be permitted.
(3) In lieu of bid correction, a low bidder alleging a material mistake of fact may be
permitted to withdraw its bid if:
a. the mistake is clearly evident in the bid document but the intended correct bid is not
similarly evident; or
b. the bidder submits evidence which clearly and convincingly demonstrates that a
mistake was made.
(4) All decisions to permit the correction or withdrawal of bids, or to cancel awards or
contracts based on bid mistakes, shall be supported in a written report made by the
Procurement Director.
(5) Withdrawal after receipt of bids is cause to forfeit bid security unless substantial
evidence was presented clearly evidencing the mistake and hardship that would occur to
either the County or the bidder in the event of award
1.8 Standards for Acceptance of Bid for Award Contract: The City reserves the right to reject any
or all bids and to waive any irregularities or technicalities in bids received whenever such
rejections or waiver is in the interest of the City.
The City reserves the right to reject the bid of a bidder who has previously failed to perform
properly or complete on time contracts of a similar nature, or a bid from a bidder whom
investigation shows is not in a position to perform the contract a bidder who failed to submitted
any requested documentation to include bid bond, performance and payments..
1.9 Bidder: Whenever the term "bidder" is used it shall encompass the "contractor", "purchaser" or
other party having a contract with the City in such capacity after a contract has been entered into
or between such party and the City.
1.10 Compliance with laws: The bidder shall obtain and maintain all licenses, permits, liability
insurance, workman's compensation insurance and comply with any and all other standards or
regulations required by federal, state or City statute, ordinances and rules during the performance
of any contract between the bidder and the City. Any such requirement specifically set forth in
any contract document between the bidder and the City shall be supplementary to this section
and not in substitution thereof.
Attachment number 1Page 5 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 6 of 33
1.11 Termination of Contract: The City of Augusta may cancel the contract at any time for breach of
contractual obligations by providing the consultant with a written notice of such cancellation.
Should the City of Augusta exercise its right to cancel the contract for such reasons, the
cancellation shall become effective on the date as specified in the notice of cancellation sent to
the contractor.
1.12 Terms of Contract: This is a one (1) year contract with a possible one year option; unless
otherwise specified by the owner.
1.13 RFQ Price: Please do not enclose any fees.
1.14 Non-Collusion Affidavit: By signing and submitting this bid, bidder declares that its agents,
officers or employees have not directly or indirectly entered into any agreements, participated in
any collusion or otherwise taken any action in restraint of free competitive bidding in connection
with this bid. In the event, said bidder is found guilty of collusion, the company and agents will be
removed from the City’s bid list for up to three years and any current orders will be canceled.
GENERAL CONDITIONS
2.1 Specifications: Any obvious error or omission in specifications shall not inure to the benefit of
the bidder but shall put the bidder on notice to inquire of or identify the same from the City.
Whenever mention is made of any article, material, or workmanship to be in accordance with
laws, ordinances, building codes, underwriter's codes, American Society for Testing and
Materials (A.S.T.M.) regulations or similar expressions, the requirements of these laws,
ordinances, etc., shall be construed to be the minimum requirements of these specifications.
Some specifications are made from actual samples or prior use.
2.2 Completeness: All information required by Request for Qualifications must be completed and
submitted to constitute a proper package.
2.3 Prices to be Firm: Bidder warrants that bid prices, terms and conditions quoted in his submittal
will be firm for acceptance for a period of ninety (90) days from opening date.
2.4 Description of Materials: Proposals for materials, supplies, vehicles, and/or equipment should
be accompanied by copies of detailed factory specifications, ratings, technical data, including
accurate descriptions of the exact materials, supplies, vehicles, and/or equipment on which bids
are made.
2.5 Quality: All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new (unless otherwise specified), the latest model, of the
best quality, and highest grade workmanship. Vehicles and/or equipment shall be equipped with
such necessary equipment complying with the Georgia State Law, but not including licensing.
Also, materials must comply with all applicable Federal and State OSHA requirements in affect at
the time of bid.
2.6 Acceptance of Material: The material delivered under this proposal shall remain the property of
the seller until a physical inspection and actual usage of this material and/or services is made and
therefore accepted to the satisfaction of the City. IN THE EVENT THAT THE MATERIAL
AND/OR SERVICES SUPPLIED TO THE CITY IS FOUND TO BE DEFECTIVE OR DOES NOT
CONFORM TO SPECIFICATIONS, THE CITY RESERVES THE RIGHT TO CANCEL THE
ORDER UPON WRITTEN NOTICE TO THE SELLER AND RETURN THE PRODUCT TO THE
SELLER AT THE SELLER'S EXPENSE AND TO INVOKE THE PROVISIONS OF SECTION
2.22.
2.7 Plant and Facility Inspections: The Purchasing Department may require the vendor to make his
plant and facilities available for inspection; or may require additional information concerning the
vendor's ability to perform compliant with the requirements of this specification. Failure to comply
with this requirement may cause rejection of the bid package.
2.8 Guarantee: Unless otherwise specified by the City, the bidder shall unconditionally guarantee the
materials and workmanship on all material and/or services. If, within the guarantee period any
Attachment number 1Page 6 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 7 of 33
defects occur which are due to faulty material and or services, the bidder at his expense, shall
repair or adjust the condition, or replace the material and/or services to the complete satisfaction
of the City. These repairs, replacement or adjustments shall be made only at such time as will be
least detrimental to the operation of City business.
2.9 Manufacture or Dealer Advertisement: No manufacturer or dealer advertising attachment shall
appear on products delivered to the City without prior approval by the City of Augusta.
2.10 Brand Name: If and wherever brand names, makes, names of manufacturers, trade names,
vendor catalogs or model numbers are stated, they are for the purpose of establishing a grade or
quality of material.
2.11 "OR EQUAL" Interpretation: It is the vendor's responsibility to prove to the City that each bid
item is equal to the grade or quality of material specified. On all such bids, the bidder shall
indicate clearly the product (brand and catalog or model numbers) on which he is bidding, and
shall supply a sample and sufficient data in detail to enable an intelligent comparison to be made
with the particular brand or manufacturers specified. Failure to submit the required information
will be sufficient grounds for rejection of bid. The City shall be the sole judge concerning the
merits of bid submitted. If the vendor has any questions relative to whether his product is equal
to the grade or quality of the product specified, he should resolve this issue at the pre-bid
conference; however, if the extent of the discussion precludes resolution at the pre-bid
conference, the vendor should contact the Procurement Director and resolve the issue prior to
submission of bid. NOTHING HEREIN PRECLUDES TESTING AS SPECIFIED BY THE CITY.
VENDOR SHALL BEAR EXPENSES OF TESTS.
2.12 Certified Test Report: Each bidder shall provide a copy of a certified test report prior to or with
their sealed bids when specified. The certified test report shall be from a recognized independent
testing laboratory or manufacturer's quality control laboratory showing all test results and full
compliance with the appropriate specification indicated herein. However, the City will bear the
cost of any independent tests or consultant services it so chooses to perform.
2.13 Liability: Where bidders are required to enter or go onto City of Augusta property to deliver
materials or perform work or services as a result of bid award, the bidder shall be liable for any
injury, damage or loss to the City occasioned by negligence of the bidder or his agent or any
person the bidder has designated in the completion of his contract as a result of his bid and shall
indemnify and hold harmless the City from any liability arising therefrom. When specified a
certificate showing appropriate liability insurance coverage must be submitted to the Procurement
Director prior to award of the purchase. In connection with its indemnification and Hold Harmless,
bidder shall be required to notify its liability insurance carrier and the City of any and all claims for
injury, damage or loss occasioned by the negligence or alleged negligence of the bidder (or his
agent) or any person the bidder has designated in the completion of his contract.
2.14 Default Provision: The contract may be canceled or annulled by the City of Augusta in whole or
in part by written notice of default to the Contractor upon non-performance or violation of contract
terms. An award may be made to the next low bidder, for articles and/or services specified or
they may be purchased on the open market and, the defaulting Contractor (or his surety) shall be
liable to the City of Augusta for costs to the City in excess of the defaulted contract prices. The
Contractor shall continue the performance of this contract to the extent any part is not terminated
under the provisions of this clause.
2.15 Patent Indemnity: Except as otherwise provided, the successful bidder agrees to indemnify the
City and its officers, agents and employees against liability, including costs and expenses for
infringement upon any letters or patent of the United States arising out of the performance of this
Contract or out of the use or disposal by or for the account of the City of supplies furnished or
construction work performed hereunder.
2.16 Certification of Independent Price Determination: By submission of this bid, the bidder
certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that
in connection with this procurement:
Attachment number 1Page 7 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 8 of 33
(1) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restricting competition, as to any matter relating
to such prices with any other bidder or with any competitor;
(2) Unless otherwise required by law, the prices which have been quoted in this bid have not
been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to
opening, directly or indirectly to any other bidder or to any competitor;
(3) No attempt has been made or will be made by the bidder to induce any other person or firm to
submit or not to submit a bid for the purpose of restricting competition; and
(4) No agent or employee of the City of Augusta has been bribed in connection with this bid
solicitation.
2.17 Award of Contract: The contract, if awarded, will be awarded to the most responsive and
responsible vendor whose qualifications will be most advantageous to the City, price and other
factors considered. The City will make the determination.
