Loading...
HomeMy WebLinkAbout2010-05-18-Meeting Agenda Commission Meeting Agenda Commission Chamber 5/18/2010 5:00 PM INVOCATION: Reverend Leroy James, Pastor Friendly Church of God In Christ. PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. RECOGNITION(S) Employee of the Month A. Ms. Megan Sasser, Human Resources Dept., April Employee of the Month. Attachments Ms. Leslie Edney B. Congratulations! Ms. Leslie Edney, Nurse, Medical College of Georiga for receiving the 2010 CSRA Nurse of the Year Award. (Requested by Mayor Pro Tem Alvin Mason) Attachments Xavier Harris Jennilla Benson C. Congratulations! to Xavier Harris and Jennilla Benson students at Wheeless Road Elementary School for their acts of bravery relating to the April 28, 2010 school bus incident. (Requested by Mayor Pro Tem Alvin Mason) Attachments Five (5) minute time limit per delegation DELEGATIONS D. Mr. Billy Hatcher RE: Fiesta South June 16-26, 2011. Attachments CONSENT AGENDA (Items 1-36) PLANNING 1. FINAL PLAT _ LONGPOINT TOWNHOMES, PHASE 3-A – S-792-A – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by Star Survey Inc., on behalf of ATC Development Co., Attachments requesting final plat approval for Longpoint Townhomes, Phase 3-A. This residential townhome development is located on Longpoint Drive adjacent to Longpoint Townhomes, Phase 2 and contains 8 lots. 2. FINAL PLAT – MAGNOLIA RIDGE (FKA DENNIS FARMS) – S-805 – A request for concurrence with the Augusta Richmond County Planning Commission to APPROVE a petition by James Swift and Associates, on behalf of Te Moye, requesting final plat approval for Magnolia Ridge. This residential subdivision is located off Dennis Road at Alice Lane and contains 25 lots. Attachments 3. FINAL PLAT – WILLHAVEN, PHASE II, SECTION I – S-808-II-I – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by John Brewer and Associates, on behalf of Brent Scarbrough & Co., requesting final plat approval for Willhaven Phase I, Section II. This residential subdivision is located on Huntcliff Drive, off Willhaven Drive, adjacent to Willhaven Section I and contains 40 lots. Attachments 4. Z-10-26 – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by Mark Taylor, on behalf of Friendship United Methodist Church, requesting a Special Exception to bring an existing church into zoning conformance and allow for minor improvements including a family life center and day care activities per Section 26-1 (A) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing 3.65 acres and is known as 3027 Tobacco Road and 2934 Old Tobacco Road. (Tax Maps 128-0-010-01-0 and 128-0-013-00-0) DISTRICT 4 Attachments 5. Z-10-29 – A request for concurrence with the Augusta Richmond County Planning Commission to approve with the following condition 1) that the development plan must substantially conform to the concept plan submitted with this petition; a petition by Neil Koelbl, on behalf of Webb Properties of Augusta, LLC, requesting a change of zoning from Zone R-1 (One-family Residential) to Zone R-1B (One-family Residential) affecting property containing approximately 27 acres and is known as 4477 and 4483 Windsor Spring Road. (Tax Maps 179-0-002-01-0 and 179-0-186- 00-0) DISTRICT 8 Attachments 6. Z-10-27 – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by Rehaboth Worship Center, on behalf of Reichard Investments LLC, requesting a Special Exception to establish a church with day care activities per Section 26-1 (A) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing approximately 3.4 acres and is known as 2012 and 2014 Boykin Road. (Tax Map 168-0-017-11-0 and 168-0-017- 12-0) DISTRICT 6 Attachments PUBLIC SERVICES 7. Motion to approve New Ownership Application: A. N. - 10 - 29 request by Shalanda Crawford for an on premise consumption Liquor, Beer & Wine license to be used in connection with Cloud Nine Bar & Grill located at 3156 Wrightsboro Rd. District 5. Super District 9. (Approved by Public Services Committee May 10, 2010) Attachments 8. Motion to approve New Ownership Application: A. N. 10 - 30 request by Vance Shimley for an on premise consumption Liquor, Beer & Wine license to be used in connection with The Place On Broad located at 1135 Broad St. District 1. Super District 9. (Approved by Public Services Committee May 10, 2010) Attachments 9. Motion to approve 1) Elimination of Route 15 Medical Complex as stated in the Transit Development Plan (TDP) 2) Public Hearing for elimination of Route 15, 3) To allow the administrtor to negotate the cost for the purchse of the bus shelters and contract out for the advertising the APT Shelters; 4) Elimination of Route 16 Lumpkin Road extension to Phinizy Road with quarterly first report and six-month report thereafter to determine the effect of the changes on the other routes. (Approved by Public Services Committee May 10, 2010) Attachments 10. Motion to approve a construction contract to Alpha Construction Company in the amount of $287,636 for improvements to the Bob Baurle Boat Ramp Project. (Approved by Public Services Committee May 10, 2010) Attachments 11. Motion to approve the contract with McAir Aviation Service, Inc. (Approved by Public Services Committee May 10, 2010) Attachments 12. Motion to accept donation and approve a budget amendment accordingly. (Approved by Public Services Committee May 10, 2010) Attachments 13. Motion to authorize the Recreation and Parks Department to begin six capital projects in FY 2010. (Approved by Public Services Committee May 10, 2010) Attachments 14. Motion to approve Bid Item 10-111, HVAC Replacement at Julian Smith Casino to RCN Contracting in the amount of $187,265. (Approved by Public Services Committee May 10, 2010) Attachments 15. Motion to approve the selection of S. D. Clifton Construction and attached contract Attachments for the construction of the Terminal Concession Area. (Approved by Public Services Committee May 10, 2010) ADMINISTRATIVE SERVICES 16. Motion to approve an Ordinance providing for the demolition of a certain unsafe and uninhabitable structure in the West Augusta Neighborhood: 467 Boy Scout Road, (District 7, Super District 10); AND WAIVE 2ND READING. (Approved by Administrative Services Committee May 10, 2010) Attachments 17. Motion to approve the Local Vendor Preference language as proposed in the amendments to the Procurement portion of the Augusta, GA. Code. (Option 1) (Approved by