2.18 Local Vendor Preference: The City of Augusta has a local vendor preference policy which
allows the lowest local bidder, (defined as within Augusta Richmond County), within 5% or
$10,000, whichever is less, of the lowest non-local bidder, to match the bid submitted by the non-
local bidder and therefore be awarded the contract. Vendors must complete the enclosed
vendor’s Certification form.
2.19 Minority/Women Business Enterprise (MWBE) Policy: Court Order Enjoining Race-Based
Portion of DBE Program
2.20 Qualified Vendor: A "Qualified Vendor" is defined for this purpose as one who meets, or by the
date of bid acceptance can meet, all requirements for licensing, insurance and service contained
within these specifications.
2.21 Compliance with Specifications - Terms and Conditions: The Request for Qualification, Legal
Advertisement, General Conditions and Instructions to Bidders, Specifications, Special
Conditions, Vendor's Bid, Addendum, and/or any other pertinent documents form a part of this
proposal and by reference are made a part hereof.
2.22 Signed Bid/Qualifications Considered Offer: The signed bid/qualifications shall be considered
an offer on the part of the bidder/vendor, which offer shall be deemed accepted upon approval by
the Commission of the City of Augusta, the City Administration or his designee. In case of a
default on the part of the bidder/vendor after such acceptance, the City of Augusta may take such
actions as it deems appropriate including legal action for damages or specific performance.
2.23 Notice to Proceed: The successful bidder/vendor shall not commence work under this request
for qualification until duly notified by receipt of contract signed as executed by the
Mayor/Commission or Administrator or their designee (Clerk or Commission or the Procurement
Director). If the successful bidder does commence any work prior to receiving official notification,
he does so at his own risk.
2.24 Pre-bid/qualification conference and addendum: A conference to be conducted by the
Purchasing Director and using agency head, if appropriate, hearing will be scheduled at least five
(5) working days before receipt of bids/qualifications. While the pre-bid/qualification conference is
not a requirement, it is strongly recommended and widely used to further acquaint interested
bidders/vendors with the bid/qualification requirements and items to be purchased and vendor
input. Any substantive changes to specifications resulting from the pre-bid/qualification
conference or other vendor/contractor sessions shall be documented in an addendum and
communicated to all bidders/vendors registered for the procurement action. Note: In the event
of a MANDATORY PRE-BID/Qualification CONFERENCE ALL INTERESTED VENDORS
MUST ATTEND.
2.25 Bid/Qualification opening. Sealed Bids/Qualification shall be opened publicly in the presence of
one or more witnesses at the time and place designated in the public notice and request for
qualification invitation. The amount of each bid, and such other relevant information as the
Procurement Director deems appropriate, together with the name of each bidder shall be
Attachment number 1Page 8 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 9 of 33
recorded; the record and each bid shall be open to public inspection in accordance with § 1-10-5
(Public Access to Procurement Information).
2.26 Bid/Qualification acceptance and bid/qualification evaluation. Provided that the
bids/qualifications are delivered to the Procurement Director at the time, place, and under the
conditions contained in the Request for Qualifications, the bids/qualifications shall be conditionally
accepted without alteration or correction pending evaluation. Bids/Qualifications shall be
evaluated based on the requirements set forth in the request for qualifications, which may include
bidder/vendor responsiveness, capability and past performance, and criteria to determine
acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a
particular purpose. Those criteria that will affect the bid/qualification price and be considered in
evaluation for award shall be objective and clearly measurable, including but not limited to
discounts, transportation costs, and total or life cycle costs. The main advantage of using life-
cycle costing is that both initial costs and related costs for the life of the item are considered.
When the criterion for awarding the contract is based on lowest responsive bidder, it may mean
that the contract specifications are just minimally complied with. Selecting of the lowest bidder
could result in a higher incidence of maintenance, and down-time could eat up any savings made
if the purchasing process considers only the initial cost.
2.27 Employment Eligibility Verification:
As required under Senate Bill 529 – “Georgia Security and Immigration Compliance Act” of 2006,
O.C.G.A. Section 2, Article 3 13-10-91, public employers, their contractors and subcontractors are
required to verify the work eligibility of all newly hired employees through an electronic federal
work authorization program. The Georgia Department of Labor has added a new Chapter 300-10-
1, entitled “Public Employers, Their Contractors and Subcontractors Required to Verify New
Employee Work Eligibility Through a Federal Work Authorization Program, “to the Rules and
Regulations of the State of Georgia. (website: http://www.dol.state.ga.us/pdf/_rules/300_10_1.pdf.)
The new rules designate the “Employment Eligibility Verification (EEV) Basic Pilot Program”
operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of
Homeland Security as the electronic federal work authorization program to be utilized for these
purposes. The EEV/Basic Pilot Program can be accessed at: https://www.vis-dhs-
com/EmployerRegistration. Bidders shall comply with this new rule and submit with your bid the
attached “Contractor Affidavit and Agreement” and the “Subcontractor Affidavit.” Both forms must
be filled out, sign, notarize and returned with your bid submittal. If there are no subcontracting
opportunities, please fill out the form and return with your submittal (N/A; sign, date and
notarize).
Excerpt from: Excerpt from: 06 SB529/AP
Senate Bill 529
By: Senators Rogers of the 21st, Hamrick of the 30th, Douglas of the 17th, Schaefer of the 50th, Seabaugh
of the 28th and others
No contractor or subcontractor who enters a contract with a public employer shall enter into such
a contract or subcontract in connection with the physical performance of services within this state
unless the contractor or subcontractor registers and participates in the federal work authorization
program to verify information of all new employees.
(3) Paragraphs (1) and (2) of this subsection shall apply as follows:
(A) On or after July 1, 2007, with respect to public employers, contractors, or subcontractors of
500 or more employees;
(B) On or after July 1, 2008, with respect to public employers, contractors, or subcontractors of
100 or more employees; and
(C) On or after July 1, 2009, with respect to all public employers, contractors, or subcontractors.
Attachment number 1Page 9 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 10 of 33
SPECIAL CONDITIONS
3.1 County's Right To Amend Bid Solicitations Or Awards That Are In Violation Of Law.
(A) Prior to bid opening or closing date for receipt of proposals. If prior to the bid opening or the
closing date for receipt of proposals, the Purchasing Director, after consultation with the Augusta-
Richmond County Administrator, and the Augusta-Richmond County Attorney, determines that a
solicitation is in violation of federal, state, or local law or ordinance, then the solicitation shall be
canceled or revised to comply with applicable laws.
(B) Prior to award. If after bid opening or the closing date for receipt of proposals, the Purchasing
Director, after consultation with the Administrator or his designee, and the Augusta-Richmond
County Attorney determine that a solicitation or proposed award is in violation of federal, state or
municipal law, and then the solicitation or proposed award shall be canceled.
(C) After award. If, after an award, the Purchasing Director, after consultation with the
Administrator and the Augusta-Richmond County Attorney determines that a solicitation or award
of a contract was in violation of applicable law, then the contract shall be revised to comply with
applicable law. If Augusta-Richmond County is unable to revise the contract to comply therewith,
the contract shall be terminated and declared null and void by the Augusta-Richmond County
Commission.
3.2 Bonds: (Check where applicable)
[ ] (A) Each bidder shall post a bid bond, certified check or money order made payable to the
City in the amount of 10% of the bid price. A company check is not acceptable. No bids shall be
read or considered without a proper form of security.
[X] (B) No bond, certified check, or U.S. Money Order is required.
[ ] (C) Bidder shall post a payment / performance bond payable to the City in the amount of
100% of the bid price if awarded the purchase. Such bond(s) are due prior to contract execution
as a guarantee that goods meet requirements of the contract including timely delivery,
performance specifications and warranty requirements.
Such bonds will also guarantee quality performance of services and timely payment of invoices to
any subcontractors.
[ ] (D) Bidder shall post a performance bond in the amount of 100% of the bid price if awarded
the purchase. Such bond(s) are due prior to contract execution as a guarantee of timely delivery
and that equipment, materials and /or goods are delivered according to specifications.
Whenever a bond is provided, it shall be executed by a surety authorized to do business in the
State of Georgia, approved by the City, and must be executed on the attached forms. At the
discretion of the City, other forms of security may be considered in lieu of a performance bond.
(Article 6 of the City’s Code)
3.3 City License Requirement: Contractor must be licensed in the State of Georgia or by the
Governmental entity for which he does the majority of his business.
3.4 Warranty Requirements: (Check where applicable)
[ ] (A) Provisions of item 2.12 in regards to quality shall apply.
[ ] (B) Warranty required.
[ ] (C) Standard Warranty shall be offered with bid.
[ ] (D) Extended Warranty shall be offered with bid.
3.5 Terms of Contract: (Check where applicable)
[ ] (A) Annual Contract
[X] (B) One time Purchase.
[ ] (C) Other
Attachment number 1Page 10 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 11 of 33
LOCAL SMALL BUSINESS OPPORTUNITIES PROGRAM
4.1 General Principles
This Ordinance and/or the codification hereof may be referred to as the “Augusta-Richmond
County Local Small Business Opportunities Program Ordinance” (“LSBOP”).