Administrative Services Committee May 10, 2010) Attachments FINANCE 18. Motion to approve the replacement of 3 light vehicles for the Fire Department. (Approved by Finance Committee May 10, 2010) Attachments 19. Motion to approve the request from the Fire Department to declare a 1998 Fleetwood Trailer surplus and available for sale using the internet auction service. (Approved by Finance Committee May 10, 2010) Attachments 20. Motion to approve the replacement of one sewer rodder truck for the Utilities Department-Construction and Maintenance Division. (Approved by Finance Committee May 10, 2010) Attachments 21. Motion to approve the replacement of two utility-body crew trucks for the Utilities Department-Construction and Maintenance Division. (Approved by Finance Committee M ay 10, 2010) Attachments 22. Motion to approve request from Utilities Department-Construction & Maintenance Division to replace one Backhoe Loader (4X4). (Approved by Finance Committee May 10, 2010) Attachments 23. Motion to approve request from Utilities Department to replace 3 Compact Pickup Trucks in Customer Service Division (2-each) and Highland Filter Plant (1-each). (Approved by Finance Committee May 10, 2010) Attachments 24. Motion to approve request from Utilities Department-Construction & Maintenance Division to replace a 1996 Single Axle Dump Truck. (Approved by Finance Committee May 10, 2010) Attachments 25. Motion to approve recommendation from the Administrator to fund the Barton Village Community Center/Neighborhood Enhancement Program in the amount of $30,500 for the contingency fund for the remainder of the year; reduce the hours of operations for the program from 7 1/2 hours per day to 4 1/2 hours per day four days a week; remove certain positions so that 2 part-time people would remain to administer the program, utilize resources from Augusta Technical College to administer the GED portion of the program; and utilize some add'tl volunteers to provide some counseling and programming. (Approved by Finance Committee May 10, 2010) Attachments 26. Motion to approve a Budget Resolution and a contract with the Georgia Department of Natural Resources (DNR) for Phase 3 of the Harrisburg-West End Historic District Survey. (Approved by Finance Committee May 10, 2010) Attachments 27. Motion to approve tasking the Administrator to meet with the CSRA Regional Development Commission and put together a joint meeting of representatives from the various areas and GDOT to develop a program regarding the new transportation bill that would serve the entire region. (Approved by Finance Committee May 10, 2010) Attachments ENGINEERING SERVICES 28. Motion authorize execution of an amendment to an agreement with Cranston Engineering Group for engineering services in the amount of $186,450 for complying with the FERC Dam Safety Performance Monitoring Program to support the Augusta Canal Licensing Process. (Approved by Engineering Services Committee May 10, 2010) Attachments 29. Motion to approve cost sharing agreement in an amount not to exceed $70,000.00 with the developers of Burgess Hills and Cushendal Hills Subdivisions. (Approved by Engineering Services Committee May 10, 2010) Attachments 30. Motion to authorize the notification of the selection results to prospective firms and proceed with negotiations of a contract with the top ranked firm, Tetra Tech Inc. for Construction Manager at Risk Services for Various Projects at Ft. Gordon. (Approved by Engineering Services Committee May 10, 2010) Attachments 31. Motion to approve award of the On-Call Construction Services Consulting Attachments Agreement to EMC Engineering, Moreland Altobelli, and The LPA Group subject to receipt of signed contracts and proper bonds. Also approve $150,000 to fund the proposed On-Call Construction Services. Funding is available in the paving and resurfacing accounts respectively. (Approved by Engineering Services Committee May 10, 2010) 32. Motion to approve Capital Project Budget #322-041110-207822001 for the Rock Creek/Warren Lake Restoration project and Supplemental Agreement Number One for Augusta’s Canal Basin Dredging in the amount of $57,285.00 for Permitting from US Army Corps of Engineers. Funding is available in the project engineering account for the AED. (Approved by Engineering Services Committee May 10, 2010) Attachments 33. Motion to approve the Resolution supporting the installation of High Mast Street Lighting at the interchanges of Gordon Highway and Deans Bridge Road on I-520 as part of Georgia Department of Transportation (GDOT) project NH000-520-01 (017) PI 2107000. As requested by AED. (Approved by Engineering Services Committee May 10, 2010) Attachments 34. Motion to approve Capital Project Budget Change Number Two 324-041110- 207824001, and award the Construction Contract to Mabus Brothers Construction Co., Inc. in the amount of $1,316,483.15 for the Willis Foreman Road over Spirit Creek Bridge Replacement, subject to receipt of a detailed project schedule; a contractor’s project team - approved by the Engineering Department; a traffic control plan; signed contract(s), and proper bonds. Also approve Supplemental Agreement Number Three to Cranston Engineering Group, PC in the amount of $118,400.00 for additional services that include construction observation and field engineering. Funding is available in the project account for the AED. (Approved by Engineering Services Committee May 10, 2010) Attachments PETITIONS AND COMMUNICATIONS 35. Motion to approve the minutes of the regular meeting of the Commission held on May 4, 2010. Attachments APPOINTMENT(S) 36. Motion to approve the appointment of Bernard Johnson to the Tax Assessor's Board due to the resignation of Bill Lockett representing Sentorial District 22. Attachments ****END CONSENT AGENDA**** AUGUSTA COMMISSION 5/18/2010 Upcoming Meetings www.augustaga.gov AUGUSTA COMMISSION REGULAR AGENDA 5/18/2010 (Items 37-38) ENGINEERING SERVICES 37. Ratify Emergency Change Order 31 for the addition of motorized controls for the three smoke shutters, located at the monumental stairs in the new Main Library in the amount of $41,461.00. Attachments LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 38. Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Commission Meeting Agenda 5/18/2010 5:00 PM Invocation Department:Clerk of Commission Caption:Reverend Leroy James, Pastor Friendly Church of God In Christ. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Employee of the Month Department: Caption:Ms. Megan Sasser, Human Resources Dept., April Employee of the Month. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM Ms. Leslie Edney Department: Caption:Congratulations! Ms. Leslie Edney, Nurse, Medical College of Georiga for receiving the 2010 CSRA Nurse of the Year Award. (Requested by Mayor Pro Tem Alvin Mason) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Xavier Harris Jennilla Benson Department: Caption:Congratulations! to Xavier Harris and Jennilla Benson students at Wheeless Road Elementary School for their acts of bravery relating to the April 28, 2010 school bus incident. (Requested by Mayor Pro Tem Alvin Mason) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Billy Hatcher Department: Caption:Mr. Billy Hatcher RE: Fiesta South June 16-26, 2011. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM Planning Commission Department:Planning Commission Caption: FINAL PLAT _ LONGPOINT TOWNHOMES, PHASE 3-A – S-792-A – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by Star Survey Inc., on behalf of ATC Development Co., requesting final plat approval for Longpoint Townhomes, Phase 3-A. This residential townhome development is located on Longpoint Drive adjacent to Longpoint Townhomes, Phase 2 and contains 8 lots. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Planning Commission Department:Planning Commission Caption: FINAL PLAT – MAGNOLIA RIDGE (FKA DENNIS FARMS) – S-805 – A request for concurrence with the Augusta Richmond County Planning Commission to APPROVE a petition by James Swift and Associates, on behalf of Te Moye, requesting final plat approval for Magnolia Ridge. This residential subdivision is located off Dennis Road at Alice Lane and contains 25 lots. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Planning Commission Department:Planning Commission Caption: FINAL PLAT – WILLHAVEN, PHASE II, SECTION I – S-808-II-I – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by John Brewer and Associates, on behalf of Brent Scarbrough & Co., requesting final plat approval for Willhaven Phase I, Section II. This residential subdivision is located on Huntcliff Drive, off Willhaven Drive, adjacent to Willhaven Section I and contains 40 lots. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Planning Commission Department:Planning Commission Caption: Z-10-26 – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by Mark Taylor, on behalf of Friendship United Methodist Church, requesting a Special Exception to bring an existing church into zoning conformance and allow for minor improvements including a family life center and day care activities per Section 26-1 (A) of the Comprehensive Zoning Ordinance for Augusta- Richmond County affecting property containing 3.65 acres and is known as 3027 Tobacco Road and 2934 Old Tobacco Road. (Tax Maps 128-0-010- 01-0 and 128-0-013-00-0) DISTRICT 4 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Planning Commission Department:Planning Commission Caption: Z-10-27 – A request for concurrence with the Augusta Richmond County Planning Commission to approve a petition by Rehaboth Worship Center, on behalf of Reichard Investments LLC, requesting a Special Exception to establish a church with day care activities per Section 26-1 (A) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing approximately 3.4 acres and is known as 2012 and 2014 Boykin Road. (Tax Map 168-0-017-11-0 and 168-0-017-12-0) DISTRICT 6 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Alcohol Application Department:License & Inspections Caption:Motion to approve New Ownership Application: A. N. - 10 - 29 request by Shalanda Crawford for an on premise consumption Liquor, Beer & Wine license to be used in connection with Cloud Nine Bar & Grill located at 3156 Wrightsboro Rd. District 5. Super District 9. (Approved by Public Services Committee May 10, 2010) Background:This is a new ownership application. Analysis:The applicant meets the requirements of the Augusta Richmond County Alcohol Ordinance. Financial Impact:The applicant will pay a fee of $3630.00. Alternatives: Recommendation:License & Inspections recommends approval. The Sheriff's Office recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 2 Attachment number 1Page 2 of 2 Commission Meeting Agenda 5/18/2010 5:00 PM Alcohol Application Department:License & Inspections Caption:Motion to approve New Ownership Application: A. N. 10 - 30 request by Vance Shimley for an on premise consumption Liquor, Beer & Wine license to be used in connection with The Place On Broad located at 1135 Broad St. District 1. Super District 9. (Approved by Public Services Committee May 10, 2010) Background:This applicant held the license at this location when it was named the White Elephant. Analysis:The applicant meets the requirements of the Augusta Richmond Alcohol Ordinance. Financial Impact:The applicant will pay a fee of $5445.00. Alternatives: Recommendation:License & Inspections recommends approval. The Sheriff's Office recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 2 Attachment number 1Page 2 of 2 Attachment number 2Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM Augusta Public Transit Service Department:Augusta Public Transit Caption:Motion to approve 1) Elimination of Route 15 Medical Complex as stated in the Transit Development Plan (TDP) 2) Public Hearing for elimination of Route 15, 3) To allow the administrtor to negotate the cost for the purchse of the bus shelters and contract out for the advertising the APT Shelters; 4) Elimination of Route 16 Lumpkin Road extension to Phinizy Road with quarterly first report and six-month report thereafter to determine the effect of the changes on the other routes. (Approved by Public Services Committee May 10, 2010) Background:Route 15 Medical Complex operates as a one-way circulator loop to and from the Main Transfer Facility on Broad Street Weekdays only. Since the demolition of Gilbert Manor which was a large part of the ridership, Route 15 ridership has decreased. This route has the smallest amount of revenue of all the routes. See attached chart. Analysis:As part of the Transit Development Plan (TDP Study), the Consultants found that Route 15 Medical Complex was a poor performer and elimination of this route would help Transit in its efforts to reduce it deficit. Financial Impact:Eliminating Rt. 15 would be a reduction in the Transit budget deficit. Alternatives:Maintain the route as is. Recommendation:Approve the elimination of Rt. 15 as stated in the Transit Development Plan. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo COST TO RUN:$208,466/Annually $649/Day YEAR COMPARISON REVENUE RIDERSHIP 2005 14,324$ 27,477 2006 11,598$ 26,041 2007 11,744$ 29,580 2008 11,082$ 22,673 2009 6,076$ 12,217 2010 2,409$ 4,454 Operating Hours RT. 15 RUNS 6:30a - 6:20p AREAS SERVICED ROUTES TO COVER ELIMINATED ROUTE Paine College Rt. 12 Augusta Mall MCG Rt. 12 Augusta Mall Easter Seal Rt. 12 Augusta Mall University Hosp.Rt. 1 Walton Way Ervin Towers Para-Transit Service Peabody Apts Rt. 1 Walton Way Housing Authority Rt. 1 Walton Way VA Rt. 12 Augusta Mall Enterprise Mill Rt. 3 East Augusta Greyhound Rt. 3 East Augusta Kroger Rt. 12 Augusta Mall Shepard Blood Center Rt. 12 Augusta Mall Wallace Branch Library Rt. 6 K-Mart Route 15 MEDICAL COMPLEX Attachment number 1Page 1 of 2 Attachment number 1Page 2 of 2 Commission Meeting Agenda 5/18/2010 5:00 PM Bob Baurle Boat Ramp Improvement Project Department:Tom F. Beck, Director, Recreation and Parks Department Caption:Motion to approve a construction contract to Alpha Construction Company in the amount of $287,636 for improvements to the Bob Baurle Boat Ramp Project. (Approved by Public Services Committee May 10, 2010) Background:The Augusta Commission has approved funding for improvenments to the Bob Baurle Boat Ramp facility as part of the GO FISH Program administered and funded from the Georgia Department of Natural Resources. Analysis:A total of nine (9) contractors attended a mandatory pre bid conference in order to submit bids on this project. A total of two (2) bids were received. The low responsive bidder who met all the requirements and specifications for a base bid award was Alpha Construction Company. The City and consultants are recommending award of bid on this project to Alpha Construction as per the attached. (See letter of award and bid tab sheet) Financial Impact:Funding is available for this project through a grant obtained from the Georgia Department of Natural Resources. Alternatives:1. To approve award of bid. 2. Move no action thus delaying the needed improvements and voiding the grant funding secured. Recommendation:1. Award of contract to Alpha Construction for $287,636. Funds are Available in the Following Accounts: 220-06-1493/5412110 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 6 Attachment number 1Page 2 of 6 Attachment number 1Page 3 of 6 Attachment number 1Page 4 of 6 Attachment number 1Page 5 of 6 Attachment number 1Page 6 of 6 Commission Meeting Agenda 5/18/2010 5:00 PM Contract for McAir Aviation Services, Inc. Department:Augusta Regional Airport Caption:Motion to approve the contract with McAir Aviation Service, Inc. (Approved by Public Services Committee May 10, 2010) Background:The Augusta Aviation Commission approved an agreement with McAir Aviation on March 20, 2005 for a term of five years. The agreement provided for 486 square feet of office space in Hangar One and ramp tie down space for one Piper Arrow, two Cessna 172s and one Piper Seneca. The term was 5 years with a continuing month to month thereafter. Rental rate was set at $636.00 per month and the Airport reserved the right to relocate the tenant to other offices in a different building should the need arise. Analysis:Attached is a new proposed lease with McAir Aviation Services, Inc., for five additional years commencing May 1, 2010. The space leased is virtually the same and the monthly fee has been increased to $680.00. There are additional covenants included within the text of the document such as the requirement for identity badges. Financial Impact:Rental rate was set at $680.00 per month. Alternatives:Deny request. Recommendation:Request the approval of a new contract with McAir Aviation Services, Inc., for office space in Hangar One and ramp tie down spaces for four aircraft as described in the text of the document. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 9 Attachment number 1Page 2 of 9 Attachment number 1Page 3 of 9 Attachment number 1Page 4 of 9 Attachment number 1Page 5 of 9 Attachment number 1Page 6 of 9 Attachment number 1Page 7 of 9 Attachment number 1Page 8 of 9 Attachment number 1Page 9 of 9 Commission Meeting Agenda 5/18/2010 5:00 PM Donation and budget amendment Department:Recreation and Parks Caption:Motion to accept donation and approve a budget amendment accordingly. (Approved by Public Services Committee May 10, 2010) Background:This donation was given by the Superior Court of Richmond County for the purpose of purchasing computer equipment for the Annual School's Out Block Party. Analysis:This donation allows much needed computer equipment to be given to 14 youth selected from inner city schools in Augusta. Financial Impact:$5000 donation $5000 expenditures for computer equipment Alternatives:none Recommendation:To approve Funds are Available in the Following Accounts: $5000 101061110 3711110 $5000 101061495 5316220 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Funding Allocation for Recreation Projects Department:Tom F. Beck, Director, Recreation and parks Department Caption:Motion to authorize the Recreation and Parks Department to begin six capital projects in FY 2010. (Approved by Public Services Committee May 10, 2010) Background:The Recreation and Parks Department has approved funding of $11,100,000 for capiatal improvement projects as part of the SPLOST VI program approved by the Commission. Analysis:There are a number of critical projects that the Department of Recreation and Parks would like to start in 2010. A number of these will rectify safety, code and operational issues the Department views as urgent. The funds would come from the City's capital outlay fund, and would be reimbursed in 2011 with approved funds from the Rcreation and Park's allocation from SPLOST VI. Financial Impact:The following will summarize the projects and funds required: 1. Carrie Mays Park methane gas remediation plan which will purchase six parcels of property adjacent to the park to reloacte playground, basketball court, etc. Cost - $300,000. 2. The Boathouse Community Facility has safety and code issues that need to be aaddressed by replacing the ddeck system and railings. Cost - $300,000. 