4.2 Objective
Augusta-Richmond County is firmly committed to the principles of equal opportunity and in
keeping with these principles, hereby sets forth a program and establishes a mechanism for
developing, approving, and implementing procedures by which local small business enterprises
shall be identified, informed and educated regarding opportunities for supplying goods, general
services, and construction services required by Augusta-Richmond County, and providing for
objectives for bidders to incorporate the use of Local Small Businesses as commercially useful
sub-contractors, thereby promoting balanced economic and community growth throughout
Augusta-Richmond County. The LSBOP is a race and gender-neutral program.
4.3 Policy
It is the policy of Augusta-Richmond County that all necessary and reasonable steps shall be
taken to ensure that local small business enterprises have the maximum opportunity to compete
for and participate in all contracts and subcontracts funded by or through Augusta-Richmond
County government. Further, the Augusta-Richmond County Commission has determined as a
means to ensure full economic participation by small local business that a mechanism for
developing, approving and implementing a LSBOP is required.
Augusta-Richmond County has established the LSBOP to promote opportunities for certified
Local Small Business to participate in Augusta-Richmond County’s contracting and procurement
activities by requiring contractors to utilize certified Local Small Businesses to perform
commercially useful functions to the maximum extent possible and as economically feasible, as
partners or subcontractors for service delivery or as suppliers of various goods required in the
performance of a contract. This LSBOP is in addition to and shall not supplant the Local
Preference Ordinance, Code §1-10-6.
Augusta’s Local Small Business Opportunities Program shall comply with federal and state
requirements applicable to small or disadvantaged business, including but not limited to those
requirements set forth by regulation by the Federal Aviation Administration, U.S. Department of
Housing & Urban Development, and Georgia Department of Transportation. It is expressly
recognized that such federal and state regulations preempt Augusta’s regulations regarding this
subject.
4.4 Local Small Business Vendor Information and Program Information: Please contact:
Yvonne Gentry, Disadvantaged Business Enterprise Coordinator
501 Greene Street - Suite 304
Augusta, Georgia 30901
Office: (706) 821-2406 Fax: (706) 821-4228
Please return the required forms (with your submittal):
• Good Faith Efforts Subcontractor & Supplier Contact Form
• LSB Subcontractor/Supplier Utilization Plan - If there are no subcontracting
opportunities the forms must be executed (write N/A, sign, date and return).
The following form is to be returned by the successful vendor monthly
• Monthly Subcontractor/Supplier Utilization Report
Attachment number 1Page 11 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 12 of 33
General Specifications:
5.1 The RFQ response must include the following documents when applicable:
o The Exception Sheet (if applicable)
o Statement of Non-Discrimination
o Conflict of Interest
o Local Vendor Preference (if applicable)
o Bid Form / Acknowledgement of Addenda
o Georgia Security and Immigration - Contractor Affidavit and Agreement
o Georgia Security and Immigration - Subcontractor Affidavit
o Non-Collusion Affidavit of Prime Bidder/Contractor and Sub-Contractor Form
o Local Small Business (LSB) Good Faith Efforts
o Local Small Business (LSB) Subcontractor/Supplier Utilization Plan
o Certification/Credentials (if applicable)
o Bid Bond (if applicable)
o Warranties (if applicable)
o Product Literature (if applicable)
And/or any requested documentation must be submitted with RFQ package. All reference
documents must be completed and returned in their entirety to constitute a complete RFQ.
Failure to do so will render vendor’s RFQ to be “non-compliant”
5.2 RFQ must be submitted (One (1) original and six (6) copies)
5.3 Vendor is responsible for determining and acknowledging any addenda issued in connection with
this bid solicitation.
5.4 The City reserves the right to renew this contract for one additional 12 month periods if all terms
and Conditions remain unchanged and if all parties agree.
5.5 The City pays by invoices only net 30. Unless otherwise arranged.
5.5 Invoices should be sent to the following address:
City of Augusta
Richmond County Georgia
Accounting Department – Room 105
City-Municipal Building
530 Greene Street
Augusta, Georgia 30901
5.6 All Bids, Request for Proposal/Qualifications and or Quote are governed and awarded in
accordance to The City of Augusta, Georgia (Richmond County) Code. To view the Code visit
Augusta’s website at www.augustaga.gov.
Attachment number 1Page 12 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 13 of 33
Request for Qualifications RFQ 09-108A
Due Date: Friday October 9, 2009 at 3:00 P.M.
Restoration and Relocation of Lady Justice Statue
PROJECT AND OWNERSHIP OF DATA
The project consists of a feasibility analysis of restoration of Augusta’s existing Lady Justice,
recommendations for restoration, and execution of the approved restoration plan.
All deliverables and documents produced for the project, including qualifications submittals,
proposals, drawings, mock-ups and specifications shall become the property of Augusta
Richmond County, and no restrictions on their use shall be attached by the producers, over and
beyond normal legal limitations.
1.0 RESPONSES
The responses to this RFQ shall be submitted in sealed envelopes no later than 3:00 p.m.,
Friday, October 9, 2009, to:
Ms. Geri A. Sams, Procurement Director
Augusta-Richmond County
530 Greene Street, Rm 605
Augusta, GA 30901
Submit seven (7) Qualification Documents (one (1) original clipped and six (6) bound
mark copies.
Clearly mark outside of outer envelope “RFQ No. 09-108A “Restoration and Relocation of
Lady Justice Statue ”
Augusta Richmond County assumes no responsibility for submittals received after the
advertised deadline, or at locations other than as specified herein. All questions must be
submitted in writing to the office of the Procurement Department by fax at 706-821-2811
or by mail.
2.0 DESCRIPTION OF PROJECT
Augusta Richmond County is seeking to procure Restoration and Relocation Services for the
Lady Justice Statue, currently located on the grounds of the Augusta Municipal Building at 530
Greene Street. This molded sheet metallic statue is to be restored and moved to the new
Judicial Center, currently under construction at the intersection of James Brown Boulevard and
Walton Way, on the southern fringe of downtown Augusta.
Attachment number 1Page 13 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 14 of 33
3.0 SCOPE OF WORK
The Scope of Services includes the restoration and relocation of the existing Lady Justice
statue, and shall include the following activities:
• Assess structural integrity of the sculpture.
• Assess surface conditions.
• Describe general appearance and condition.
• Propose a plan for restoration, including a detailed description of the methods and
materials, time frame, personnel, and safety precautions.
• Implement the plan.
• Relocate the statue and install completely in location indicated in attached Exhibit,
coordinating installation with Owner’s Rep and Construction Manager for the new
Augusta Judicial Center. The tentative timeframe for installation is December, 2010.
Store statue in secure, weatherproof, insured location until time for installation at main
entry portico of the new Judicial Center.
• Propose a plan for written and photographic documentation of the restoration process.
• Propose a maintenance plan and outline the conservator’s involvement.
• Include liability insurance coverage.
4.0 SCORING
Criteria for evaluating Proposals:
Qualifications (50 pts)
• Does the conservator demonstrate a clear understanding of the project?
• Is the work plan realistic, thorough, and of high quality?
• Is the proposed treatment method safe?
• Do the proposed personnel have the appropriate experience and qualifications?
• Do the conservator’s availability and proposed schedule meet the project
requirements?
• Is the cost commensurate with the proposed restoration method and within the
budget?
• Preference will be given to firms that are members of the FAIC (Foundation of
the American Institute for Conservation of Historic and Artistic Works).
Price Proposal (50 pts): Provide on letterhead in a separate envelope. The letter should
include the following statement:
The above firm proposes to provide the specified work in accordance with all
requirements stated in the RFQ for the following price:
$_________________ ___________________________________________Dollars
(Number) (Written)
5.0 FORM AND CONTENTS OF SUBMITTAL
Submittal Form
Attachment number 1Page 14 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 15 of 33
Provide one (1) original clipped to facilitate reproduction and six (6) bound marked copies of
your submittal.
Submittal shall utilize letter-size (8 ½ x 11 inches) or, zee folded to that dimension from 11 x 17
inch stock.
Submittal should be clear and concise and follow the format described herein.
Submittal Contents
Cover Letter: Include a (one page maximum) cover transmittal letter which clearly states the
single contact proposed for this project, business name, mailing address, telephone, facsimile
number and email address.
Scope of Services: Describe how services will be provided, including a detailed listing and
description of methodology, tasks, schedule and deliverables.
Experience and Capacity: Describe background and experience of the entity demonstrating
ability to provide required services, including examples of similar restoration projects. Provide
evidence of:
• Extent and length of experience and expertise in the documentation and conservation of
outdoor sculpture.
• Type, scope, and location of conservator’s practice.
• Type and extent of the conservator’s training and continuing education and that of
associates or employees who will work on the project.
• Outdoor sculpture conservation and condition assessment projects completed or under
way, including brief descriptions of treatment methods.
• Names of previous clients along with current contact information for work of similar
nature.
• Availability to carry out project.
• Membership in professional organizations such as the FAIC (Foundation of the
American Institute for Conservation of Historic and Artistic Works).
References: List references from work performed on other relevant commissions.
Price Proposal: Provide on letterhead in a separate envelope.
RFQ Submittal: Write the title of the RFQ on front of the envelope. Total proposal shall not
exceed thirty pages. Submit in accordance with instructions herein.
Proposals must be received by 3:00 p.m., Friday, October 9, 2009.
6.0 SCHEDULE
Qualifications Submissions Due October 9, 2009
Selection/Approval/Contract/NTP November 2009
Project Initiation November 2009
Installation December 2010
Note: Schedule is preliminary and subject to change.