3. Lake Olmstaed Park Casino and BBQ-Pit need new roof systems because of leaks. Cost - $150,000. 4. Design work for the new Butler Creek/HWY 56 park project is requested for this property the City owns and is critical to the City's greenway master plan. Cost - $40,000. 5. Potential land acquisition in West Augusta where available and affordable property is very limited. Cost - $150,000. 6. Baurle Boat Ramp GO FISH improvement project the City will be under construction this spring will require additional funds to properly complete. Cost - $55,000. This is a total of six needed projects at a cost of $995,000. Alternatives:1. To reallocate funds required to address critical improvemnents in 2010 at six facilities operated and maintained by the Recreation and Parks Department. 2. Move no action thus delaying these critical projects to 2011. Recommendation:1. To approve the reallocation of funds for capital improvement prjects as recommended. Funds are Available in the Following Accounts: Capital Outlay Funds to be reimbursed with approved funding from SPLOST VI for Recreation and Parks. Cover Memo REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM HVAC Replacement at Julian Smith Casino Department:Tom F. Beck, Director, Recreation and Parks Department Caption:Motion to approve Bid Item 10-111, HVAC Replacement at Julian Smith Casino to RCN Contracting in the amount of $187,265. (Approved by Public Services Committee May 10, 2010) Background:The City of Augusta was awarded funding of an Energy Efficiency and Conservation Block Grant program established through the United States Department of Energy as part of the stimulus package. Among the projects funded was the HVAC replacement at the Julian Smith Casino. Analysis:A total of eleven (11) vendors participated in a mandatory pre-bid conference. A total of five (5) bids were received with one ruled as non- compliant. Of the four remaining bids, RCN Contracting was the low, responsive bidder who met all technical qualifications and specifications. (See Attached) Financial Impact:The low bid recommended for award is for $187,265 of which federal funding is available through the EECBG grant awarded to the City of Augusta. Alternatives:1. To approve the award of bid to RCN Contracting for $187,265. 2. Move no action. Recommendation:1. To approve. Funds are Available in the Following Accounts: 220-01-6310/5425310 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 2 Attachment number 1Page 2 of 2 Pruett Ford and Associates, Inc. Augusta, Georgia Document: 09093b.docx Pruett, Ford and Associates, Inc. Consulting Engineers 1201 Broad St., Suite 3A Augusta, Georgia 30901 www.pruettford.com phone 706-722-3959 fax 706-724-5127 e-mail jmford@pruettford.com Date: May 3, 2010 To: Mr. Ron Houck Augusta Recreation and Parks Department From: J. Martin Ford Reference: New HVAC Replacement at Lake Olmstead Julian Smith Casino Bid Item 10-111 Project: 09093 Dear Mr. Houck: I have received copies of the bid tabulation documentation from the April 27 bid opening for the project referenced above. The bid tabulation information and supporting documents indicate that RCN Contracting is the apparent low bidder and meets all of the technical qualifications for award of the project contract. Based on my personal knowledge and the input of other design professionals, I recommend the contract be awarded to RCN Contracting. Please contact me if you have any questions concerning this matter. Sincerely, J. Martin Ford Attachment number 2Page 1 of 1 Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Tuesday, April 27, 2010 for furnishing: Bid Item #10-111 New HVAC Replacement @ Lake Olmstead Julian Smith Casino for Recreation and Parks Department Bids 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 examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $50.00 Documents may also be examined during regular business hours at the F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blueprint (706 722-6488) beginning Thursday, March 11, 2010. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference will be held on Tuesday, April 13, 2010 @ 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 fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Thursday, April 15, 2010 by 5:00 p.m. No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. 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 BID number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March, 11, 18, 25, April 1, 2010 Metro Courier March 17, 2010 cc: Tameka Allen Interim Deputy Administrator Tom Beck Recreation & Parks Ron Houck Recreation & Parks Attachment number 3Page 1 of 1 Ve n d o r s : Go l d M e c h , I n c . Br o a d S t r e e t Au g u s t a , G A 3 0 9 0 4 RC N C o n t r a c t i n g 11 1 5 F r a n k i e P l a c e Au g u s t a , G A 3 0 9 0 9 Tu r n e r M e c h a n i c a l 13 4 7 A t o m i c R o a d Be e c h I s l a n d , S C 29 8 4 1 Co n t i n e n t a l Co n s t r u c t i o n 41 9 0 C r o s s t o w n e C t Ev a n s , G A 3 0 8 0 9 Tr a n C o n s t r u c t i o n 38 5 5 R e d O a k C o u r t Ma r t i n e z , G A 3 0 9 0 7 Am m a r C o n s t r u c t i o n P. O . B o x 1 8 7 7 Ev a n s , G A 3 0 8 0 9 At t a c h m e n t B Ye s Y e s Y e s Y e s Ad d e n d u m s 1 - 2 Ye s Y e s Y e s Y e s Bi d B o n d Ye s Y e s Y e s Y e s Ba s e B i d $3 2 5 , 7 8 0 . 0 0 $ 1 8 7 , 2 6 5 . 0 0 $ 2 0 9 , 0 0 0 . 0 0 $ 1 9 0 , 0 0 0 . 0 0 Bi d I t e m # 1 0 - 1 1 1 Ne w H V A C R e p l a c e m e n t @ L a k e O l m s t e a d J u l i a n S m i t h C a s i n o Fo r t h e C i t y o f A u g u s t a - R e c r e a t i o n & P a r k s D e p a r t m e n t Bi d O p e n i n g D a t e : T u e s d a y , A p r i l 2 7 , 2 0 1 0 a t 3 : 0 0 p . m . No n - C o m p l i a n t Fa i l e d t o pr o p e r l y r e t u r n th e e n t i r e se c t i o n o f At t a c h m e n t B Pa g e 1 o f 2 Attachment number 4Page 1 of 2 Ve n d o r s : Mo d e r n H & A 16 0 7 O l d A p p l i n g Ha r l e m H i g h w a y Ha r l e m , G A 3 0 8 1 4 Ja c k s o n H V A C 10 2 F i v e N o t c h R d No r t h A u g u s t a , S C 29 8 4 1 HA S a c k C o m p a n y 16 0 1 H a r t r i c h R o a d Au g u s t a , G A 3 0 9 0 6 Oa k d a l e 31 6 U N C o u r t , S t e 2 Gr o v e t o w n , G A 3 0 8 1 3 Na c c i C S At t n : B o y d G w i n n P. O . B o x 1 5 6 9 Ha r l e m , G A 3 0 8 1 4 At t a c h m e n t B Ad d e n d u m s 1 - 2 Bi d B o n d Ba s e B i d Bi d I t e m # 1 0 - 1 1 1 Ne w H V A C R e p l a c e m e n t @ L a k e O l m s t e a d J u l i a n S m i t h C a s i n o Fo r t h e C i t y o f A u g u s t a - R e c r e a t i o n & P a r k s D e p a r t m e n t Bi d O p e n i n g D a t e : T u e s d a y , A p r i l 2 7 , 2 0 1 0 a t 3 : 0 0 p . m . Pa g e 2 o f 2 Attachment number 4Page 2 of 2 Attachment number 5Page 1 of 2 Attachment number 5Page 2 of 2 Attachment number 6Page 1 of 2 Attachment number 6Page 2 of 2 Commission Meeting Agenda 5/18/2010 5:00 PM Terminal Concessions Area Project Department:Augusta Regional Airport Caption:Motion to approve the selection of S. D. Clifton Construction and attached contract for the construction of the Terminal Concession Area. (Approved by Public Services Committee May 10, 2010) Background:On March 18, 2010, the City of Augusta’s Procurement Office received four bids for the Concession Renovation Project at the Augusta Regional Airport’s Passenger Terminal Facility. All bids were judged to be responsive. On March 25, 2010 the Augusta Aviation Commission awarded the contract to S. D. Clifton Construction, subject to execution of a contract and the appropriate bonds and insurance required by the specification and bid documents. The contract amount will be $287,016.00 as bid to include the add alternate. Analysis:Enclosed for your review is an unexecuted copy of an AIA Document A101 – 2007 Standard Form Agreement between Owner and Contractor. The document and its format have been reviewed by the Augusta Aviation Commission’s attorney and approved for execution. Financial Impact:The contract amount will be $287,016.00 as bid to include the add alternate.Funds currently exist and are budgeted for this project. Alternatives:Deny request. Recommendation:The approval of AIA Document A101 – 2007 Standard Form Agreement between Owner and Contractor with S.D. Clifton Construction, Inc., in the amount of $287,016.00 Funds are Available in the Following Accounts:551-08-1301/5412110 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 14 Attachment number 1Page 2 of 14 Attachment number 1Page 3 of 14 Attachment number 1Page 4 of 14 Attachment number 1Page 5 of 14 Attachment number 1Page 6 of 14 Attachment number 1Page 7 of 14 Attachment number 1Page 8 of 14 Attachment number 1Page 9 of 14 Attachment number 1Page 10 of 14 Attachment number 1Page 11 of 14 Attachment number 1Page 12 of 14 Attachment number 1Page 13 of 14 Attachment number 1Page 14 of 14 Commission Meeting Agenda 5/18/2010 5:00 PM Demolition of unsafe structure Department:License & Inspection Caption:Motion to approve an Ordinance providing for the demolition of a certain unsafe and uninhabitable structure in the West Augusta Neighborhood: 467 Boy Scout Road, (District 7, Super District 10); AND WAIVE 2ND READING. (Approved by Administrative Services Committee May 10, 2010) Background:The approval of this ordinance will provide for the demolition of the structure that has been determined to be dilapidated beyond repair and a public nuisance. The owner of the above referenced property has been requested to correct the property maintenance violations, and the violations were not corrected. By approving this ordinance the City will have the structure demolished, record a lien against the property in the amount of the costs incurred, and send the property owner a bill for payment that is due within 30 days of receipt. Analysis:Continuing the removal of dilapidated structures will signal to the public that neglected, unsafe and uninhabitable structures will not be allowed and that property owners will be held responsible for their properties. Financial Impact:The average total cost associated with the demolition of the property will be approximately $5,200.00. This includes the title search, asbestos survey, and demolition. Alternatives:Allow the unsafe structure to remain and continue to have a negative impact on the neighborhoods and City. Recommendation:Approval Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNT: Account # 101072910 / 5212999 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo ORDINANCE NO. _____________________ ORDINANCE TO PROCEED WITH DEMOLITION AND REMOVAL OF THE STRUCTURE ON PROPERTY LOCATED AT: 467 BOY SCOUT ROAD. TO REPEAL CONFLICTING ORDINANCES; AND FOR OTHER PURPOSES. BE IT ORDAINED BY THE AUGUSTA-RICHMOND COUNTY COMMISSION AND IT IS HEREBY ORDAINED BY THE AUTHORITY OF SAME AS FOLLOWS: Section I. That the following property has been identified by the Director of the Augusta – Richmond County License and Inspection Department as unfit for human habitation (or unfit for its current commercial or business use) and the cost of repair, alteration or improvement of said property exceeds one-half the value of property and that the said Director shall cause the structure located on hereinafter described property to be demolished and removed as ordered by Augusta-Richmond County Magistrate Court; and that said Director shall cause the costs of such removal and demolition for said property be entered upon the lien docket maintained in the office of Clerk of Augusta - Richmond County Commission and said Director shall otherwise proceed to effectuate the purpose of O.C.G.A. SS 41-2-7 through 41-2-17 with respect to said property, to-wit: • 467 BOY SCOUT ROAD, Augusta – Richmond County, Georgia, identified on Augusta- Richmond County Tax Map 25-2 as Parcel 34.03. Section II. This Ordinance shall become effective upon adoption. Section III. That all Ordinances and parts of Ordinances in conflict herewith are hereby repealed. Duly adopted this _________ day of ____________________, 2010. MAYOR________________________________ ATTEST:_______________________________ CLERK OF COMMISSION Attachment number 1Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM Local Vendor Preference Ordinance Department:Procurement Caption:Motion to approve the Local Vendor Preference language as proposed in the amendments to the Procurement portion of the Augusta, GA. Code. (Option 1)(Approved by Administrative Services Committee May 10, 2010) Background:The Administrative Services Committee directed the Procurement and Law Department to review both Augusta's current Local Vendor Preference Ordinance as written (Option 1) and the suggested modification provided by Commissioner Grantham (Option 2) and return with a recommendation. Analysis:After researching both options, the Procurment Department recommends the current Local Vendor Preference language (Option 1) and did not find supporting documentation to support Option 2. Research was provided via: 1. National Institute of Governmental Purchasers (NIGP) 2. In-State Preference Practices for all states listing Scope of Preference and Conditions. 