7.0 ADDITIONAL INFORMATION
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 RFQ invitation are material conditions of the RFQ. Any package found incomplete or
Attachment number 1Page 15 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 16 of 33
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 RFQ
submission shall have the right to appeal to the appropriate committee of the Augusta
Commission.
All costs related to preparation of a response to the RFQ, including negotiations and/or
clarifications with finalists, will be the sole responsibility and borne by the applicant(s).
8.0 PROJECT MANAGEMENT
The Owner will be assisted by Heery International, Inc., Program Management consultants for
Augusta Richmond County Capital Improvements.
Project Communications prior to Award shall be in writing, sent to:
Ms. Geri Sams
Procurement Director
Augusta Richmond County
530 Greene Street, Rm 605
Augusta, GA 30901
Attachment number 1Page 16 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 17 of 33
9.0 STATUE PHOTOGRAPHS
Note: Height of statue head to toe is approx 9 feet.
Attachment number 1Page 17 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 18 of 33
12.0 STATUE RELOCATION
Architect’s Drawing Indicating New Location of Statue (Entry Portico of Judicial Center)
The base and foundation will be provided by the building contractor.
Attachment number 1Page 18 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 19 of 33
GUIDELINES
Request for Qualifications (RFQ)
1. Augusta, Georgia will not be liable for any EXPENSES INCURRED by respondents in their
preparation of qualifications. Augusta reserves the right to reject any and all qualifications and to
make an award that is determined to be in the best overall interests of Augusta, Georgia. Under no
circumstance will any bid be accepted by fax or email. All RFQs must be labeled and received in the
Procurement office by the due date and time. There will be no exceptions made for any late, lost by
the post office or express carrier, or misdirected submittals. All bidders must submit a copy of the
company’s business licenses.
2. JOINT QUALIFICATIONS will be accepted; however, Augusta, GA reserves the right to select the
most qualified underwriters.
3. Augusta reserves the right to make any INQUIRIES regarding any qualifications of any or all
respondents and request additional information.
4. When submitting your proposal FEE STRUCTURE. Price information shall be separated from the
proposal in a sealed envelope and opened only after the qualifications have been reviewed and
ranked. The names of the respondents will be identified at the proposal opening; however, no
proposal will be handled so as to permit disclosure of the detailed contents of the responses until
after award of contract. A record of all responses shall be prepared and maintained for the files and
audit purposes.
5. PUBLIC INSPECTION. The responses will be open for public inspection only after contract award.
Proprietary or confidential information marked, as such in qualifications will not be disclosed without
written consent of the offeror.
6. EVALUATION AND SELECTION. The request for qualifications shall state the relative importance of
price and other evaluation factors that will be used in the context of qualification evaluation and
contract award.
7. SELECTION COMMITTEE. A selection committee, minimally consisting of representatives of the
procurement office, the using agency, and the Administrator’s office or their choice shall convene for
the purpose of evaluating the qualifications.
8. PRELIMINARY NEGOTIATIONS. Discussions with the offerors and technical revisions to the
qualifications may occur. Discussions may be conducted with the responsible offerors who submit
qualifications for the purpose of clarification and to assure full understanding of, and conformance to,
the solicitation requirements. Offerors shall be accorded fair and equal treatment with respect to any
opportunity for discussions and revision of qualifications and such revisions may be permitted after
submission and prior to award for the purpose of obtaining best and final offers. In conducting
discussions, there shall be no disclosure of information derived from qualifications submitted by
competing offerors.
9. FINAL NEGOTIATIONS AND LETTING THE CONTRACT. The Committee shall rank the technical
qualifications, submitted by each offeror, and may request final and best offers from the top ranked
three firms if available. Award shall be made or recommended for award through the Augusta
Administrator, to the responsible offeror whose qualifications is determined to be the most
advantageous to Augusta, GA taking into consideration price and the evaluation factors set forth in
the request for qualifications. Other factors or criteria shall be used in the evaluation. The contract
file shall contain a written report of the basis on which the award is made/recommended. The
contract shall be awarded or let in accordance with the procedures set forth in the request for
qualifications. Other factors or criteria shall be used in the evaluation. The contract file shall contain
a written report of the basis on which the award is made/recommended. The contract shall be
awarded or let in accordance with the procedures set forth in the Augusta, Georgia Code.
Attachment number 1Page 19 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 20 of 33
10. PROHIBITION AGAINST CONTINGENT FEES. It shall be unethical for a person to be retained, or
to retain a person, to solicit or secure the Augusta contract upon any agreement or understanding for
a commission, percentage, brokerage, or contingent fee, except for retention of bona fide employees
or bona fide established commercial selling agencies for the purpose of securing business.
11. RIGHT OF REJECTION. We reserve the right to accept or reject any or all responses to this RFQ
and to enter into discussions and/or negotiations with one or more qualified vendors at the same time,
if such action is in the best interest of the Augusta Commission.
12. REQUEST FOR QUALIFICATIONS. Qualifications shall be handled in the same manner as the bid
process as described above for solicitation and awarding of contracts for goods or services with the
following exceptions:
(a) Only the names of the vendors making offers shall be disclosed at the opening.
(b) Content of the qualifications submitted by competing persons should not be disclosed during the
process of the negotiations.
(c) Qualifications shall be open for public inspection after the award is made.
(d) Proprietary or confidential information, marked as such in each qualification package, shall not be
disclosed without the written consent of the offeror.
(e) Discussions may be conducted with responsible persons submitting qualifications determined to
have a reasonable chance of being selected for the award. These discussions will only be for the
purpose of clarification to assure a full understanding of the solicitation requirement and
responsiveness thereto.
(f) Nonmonetary revisions may be permitted after submissions and prior to award for the purpose of
obtaining the best and final offers.
(g) In conducting discussions with the persons submitting the qualifications, there shall be no
disclosure of any information derived from the other persons submitting qualifications.
13. CITY OF AUGUSTA COMMISSION RIGHT TO INCORPORATE QUALIFICATIONS INTO
CONTRACT. Upon acceptance of the vendor qualifications by the Augusta Commission, the vendor
shall enter into a contract with Augusta to provide the services called out in this RFQ. This RFQ and
the winning proposal shall be incorporated for reference into the contract.
14. USE OF CONFIDENTIAL INFORMATION. It shall be unethical for any Augusta employee or official
knowingly to use confidential information for actual or anticipated personal gain, or for the actual or
anticipated personal gain of any other person.
15. PREFERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS.
(a) Augusta encourages the use of local suppliers of goods, services and construction products
whenever possible. Augusta also vigorously supports the advantages of an open competitive
market place. Nothing in this Section shall be interpreted to mean that the City Administrator or
Purchasing Director is restricted in any way from seeking formal bids or proposals from outside
the Augusta market area.
(b) When the quotation or informal bids selection method is used by the Purchasing Director or using
agency head to seek firms to quote on Augusta commodity, service and construction products,
local firms should be contacted, if possible, first. Then if the Purchasing Director or using agency
head believes that there may not be at least three qualified informal bidders, quotes shall be
sought from outside the Augusta market area.
(c) In the event of a tie of bid (see 1-10-43 (h)), when all other factors are equal, the City
Administrator is encouraged to select the bid from within the local market area. The City
Administrator shall retain the flexibility to make the award of contract to a bidder outside of the
local market area if evidence supports collusive bidding in favor of a local source.
(d) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or
$10,000, whichever is less, of the lowest non-local bidder. The lowest local bidder will be allowed
to match the bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded
the contract.
Attachment number 1Page 20 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 21 of 33
For purposes of this section, “local bidder” shall mean a business which:
1) Has had a fixed office or distribution point located in and having a street address within
Augusta for at least six (6) months immediately prior to the issuance of the request for
competitive bids or request for proposals by Augusta; and
2) Holds any business license required by the Augusta-Richmond County Code and
3) Employs at least one (1) full time employee, or two (2) part time employees whose primary
residence is in Augusta, or if the business has no employees, the business shall be at least fifty
percent (50%) owned by one or more persons whose primary residence is in Augusta.
(e) The Purchasing Director shall develop a program to routinely search out local firms that offer
products or services which Augusta may purchase and encourage such firms to place themselves
on the bidder’s list.
(f) The Purchasing Director shall work closely with Augusta’s Disadvantaged Businesses.
(g) Nothing in this section shall be interpreted to mean that the City Administrator may abrogate the
provisions of O.C.G.A. 36-10-1 through 36-10-5, Public Works Contracts. This provision of the
State Code requires that all County public works contracts of $20,000 or more as defined therein,
be publicly advertised before letting out the contract to the lowest bidder. Further, nothing in this
section shall be interpreted to mean the City Administrator may abrogate the provisions of the
Augusta-Richmond County Code requiring public advertising before letting certain contracts.”
Section 2. This Ordinance shall become effective upon adoption.
Section 3. All Ordinances or parts of Ordinances in conflict with this Ordinance are hereby repealed.
Section 4. If any section, provision, or clause of any part of this Ordinance be declared invalid or
unconstitutional, or if the provisions of any part of this Ordinance as applied to any particular situation or
set of circumstances be declared invalid or unconstitutional, such invalidity shall not be construed to
affect portions of this Ordinance not so held to be invalid, or the application of this Ordinance to other
circumstances not so held to be invalid. It is hereby declared as the intent that this Ordinance would have
been adopted had such invalid portion not be included herein.