3. Local Preference Codes from: Columbus, Savannah, Atlanta and Henry County, Georgia also included is Aiken, SC. Financial Impact:No Financial Impact. Alternatives:Decline to amend the Code at this time; or amend the Code with Option 2. Recommendation:Approve the current Local Vendor Preference language as proposed (Option 1). Funds are Available in the Following Accounts: N/A. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 35 Attachment number 1Page 2 of 35 Attachment number 1Page 3 of 35 Attachment number 1Page 4 of 35 Attachment number 1Page 5 of 35 Attachment number 1Page 6 of 35 Attachment number 1Page 7 of 35 Attachment number 1Page 8 of 35 Attachment number 1Page 9 of 35 Attachment number 1Page 10 of 35 Attachment number 1Page 11 of 35 Attachment number 1Page 12 of 35 Attachment number 1Page 13 of 35 Attachment number 1Page 14 of 35 Attachment number 1Page 15 of 35 Attachment number 1Page 16 of 35 Attachment number 1Page 17 of 35 Attachment number 1Page 18 of 35 Attachment number 1Page 19 of 35 Attachment number 1Page 20 of 35 Attachment number 1Page 21 of 35 Attachment number 1Page 22 of 35 Attachment number 1Page 23 of 35 Attachment number 1Page 24 of 35 Attachment number 1Page 25 of 35 Attachment number 1Page 26 of 35 Attachment number 1Page 27 of 35 Attachment number 1Page 28 of 35 Attachment number 1Page 29 of 35 Attachment number 1Page 30 of 35 Attachment number 1Page 31 of 35 Attachment number 1Page 32 of 35 Attachment number 1Page 33 of 35 Attachment number 1Page 34 of 35 Attachment number 1Page 35 of 35 Draft procurement Code 4/12/10 version Page 1 of 111 Article 1 General Provisions and Definitions Sec. 1-10-1. Purpose. Sec. 1-10-2. Application of this chapter. Sec. 1-10-3. Supplementary laws. Sec. 1-10-4. Good faith provision. Sec. 1-10-5. Public access to procurement information. Sec. 1-10-6. Preference for local suppliers, professional services and contractors. Sec. 1-10-7. Value analysis. Sec. 1-10-8. Compliance with state and federal requirement. Sec. 1-10-9. Definitions--Generally. Article 2 Reserved Article 3 Office of the Procurement Director Sec. 1-10-23. Authority and responsibility of procurement director. Sec. 1-10-24. Centralization of procurement function. Sec. 1-10-25. Contract Administration. Sec. 1-10-26. Unauthorized Contracts. Sec. 1-10-27. Conflicts of interests. Sec. 1-10-28. Gratuities and kickbacks. Sec. 1-10-29. Contingent Fees. Sec. 1-10-30. Penalties. Sec. 1-10-31. Reporting of anti-competitive practices to state. Article 4 Product Specifications Sec. 1-10-32. Purpose. Sec. 1-10-33. Types of specifications. Sec. 1-10-34. Maximum practicable competition. Sec. 1-10-35. Qualified products list. Sec. 1-10-36. Background information on vendors. Sec. 1-10-37. Product references in specifications. Sec. 1-10-38. Responsibility for specifications. Sec. 1-10-39. Inspection of purchases. Article 5 Requirements for Bidding or Proposing on Augusta-Richmond County Contracts Sec. 1-10-40. Responsibility of bidders and proposers. Sec. 1-10-41. Cost or pricing data. Sec. 1-10-42. Cost or price analysis. Attachment number 2Page 1 of 113 Draft procurement Code 4/12/10 version Page 2 of 111 Sec. 1-10-43. Bid and performance bonds when required. Sec. 1-10-44. Bid bonds. Sec. 1-10-45. Payment and performance bonds. Sec. 1-10-46. Insurance requirements. Sec. 1-10-47. Pre-qualifications of contractors. Article 6 Procurement Source Selection Methods and Contract Awards Sec. 1-10-48. Generally. Sec. 1-10-49. Purchase order. Sec. 1-10-50. Sealed bids selection method. Sec. 1-10-51. Request for proposals. Sec. 1-10-52. Sealed proposals. Sec. 1-10-53. Competitive Selection procedures for professional and consultant services. Sec. 1-10-54. Quotations or informal bids selection method (Standard and small purchases). Sec. 1-10-55. Banking services. Sec. 1-10-56. Sole source procurement. Sec. 1-10-57. Emergency procurement selection method. Sec. 1-10-58. Annual Contracts Sec. 1-10-59. Specific requirements/options for source selection method. Sec. 1-10-60. Rejection or cancellation of solicitations; negotiating; re- advertisement. Sec. 1-10-61. Multi-term contract. Sec. 1-10-62. Right to inspect facilities. Sec. 1-10-63. Right to audit records. Sec. 1-10-64. Rebidding or cancellation of existing contract. Sec. 1-10-65. Multiple Awards. Article 7 Local Small Business Opportunity Program Sec. 1-10-66. Short Title. Sec. 1-10-67. Objective. Sec. 1-10-68. Policy. Sec. 1-10-69. Definitions. Sec. 1-10-70. Application; effective date. Sec. 1-10-71. Program Administration Sec. 1-10-72. Registration and Certification procedures. Sec. 1-10-73. Local small business opportunities program participation Sec. 1-10-74. Exceptions ± Federally Funded Projects Attachment number 2Page 2 of 113 Draft procurement Code 4/12/10 version Page 3 of 111 Sec. 1-10-75. &LWL]HQ¶V6PDOO%XVLQHVV$GYLVRU\%RDUG Article 8 Suspension or Debarment of Bidder or Proposer Sec. 1-10-76. Authority to suspend or debar from qualified bidder/proposer list. Sec. 1-10-77. Causes for suspension and debarment. Sec. 1-10-78. Notice Sec. 1-10-79. Finality of decision Sec. 1-10-80%RDUGRI&RPPLVVLRQHU¶VLQLWLDWHGGHEDUPHQW Article 9 Appeals and Remedies Sec. 1-10-81. Procurement protests. Sec. 1-10-82. Filing of Protest Sec. 1-10-83. Decision by Procurement Director Sec. 1-10-84. Appeals Sec. 1-10-85. Time for Filing. Sec. 1-10-86. Request for Hearing and Effect of Untimely Appeal. Sec. 1-10-87. Notice of Hearing Sec. 1-10-88. Administrative Services Committee Hearing Procedure and Effect of Failure to Appear at Hearing. Sec. 1-10-89. Authority of Administrator to Participate Procurement Matters. Sec. 1-10-90. Hearing Procedures Sec. 1-10-91. Determination of Commission; Final Decision. Sec. 1-10-92. Contract claims Sec. 1-10-93. Augusta-Richmond County's right to amend bid solicitations or awards that are in violation of law. Article 10 Types of Contracts Sec. 1-10-94. Authority to approve, sign and execute contracts by type. Sec. 1-10-95. Public Works Contract Article 11 