This ordinance shall become effective May 16, 2006.
Attachment number 1Page 21 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 22 of 33
EXCEPTION SHEET
If the commodity (ies) and/or services proposed in the response to this bid is in anyway different
from that contained in this proposal or bid, the bidder is responsible to clearly identify by
specification section number, all such differences in the space provided below. Otherwise, it will
be assumed that bidder(s) offer is in total compliance with all aspects of the proposal or bid.
Below are the exceptions to the stated specifications:
______________________________ _____________________________
Date Signature
_____________________________
Company
_____________________________
Title
Attachment number 1Page 22 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 23 of 33
STATEMENT OF NON-DISCRIMINATION
The undersigned understands that it is the policy of Augusta-Richmond County to promote full
and equal business opportunity for all persons doing business with Augusta-Richmond County. The
undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national
origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities.
The undersigned covenants and agrees to make good faith efforts to ensure maximum
practicable participation of local small businesses on the bid or contract awarded by Augusta-Richmond
County. The undersigned further covenants that we have completed truthfully and fully the required
forms regarding good faith efforts and local small business subcontractor/supplier utilization.
The undersigned further covenants and agrees not to engage in discriminatory conduct of any
type against local small businesses, in conformity with Augusta-Richmond County’s Local Small Business
Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with
the authority to bind the entity.
The undersigned acknowledge and warrant that this Company has been made aware of
understands and agrees to take affirmative action to provide such companies with the maximum
practicable opportunities to do business with this Company;
That this promise of non-discrimination as made and set forth herein shall be continuing in nature
and shall remain in full force and effect without interruption;
That the promises of non-discrimination as made and set forth herein shall be and are hereby
deemed to be made as part of and incorporated by reference into any contract or portion thereof which
this Company may hereafter obtain and;
That the failure of this Company to satisfactorily discharge any of the promises of
nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling the
City of Augusta to declare the contract in default and to exercise any and all applicable rights remedies
including but not limited to cancellation of the contract, termination of the contract, suspension and
debarment from future contracting opportunities, and withholding and or forfeiture of compensation due
and owing on a contract.
______________________________________
Signature of Attesting Party
___________________________________________
Title of Attesting Party
Subscribed and sworn to before me
this ______ day of _________, 20__.
_________________________________
Notary Signature Notary Public NOTARY SEAL
My commission expires: ______________
This form MUST be submitted with RFQ package. NO Exception(s) will be granted
Attachment number 1Page 23 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 24 of 33
CONFLICT OF INTEREST:
It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement
contract when the employee or official knows that:
(a) the employee or official or any member of the employee’s or official’s immediate family has a
substantial interest or financial interest pertaining to the procurement contract, except that the
purchase of goods and services from businesses which a member of the Commission or other City
of Augusta employee has a financial interest is authorized as per O.C.G.A. 36-1-14, or the
procurement contract is awarded pursuant to O.C.G.A. 45-10-22 and 45-10-24, or the transaction
is excepted from said restrictions by O.C.G.A. 45-10-25;
(b) Any other person, business, or organization with whom the employee or official of any member of
an employee’s or Official’s immediate family is negotiating or has an arrangement concerning
prospective employment is involved in the procurement contract.
Any employee or official or any member of an employee’s or official immediate family who holds a
substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a
conflict of interest with regard to matters pertaining to that substantial interest or financial interest.
I, (vendor) ___________________________________________ have read and understand the information
contained in the bid specifications.
Vendor Name: _____________________________________________________________
Address: _____________________________________________________________
City & State: _____________________________________________________________
Phone #: ( ) ________________________Fax # ( ) ____________________________
Signature: _______________________________________________ Date: ____________________
Bid Item Number and Name: __________________________________________________________
This form MUST be submitted with RFQ package. NO Exception(s) will be granted
Attachment number 1Page 24 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 25 of 33
Certification Statement
Local Vendor Preference
I certify that my company meets all of the following qualifications to be eligible for the local vendor preference:
(1) That my company has a fixed office or distribution point located in and having a street address within
Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or
request for proposals by Augusta; and
(2) That my company holds any business license required by the Augusta Richmond County Code for at least
6 months
(3) That my company employs at least one (1) full time employee, or two (2) part time employees whose
primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent
(50%) owned by one or more persons whose primary residence is in Augusta.
(4) Attached is a copy of my Augusta Business License.
Company Name: _____________________________________________________________
Address: ____________________________________________________________________
Business License Number_______________________________________________________
Phone Number: ____________________________Fax Number: ________________________
Owner’s Name: ___________________________Signature: ___________________________
Sworn to before me this _______ day of ____________, _____________________________________
Notary Public for the State of ______________ My Commission Expires _________________________
Notary Public Signature ________________________________Printed Name: __________________
VENDOR DO NOT COMPLETE
To be completed by Authorized City Representative from Augusta Richmond County Procurement Department:
Vendor Certified: ________________________________________________ Date: ______________
Authorized Signature
To be approved as a local bidder and receive bid preference on an eligible local project, this certificate
and a copy of your local business license must be submitted with your bonafide RFQ package.
Attachment number 1Page 25 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 26 of 33
REQUEST FOR QUALIFICATIONS
City of Augusta Procurement Dept
530 Greene Street Suite 605 Business Location: (Check One)
Augusta, Georgia 30901 _____Augusta Richmond County
ATTN: Procurement Director _____Other (Please attach copy)
Name of Bidder: ______________________________________________________________________________
Street Address: ______________________________________________________________________________
City, State, Zip Code: _________________________________________________________________________
Phone: _______________________ Fax: ____________________________Email: ________________________
Do You Have A Business License In The State Of Georgia? (Check One) Yes: ______ No: ______
Licensed By What City/County ___________________________________________________________________
Business License #: _____________________________ Fed Tax Id #: ___________________________________
Acknowledgement Of Addendum: Check and Initial the appropriate box:
Addenda 1_________ Initial ___________ Addenda 5 __________ Initial ____________
Addenda 2 _________ Initial ___________ Addenda 6 __________ Initial ____________
Addenda 3 _________ Initial ___________ Addenda 7___________ Initial ____________
Addenda 4 _________ Initial ___________ Addenda 8 __________ Initial ____________
THE UNDERSIGNED PROPOSES TO FURNISH THE FOLLOWING ITEMS IN STRICT CONFORMANCE TO
THE BID/RFQ SPECIFICATIONS AND BID/RFQ INVITATION ISSUED BY THE CITY OF AUGUSTA FOR
THIS BID. ANY EXCEPTIONS ARE CLEARLY MARKED IN THE ATTACHED COPY OF BID/RFQ
SPECIFICATIONS:
Signature: ______________________________________________Date: ________________________
This form MUST be submitted with RFQ package. NO Exception(s) will be granted
Attachment number 1Page 26 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 27 of 33
Bid/RFP/RFQ #______________
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13-10-91,
stating affirmatively that the individual, firm, or corporation which is contracting with Augusta
Richmond County Board of Commissioners has registered with and is participating in a federal work
authorization program* [any of the electronic verification of work authorization programs operated by
the United States Department of Homeland Security or any equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of
newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-
603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to this contract with Augusta Richmond
County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification
of compliance with 0.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or
a substantially similar form. Contractor further agrees to maintain records of such compliance and
provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at
the time the subcontractor(s) is retained to perform such service.
__________________________________________
E-Verify * User Identification Number
__________________________________________
Company Name
__________________________________________ Date: __________________________
BY: Authorized Officer or Agent
(Contractor Signature)
__________________________________________
Title of Authorized Officer or Agent of Contractor
__________________________________________
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
___________ DAY OF ________________, 200___
__________________________________________
Notary Public
My Commission Expires:
______________________________________________ NOTARY SEAL
MUST BE RETURNED WITH YOUR SUBMITTAL
Rev. 8/26/09
Georgia Law requires your company to have an
E-Verify*User Identification Number on or after July 1,
2009.
For additional information: State of Georgia
http://www.dol.state.ga.us/pdf/rules/300_10_1.pdf
https://e-verify.uscis.gov/enroll/
Attachment number 1Page 27 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 28 of 33
Bid/RFP/RFQ#______________
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-10-
91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
performance of services under a contract with _________________________ on behalf of Augusta
Richmond County Board of Commissioners has registered with and is participating in a federal work
authorization program* [any of the electronic verification of work authorization programs operated by
the United States Department of Homeland Security or any equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of
newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-
603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91.
__________________________________________
E-Verify * User Identification Number
__________________________________________
Company Name
__________________________________________ Date: ___________________________
BY: Authorized Officer or Agent
(Contractor Signature)
__________________________________________
Title of Authorized Officer or Agent of Contractor
__________________________________________
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
___________ DAY OF ________________, 200___
__________________________________________
Notary Public
My Commission Expires:
_______________________________________ NOTARY SEAL
MUST BE RETURNED WITH YOUR SUBMITTAL
If there are no subcontracting opportunities, please fill out the form (N/A, sign, date and notarize).
Rev. 8/26/09
Georgia Law requires your company to have an
E-Verify*User Identification Number on or after July
1, 2009.
For additional information: State of Georgia
http://www.dol.state.ga.us/pdf/rules/300_10_1.pdf
https://e-verify.uscis.gov/enroll/
Attachment number 1Page 28 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 29 of 33
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF BIDDER/OFFEROR
I, __________________________________ certify that this bid or proposal is made without prior
understanding, agreement or connection with any corporation, firm or person submitting a bid for the same
work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects
fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can
result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or
proposal and certify that I am authorized to sign this bid or proposal for the bidder.
Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e),
______________________________________________ has not, by itself or with others, directly or indirectly,
prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant
further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the
project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the
work.
Affiant further states that the said offer of ____________________________ is bona fide, and that no one has
gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or
if furnished to any other bidder, that the material shall be at a higher price.
_______________________________________________
Signature of Attesting Party
_______________________________________________
Title of Attesting Party
Sworn to and subscribed before me this ______ day of _________________, 200__.
____________________________________
Notary Signature
Notary Public: _____________________________
County: __________________________________
Commission Expires: ________________________ NOTARY SEAL
Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal
Attachment number 1Page 29 of 33
RFQ 09-108A Restore & Relocate Lady Justice Statue Specs
Page 30 of 33
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR
I, __________________________________ certify that this bid or proposal is made without prior
understanding, agreement or connection with any corporation, firm or person submitting a bid for the same
work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects
fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can
result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or
proposal and certify that I am authorized to sign this bid or proposal for the bidder.
Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e),
______________________________________________ has not, by itself or with others, directly or indirectly,
prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant
further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the
project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the
work.
Affiant further states that the said offer of ____________________________ is bona fide, and that no one has
gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or
if furnished to any other bidder, that the material shall be at a higher price.
_______________________________________________
Signature of Attesting Party
_______________________________________________
Title of Attesting Party
Sworn to and subscribed before me this ______ day of _________________, 200__.
________________________________________________
Notary Signature
Notary Public: ________________________________
County: _____________________________________
Commission Expires: __________________________ NOTARY SEAL
Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittals
If there are no subcontracting opportunities, please fill out the form (N/A, sign, date and notarize).
Attachment number 1Page 30 of 33
RF
Q
0
9
-
1
0
8
A
R
e
s
t
o
r
e
&
R
e
l
o
c
a
t
e
L
a
d
y
J
u
s
t
i
c
e
S
t
a
t
u
e
Sp
e
c
s
Pa
g
e
31
o
f
33
AU
G
U
S
T
A
-
R
I
C
H
M
O
N
D
CO
U
N
T
Y
LO
C
A
L
SM
A
L
L
BU
S
I
N
E
S
S
OP
P
O
R
T
U
N
I
T
Y
PR
O
G
R
A
M
GO
O
D
F
A
I
T
H
E
F
F
O
R
T
S
SU
B
C
O
N
T
R
A
C
T
O
R
&
S
U
P
P
L
I
E
R
C
O
N
T
A
C
T
F
O
R
M
At
t
e
n
t
i
o
n
B
i
d
d
e
r
/
P
r
o
p
o
n
e
n
t
:
L
i
s
t
a
l
l
s
u
b
c
o
n
t
r
a
c
t
o
r
s
o
r
s
u
p
p
l
i
e
r
s
t
h
a
t
w
e
r
e
c
o
nt
a
c
t
e
d
r
e
g
a
r
d
i
n
g
t
h
i
s
p
r
o
j
e
c
t
.
U
s
e
a
d
d
i
t
i
o
n
a
l
s
h
e
et
s
a
s
n
e
c
e
s
s
a
r
y
.
Na
m
e
o
f
Su
b
c
o
n
t
r
a
c
t
o
r
/
S
u
p
p
l
i
e
r
Su
b
c
o
n
t
r
a
c
t
o
r
/
S
u
p
p
l
i
e
r
N
a
m
e
,
Ad
d
r
e
s
s
a
n
d
P
h
o
n
e
N
u
m
b
e
r
Au
g
u
s
t
a
-
Ri
c
h
m
o
n
d
C
o
.
Bu
s
i
n
e
s
s
Li
c
e
n
s
e
?
(Y
e
s
o
r
N
o
)
Sc
o
p
e
o
f
W
o
r
k
So
l
i
c
i
t
e
d
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
?
AR
C
L
S
B
O
P
Re
g
i
s
t
r
a
t
i
o
n
N
o
.
Re
s
u
l
t
s
o
f
C
o
n
t
a
c
t
Bi
d
d
e
r
/
P
r
o
p
o
n
e
n
t
’
s
_
_
__
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
P
r
o
j
e
c
t
N
a
m
e
:
__
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
R
F
Q
#
:
_
_
_
_
_
_
_
_
_
_
_
_
_
_
__
_
_
_
_
Si
g
n
a
t
u
r
e
:
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
D
a
t
e
:
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
Th
i
s
f
o
r
m
MU
S
T
b
e
s
u
b
m
i
t
t
e
d
w
i
t
h
R
F
Q
p
a
c
k
a
g
e
If
t
h
e
r
e
a
r
e
n
o
s
u
b
c
o
n
t
r
a
c
t
i
n
g
o
p
p
o
r
t
u
n
i
t
i
e
s
t
h
e
f
o
rm
m
u
s
t
b
e
e
x
e
c
u
t
e
d
(
w
r
i
t
e
N
/
A
,
s
i
g
n
,
d
a
t
e
a
n
d
r
e
t
u
rn
)
.
Qu
e
s
t
i
o
n
s
:
C
o
n
t
a
c
t
M
s
.
Y
v
o
n
n
e
G
e
n
t
r
y
–
O
f
f
i
c
e
:
(
7
0
6
)
8
2
1
-
2
4
0
6
o
r
F
a
x
:
7
0
6
8
2
1
-
4
2
2
8
Attachment number 1Page 31 of 33
RF
Q
0
9
-
1
0
8
A
R
e
s
t
o
r
e
&
R
e
l
o
c
a
t
e
L
a
d
y
J
u
s
t
i
c
e
S
t
a
t
u
e
Sp
e
c
s
Pa
g
e
32
o
f
33
AU
G
U
S
T
A
-
R
I
C
H
M
O
N
D
CO
U
N
T
Y
LO
C
A
L
SM
A
L
L
BU
S
I
N
E
S
S
OP
P
O
R
T
U
N
I
T
Y
PR
O
G
R
A
M
LS
B
S
U
B
C
O
N
T
R
A
C
T
O
R
/
S
U
P
P
L
I
E
R
U
T
I
L
I
Z
A
T
I
O
N
P
L
A
N
At
t
e
n
t
i
o
n
B
i
d
d
e
r
/
P
r
o
p
o
n
e
n
t
:
L
i
s
t
a
l
l
AR
C
Re
g
i
s
t
e
r
e
d
Lo
c
a
l
S
m
a
l
l
B
u
s
i
n
e
s
s
s
u
b
c
o
n
t
r
a
c
t
o
r
s
/
s
u
p
p
l
i
e
r
s
,
i
n
c
l
u
d
i
n
g
l
o
w
e
r
t
i
e
r
s
,
t
o
b
e
u
s
e
d
i
n
t
h
e
P
r
o
j
e
c
t
.
Na
m
e
o
f
Su
b
c
o
n
t
r
a
c
t
o
r
/
S
u
p
p
l
i
e
r
Co
m
p
a
n
y
N
a
m
e
,
A
d
d
r
e
s
s
an
d
P
h
o
n
e
N
u
m
b
e
r
Sc
o
p
e
o
f
W
o
r
k
to
b
e
Pe
r
f
o
r
m
e
d
AR
C
B
u
s
i
n
e
s
s
Li
c
e
n
s
e
?
Ye
s
o
r
N
o
AR
C
L
S
B
O
P
Re
g
i
s
t
r
a
t
i
o
n
N
o
.
an
d
E
x
p
i
r
a
t
i
o
n
D
a
t
e
Do
l
l
a
r
(
$
)
Va
l
u
e
o
f
Wo
r
k
Pe
r
c
e
n
t
a
g
e
o
f
T
o
t
a
l
Bi
d
A
m
o
u
n
t
Co
m
p
a
n
y
N
a
m
e
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
P
r
o
j
e
c
t
N
a
m
e
:
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
C
o
n
t
r
a
c
t
#
:
_
_
_
__
_
_
_
_
_
_
_
_
_
Si
g
n
a
t
u
r
e
:
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
D
a
t
e
:
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
Th
i
s
f
o
r
m
MU
S
T
b
e
s
u
b
m
i
t
t
e
d
w
i
t
h
R
F
Q
p
a
c
k
a
g
e
If
t
h
e
r
e
a
r
e
n
o
s
u
b
c
o
n
t
r
a
c
t
i
n
g
o
p
p
o
r
t
u
n
i
t
i
e
s
t
h
e
f
o
rm
m
u
s
t
b
e
e
x
e
c
u
t
e
d
(
w
r
i
t
e
N
/
A
,
s
i
g
n
,
d
a
t
e
a
n
d
r
e
t
u
rn
)
.
Qu
e
s
t
i
o
n
s
:
C
o
n
t
a
c
t
M
s
.
Y
v
o
n
n
e
G
e
n
t
r
y
–
O
f
f
i
c
e
:
(
7
0
6
)
8
21
-
2
4
0
6
o
r
F
a
x
:
7
0
6
8
2
1
-
4
2
2
8
Attachment number 1Page 32 of 33
RF
Q
0
9
-
1
0
8
A
R
e
s
t
o
r
e
&
R
e
l
o
c
a
t
e
L
a
d
y
J
u
s
t
i
c
e
S
t
a
t
u
e
Sp
e
c
s
Pa
g
e
33
o
f
33
AU
G
U
S
T
A
-
R
I
C
H
M
O
N
D
C
O
U
N
T
Y
-
L
O
C
A
L
S
M
A
L
L
B
U
S
I
N
E
S
S
O
P
P
O
RT
U
N
I
T
Y
P
R
O
G
R
A
M
MO
N
T
H
L
Y
S
U
B
C
O
N
T
R
A
C
T
O
R
/
S
U
P
P
L
I
E
R
U
T
I
L
I
Z
A
T
I
O
N
R
E
P
O
R
T
Li
s
t
a
l
l
s
u
b
c
o
n
t
r
a
c
t
o
r
s
/
s
u
p
p
l
i
e
r
s
,
i
n
c
l
u
d
i
n
g
l
o
w
e
r
ti
e
r
s
,
t
o
b
e
u
s
e
d
o
n
t
h
i
s
p
r
o
j
e
c
t
.
PR
O
J
E
C
T
N
A
M
E
P
R
O
J
E
C
T
N
O
.
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
B
A
S
E
B
I
D
$
_
_
_
__
_
_
_
_
_
_
_
_
_
_
RE
P
O
R
T
P
E
R
I
O
D
F
R
O
M
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
T
O
_
_
_
_
_
_
_
_
_
_
_
_
_
__
,
2
0
_
_
_
_
P
R
O
P
O
S
E
D
L
S
B
U
T
I
L
I
Z
A
T
I
O
N
_
_
_
_
_
_
_
_
_
_
_
_
__
_
_
_
_
_
%
NA
M
E
O
F
S
U
B
-
C
O
N
T
R
A
C
T
O
R
/
SU
P
P
L
I
E
R
CO
M
P
A
N
Y
N
A
M
E
,
A
D
D
R
E
S
S
,
AN
D
P
H
O
N
E
#
CO
N
T
R
A
C
T
AM
O
U
N
T
TY
P
E
O
F
W
O
R
K
PE
R
F
O
R
M
E
D
LS
B
BU
S
I
N
E
S
S
YE
S
/
N
O
AM
O
U
N
T
E
A
R
N
E
D
TH
I
S
P
E
R
I
O
D
AM
O
U
N
T
E
A
R
N
E
D
TO
D
A
T
E
PE
R
C
E
N
T
A
G
E
OF
T
O
T
A
L
B
I
D
AM
O
U
N
T
TO
T
A
L
S
To
t
a
l
L
S
B
%
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
CO
N
T
R
A
C
T
O
R
:
_
_
_
_
_
_
_
_
A
U
T
H
O
R
I
Z
E
D
S
I
G
N
A
T
U
R
E
_
_
_
__
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
D
A
T
E
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
PA
Y
R
E
Q
U
E
S
T
N
O
.
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
_
P
E
R
C
E
N
T
A
G
E
O
F
T
O
T
A
L
C
O
N
T
R
A
C
T
C
O
M
P
L
E
T
E
D
T
O
D
A
T
E
__
_
_
_
_
_
_
_
_
%
Th
i
s
f
o
r
m
i
s
t
o
b
e
r
e
t
u
r
n
e
d
b
y
t
h
e
s
u
c
c
e
s
s
f
u
l
v
e
n
d
o
r
o
n
l
y
–
M
O
N
T
H
L
Y
a
f
t
e
r
R
F
Q
i
s
a
w
a
r
d
e
d
.
Qu
e
s
t
i
o
n
s
:
C
o
n
t
a
c
t
M
s
.
Y
v
o
n
n
e
G
e
n
t
r
y
–
O
f
f
i
c
e
:
(
7
0
6
)
8
2
1
-
2
4
0
6
o
r
F
a
x
:
7
0
6
8
2
1
-
4
2
2
8
Attachment number 1Page 33 of 33
Date: November 4, 2009
To: G eri Sams
From: Don Green
Subject: RFQ Item #09-108A
Restoration and Relocation of Lady Justice Statue
File:
Distribution: Bob Munger
Lindsay Johnson
N ancy Williams
MEMORANDUM
On February 26, 2009, the Historic Preservation Commission granted permission to move the Lady Justice
statue from the current location in the back of the Municipal Building to the new Judicial Center. To
accomplish this, the statue would need to be removed, restored and relocated by a firm specializing in this
type of work.
A Request for Qualifications (RFQ) was prepared and sent out on March 26, 2009 and submittals were due
on May 12, 2009. All of the submittals that were received were determined to be non-compliant.
A revised Request for Proposal (RFP) was issued to the same three firms on September 25, 2009,
requesting final submissions on October 9, 2009. Only one of the three submittals received was deemed to
be compliant.
A selection committee was formed to review and recommend approval to the Commission of the final
submission. The committee included Erick Montgomery from Historic Augusta, Bob Woodhurst from The
Woodhurst Partnership, Don Green from Heery International, and a representative from the Augusta
Procurement Department.
The selection committee convened on November 3, 2009 and reviewed the proposals, tallied the scores and
unanimously recommends that the contract be awarded to Conservation Solutions in the amount of
$39,754.
1 of 1 O:\04\04001-Augusta-Richmond County CIP\02-Judicial Center\Lady Justice\Memorandum to Geri Sams regarding RFQ
Item #09-108A (Lady Justice Statue).doc
Attachment number 2Page 1 of 1
Attachment number 3Page 1 of 1
VENDORS ORIGINAL 6 COPIES PRICE PROPOSAL
Andree Studios Inc.
135 Krag Street NE
Atlanta, GA 30307
Conservation Solutions
833 East Palace Avenue
Santa Fe, NM 87501
YES YES YES
Robinson Iron
P.O. Box 1119
Alexander City, AL 35011
Allen Architectural Metals
100 Homer Drive
Talladega, AL 35161
Andree Studios Inc.
135 Krag Street NE
Atlanta, GA 30307
Castlerock Cleaning
P.O. Box 222
Alto, MI 49302
E & D Coating Inc
2001 Mills B Lane Blvd
Savannah, GA 31405
Fab Man
1116 McClelen Way
Decatur, GA 30033
Horizon Construction
P.O. Box 798
Evans, GA 30809
Stuart Dean Co Inc
2095 Liddell Drive
Atlanta, GA 30324
RFQ Item #09-108A
Restoration & Relocation of Lady Justice Statue
for the City of Augusta - Public Services - Facilities Management Division
RFQ Opening Date: Friday, October 9, 2009 @ 3:00 p.m.
NON-COMPLIANT
RFQ FORM: MISSING BUSINESS LICENSE INFORMATION (NO COPY INCLUDED)
SUBCONTRACTOR AFFIDAVIT: PRIME DID NOT SIGN/DATE/NOTARIZE
NON-COLLUSION AFFIDAVIT OF SUB: PRIME DID NOT SIGN/DATE/ NOTARIZE
LOCAL SMALL BUSINESS FORMS: GOOD FAITH EFFORT AND SUPPLIER UTILIZATION: PRIME DID
NOT SIGN/DATE FORMS
NON-COMPLIANT
CONTRACTOR AFFIDAVIT & AGREEMENT MISSING E-VERIFY NUMBER
Page 1 of 1
Attachment number 4Page 1 of 1
Evaluator #: _____
Criteria for evaluating proposals:PTS.
Conservation Solutions
833 East Palace Avenue
Santa Fe, NM 87501
1.Qualifications (60 pts)
• Does the conservator demonstrate a clear understanding of the project?
• Is the work plan realistic, thorough, and of high quality?
• Is the proposed treatment method safe?
• Do the proposed personnel have the appropriate experience
and qualifications?
• Do the conservator’s availability and proposed schedule meet
the project requirements?
• Is the cost commensurate with the proposed restoration method
and within the budget?
Price Proposal (40 pts): Provide on letterhead in a separate sealed envelope. 40 40
TOTAL 100 100
Comments:
60
Cumulative Evaluation Sheet
RFQ Item #09-108A
Restoration & Relocation of Lady Justice Statue
for the City of Augusta - Public Services - Facilities Management Division
RFQ Opening Date: Friday, October 9, 2009 @ 3:00 p.m.
60
Page 1 of 1
Attachment number 5Page 1 of 1
C ANDREE DAVIDT
555 OLD NC HWY 226
SPRUCE PINE NC 28777
STUART DEAN CO INC
ATTN JAMIE ARNTZEN
2095 LIDDELL DRIVE NE
ATLANTA GA 30324
ROBINSON IRON
ATTN LUKE ROBINSON
PO BOX 1119
ALEXANDER CITY AL 35011
CASTLEROCK CLEANING
ATTN RON DRISKELL
PO BOX 222
ALTO MI 49302
ALLEN ARCHITECTURAL METALS
ATTN DARLENE LYNN
100 HOMER DRIVE
TALLADEGA AL 35161
CONSERVATION SOLUTIONS INC
ATTN PATTY MILLER
833 EAST PALACE AVENUE
SANTA FE NM 87501
HORIZON CONSTRUCTION
ATTN HENRY HENDERSON
PO BOX 798
EVANS GA 30809
ANDREE STUDIOS INC
ATTN MIKE ANDREE
135 KRAG STREET NE
ATLANTA GA 30307
FAB MAN
ATTN STEVE JONES
1116 MCCLELEN WAY
DECATUR GA 30033
YVONNE GENTRY
DBE COORDINATOR
500/HATCHER BUILDING
BOB MUNGER
HEERY INTERNATIONAL
500/HATCHER BUILDING
HEERY INTERNATIONAL
ATTN DON GREEN
999 PEACHTREE STREET NE
ATLANTA GA 30309
E&D COATING INC
ATTN JED DEES
2001 MILLS B LANE BLVD
SAVANNAH GA 31405
MERITON INTERNATIONAL
ATTN ANDREA CROSS
4615 SOUTHSHORE ROAD
STELLA ON 98109
RFQ 09-108A MAILED 9/25/2009
RFQ 09-108A
RESTORATION & RELOCATION
OF LADY JUSTICE STATUE
FOR CITY OF AUGUSTA
RFQ DUE FRI 10/9/09 @ 3:00 P.M.
Attachment number 6Page 1 of 1
Attachment number 7Page 1 of 2
Attachment number 7Page 2 of 2
Attachment number 8Page 1 of 11
Attachment number 8Page 2 of 11
Attachment number 8Page 3 of 11
Attachment number 8Page 4 of 11
Attachment number 8Page 5 of 11
Attachment number 8Page 6 of 11
Attachment number 8Page 7 of 11
Attachment number 8Page 8 of 11
Attachment number 8Page 9 of 11
Attachment number 8Page 10 of 11
Attachment number 8Page 11 of 11
Commission Meeting Agenda
12/1/2009 2:00 PM
Option for Easement
Department:Law
Caption:Motion to approve an Option for the purposes of acquiring an Easement
between Barbara Sims as Executrix for the Estate of Fred M. Sims, as
owner, and Augusta, Georgia, as optionee, in connection with the 10156-
Gordon Highway 16 Inch Water Main Project, (82,213 sq. ft.), more or less,
of permanent access, utility and maintenance easement and (41,340 sq. ft.),
more or less, of temporary construction easement from property located
at 2701 Gordon Highway, private, at the purchase price of $20,358.00.
(Approved by Engineering Services Committee November 23, 2009)
Background:The property owner has agreed to convey a certain right-of-way and
easement to Augusta, Georgia, for the 10156-Gordon Highway 16 Inch
Water Main Project.
Analysis:The purchase of the referenced property is necessary for the project.
Financial Impact:The costs necessary for this purchase will be covered under the project
budget.
Alternatives:Deny the Motion
Recommendation:Approve the Motion
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 510043410-
5411120 80310156-5411120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 1
Commission Meeting Agenda
12/1/2009 2:00 PM
Option for Easement
Department:Law
Caption:Motion to approve an Option for the purposes of acquiring an Easement
between Georgia Vitrified Brick & Clay Co., as owner, and Augusta,
Georgia, as optionee, in connection with the 10153-Gordon Highway 24
Inch Water Main Project and the 10156-Gordon Highway 16 Inch Water
Main Porject, a permanent utility, maintenance and access easement of
(51,160 sq. ft.) (1.17ac), more or less, purposed for laying, relaying,
installing, adding, expanding, extending, operating, repairingand
maintaining pipeline transporting and carrying utility services, and (27,033
sq. ft.) (0.62 ac), more or less, of temporary construction easement from
property located at 1985 Powell Road; anda permanent utility, maintenance
and access easement of(73,754 sq. ft.) (1.69 ac), more or less, purposed for
laying, relaying, installing, adding, expanding, extending, operating,
repairingand maintaining pipeline transporting and carrying utility services,
and (36,895 sq. ft.) (0.85 ac), more or less, of temporary construction
easement from property located at 2111 Powell Road; anda permanent
utility, maintenance and access easement of(43,689 sq. ft.) (1.003 ac), more
or less, purposed for laying, relaying, installing, adding, expanding,
extending, operating, repairingand maintaining pipeline transporting and
carrying utility services, and (21,445 sq. ft.) (0.49 ac), more or less,
of temporary construction easement from property located at 2651 Gordon
Highway, private, at the purchase price of $40,363.00. (Approved by
Engineering Services Committee November 23, 2009)
Background:The property owner has agreed to convey a certain right-of-way and
easement to Augusta, Georgia, for the 10153-Gordon Highway 24 Inch
Water Main and 10156-Gordon Highway Water Main Projects.
Analysis:The purchase of the referenced property is necessary for the project.
Financial Impact:The costs necessary for this purchase will be covered under the project
budget.
Alternatives:Deny the Motion
Recommendation:Approve the Motion
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 10156-
Gordon Highway 16" Water Main 2651 Gordon Highway 2111 Powell
Road 510043410-5411120 80310156-5411120 10153-Gordon Highway 24"
Water Main 1985 Powell Road 511043410-5411120 80310153-5411120
Cover Memo
Item # 18
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 18
Attachment number 1
Page 1 of 2
Item # 18
Attachment number 1
Page 2 of 2
Item # 18
Commission Meeting Agenda
12/1/2009 2:00 PM
Property Condemnation –Permanent and Temporary Easements
Department:Law
Caption:Motion to authorize condemnation to acquire title of a portion of property
for permanent and temporary easements for the 10156 Gordon Highway 16
Inch Water Main Project, PIN: 078-0-020-00-0. (Approved by Engineering
Services Committee November 23, 2009)
Background:The City has been unable to reach an agreement with the owner. In order to
proceed and avoid further delays, it is necessary to condemn a portion of
subject property. The required property consisting of a permanent easement
of 23,126 sq. ft. and temporary easement of 11,323 sq. ft. The appraised
value is $19,043.00.
Analysis:Condemnation is necessary in order to acquire the required property.
Financial Impact:The necessary costs will be covered under the project budget.
Alternatives:Deny condemnation.
Recommendation:Approve condemnation.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNT: G/L
510043410-5411120 J/L 80310156-5411120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 19
Attachment number 1
Page 1 of 2
Item # 19
Attachment number 1
Page 2 of 2
Item # 19
Commission Meeting Agenda
12/1/2009 2:00 PM
Willhaven, Phase 1 Deed of Dedication
Department:Augusta Utilities
Caption:Motion to approve and accept a Deed of Dedication for Willhaven, Phase 1.
(Approved by Engineering Services Committee November 23, 2009)
Background:Willhaven, Phase 1, was begun by R&B Construction Inc., however, First
Bank Mortgage foreclosed on the property in 2008. First Bank has asked
that Augusta accept the water and gravity sanitary sewer systems in Phase 1.
Analysis:AUD has inspected the water and gravity sanitary sewer systems in
Willhaven, Phase 1, and found them compliant.
Financial Impact:None
Alternatives:Deny motion to approve and accept a Deed of Dedication for Willhaven,
Phase 1.
Recommendation:Approve motion to approve and accept a Deed of Dedication for Willhaven,
Phase 1.
Funds are Available in
the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 20
Attachment number 1
Page 1 of 3
Item # 20
Attachment number 1
Page 2 of 3
Item # 20
Attachment number 1
Page 3 of 3
Item # 20
Attachment number 2
Page 1 of 5
Item # 20
Attachment number 2
Page 2 of 5
Item # 20
Attachment number 2
Page 3 of 5
Item # 20
Attachment number 2
Page 4 of 5
Item # 20
Attachment number 2
Page 5 of 5
Item # 20
Commission Meeting Agenda
12/1/2009 2:00 PM
Minutes
Department:Clerk of Commission
Caption:Motion to approve the minutes of the regular meeting of the Commission
held on November 17, 2009.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 21
Commission Meeting Agenda
12/1/2009 2:00 PM
Augusta Utilities Director
Department:
Caption:Motion to approve the recommendation of Administrator for the position of
Director of Augusta Utilities.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 22
Commission Meeting Agenda
12/1/2009 2:00 PM
Settlement Resolution Alexander Road
Department:
Caption:Motion to authorize payment of a total sum of Sixty Thousand Two
Hundred Dollars ($60,200.00) to Alexander Road, Inc. and its legal
representative to acquire title of a portion of property for 2,856 Square Feet
of Right-of-Way; 3, 977 Square Feet of Permanent Easement, and being
located on 1062 Alexander Drive, Tax Map 012, Parcel 075.
Background:See attachment.
Analysis:See attachment:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 23
Attachment number 1
Page 1 of 1
Item # 23
Attachment number 1
Page 1 of 1
Item # 23
Attachment number 1
Page 1 of 1
Item # 23
Commission Meeting Agenda
12/1/2009 2:00 PM
Settlement Resolution Teresa Smith
Department:
Caption:Motion to authorize the settlement of all claims by Teresa Smith in the
aggregate amount of one-hundred twenty-five thousand dollars
($125,000.00); authorizing the County Administrator to disburse the amount
of one-hundred twenty-five thousand dollars ($125,000.00); waiving
Augusta-Richmond County Code of Ordinances sections in conflict in this
instance only; and for other purposes.
Background:See attachment.
Analysis:See attachment.
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Attachment number 1
Page 1 of 1
Item # 24
Commission Meeting Agenda
12/1/2009 2:00 PM
Affidavit
Department:
Caption:Motion to authorize execution by the Mayor of the affidavit of compliance
with Georgia's Open Meeting Act.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 25