Cooperative Procurement Sec. 1-10-96. Cooperative procurement agreement. Sec. 1-10-97. Sale, acquisition, or use of supplies. Sec. 1-10-98. Cooperative use of supplies or services. Sec. 1-10-99. Joint use of facilities. Sec. 1-10-100. Use of state contracts. Sec. 1-10-101. Purchase of surplus and excess property. Attachment number 2Page 3 of 113 Draft procurement Code 4/12/10 version Page 4 of 111 Sec. 1-10-102. Waiver. Article 12 Contract Administration and Management Sec. 1-10-103. Purpose. Sec. 1-10-104. Augusta-Richmond County contracts and contract clauses. Sec. 1-10-105. Contract modification. Sec. 1-10-106. Bid security and performance bonds. Sec. 1-10-107. Contract performance and payment bonds. Sec. 1-10-108. Bond forms and copies. Sec. 1-10-109. Retainage. Sec. 1-10-110. Wage and requirements for federally funded projects. Sec. 1-10-111. Approval of accounting system. Sec. 1-10-112. Contractual provisions for worksite inspections. Sec. 1-10-113. Contractual provisions for auditing records. Article 13 Supplies and Fixed Assets Management Programs Sec. 1-10-114. Surplus supplies. Sec. 1-10-115. Fixed asset management. Sec. 1-10-116. Supplies management. Sec. 1-10-117. Severability. Sec. 1-10-117 through Sec. 1-10-999. Reserved. Attachment number 2Page 4 of 113 Draft procurement Code 4/12/10 version Page 5 of 111 Chapter 10 PROCUREMENT ARTICLE 1 GENERAL PROVISIONS AND DEFINITIONS Sec. 1-10-1. Purpose. The purpose of this Augusta-Richmond County Procurement Procedures is to provide detailed administrative procedures for implementation of procurement policies for Augusta-Richmond County. Further, the purpose of this article is to: (a) Simplify and consolidate the procurement procedures; (b) Provide for centralized procurement; (c) Ensure fair and equitable treatment of all persons involved in the procurement process; and (d) Foster competition in the public procurement process. This chapter shall contain all of the administrative rules, regulations, and procedures needed to purchase goods and services and provide other procurement services for Augusta-Richmond County government. (Ord. No. 6939, § 16, 1-2-07) Sec. 1-10-2. Application of this chapter. (a) The requirements of this chapter apply to contracts for the procurement of supplies, commodities, services, construction, professional, and consultant service products solicited or entered into by Augusta-Richmond County. It shall apply to every expenditure of public funds irrespective of the source of the funds. It shall also apply to the disposal of Augusta- Richmond County supplies and personal assets. (b) Nothing in this chapter shall preclude Augusta-Richmond Attachment number 2Page 5 of 113 Draft procurement Code 4/12/10 version Page 6 of 111 County from complying with the terms and conditions of any grant, gift, donation or bequest that are otherwise consistent with state and federal laws. Sec. 1-10-3. Supplementary laws. The principles of law and equity, including those relative to contract, agency, fraud, duress, coercion, mistake, bankruptcy, and Uniform Commercial Code of Georgia (O.C.G.A. 11-1-101 et. seq. as amended) and all other applicable Federal, State and local laws shall apply, as appropriate, to the procurement process. Sec. 1-10-4. Good faith provision. All parties involved in the negotiation, performance, or administration of Augusta-Richmond County contracts shall act in good faith. Good faith means honesty in fact in the conduct or transaction concerned and the observance of reasonable commercial standards of fair dealing. See O.C.G.A. § 11-2-201. Sec. 1-10-5. Public access to procurement information. (a) Contract files. Written records pertaining to a solicitation, award or performance of a contract or purchase order shall be maintained by the Procurement Director. (b) Retention. All procurement records shall be maintained and disposed of in accordance with the Records Retention schedule as established by the Augusta-Richmond County Commission. (c) Public access. Procurement information shall be considered public records to the extent required by the Georgia Open Records Act. A Request for Proposals (RFP) shall not become public record until the final contract is negotiated and awarded. Any financial, trade secrets or commercial data contained in Request for Proposals shall be considered privileged and confidential and shall not be disclosed. Sec. 1-10-6. Preference for local suppliers, professional services and contractors. Attachment number 2Page 6 of 113 Draft procurement Code 4/12/10 version Page 7 of 111 (a) Augusta-Richmond County encourages the use of local suppliers of goods, services and construction products whenever possible. Augusta-Richmond County also vigorously supports the advantages of an open competitive market place. Nothing in this Section shall be interpreted to mean that the Augusta-Richmond County Administrator or Procurement Director are 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 Procurement Director or using agency head to seek firms to quote on Augusta-Richmond County commodities, services and construction products, local firms should be contacted, if possible, first. Where the Procurement Director or using agency head believes that there may not be at least three (3) qualified informal bidders, quotes shall be sought from outside the Augusta market area. (c) In the event of a tie bid (see section 1-10-50 (h)), when all other factors are equal, the Augusta-Richmond County Administrator is encouraged to select the bid from within the local market area. The Administrator shall retain the flexibility to make the award of contract to a bidder outside of the local market area if there is sufficient evidence to support collusive bidding in favor of a local source. (d) (d) The local vendor preference policy shall be applied when the lowest bidder is within 5% or $10,000.00, whichever is less of the lowest non-local bidders. 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. (e) For the purposes of this section, "local bidder" shall mean a business which: (1) Has had a fixed office or distribution point in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for bids or quotes by Augusta; and (2) Holds any business license required by the Augusta-Richmond County Code AUGUSTA, GA. CODE; and Formatted: Font: 14 pt Formatted: List Paragraph, Indent: Left: 0", Hanging: 0.5", Numbered + Level: 1 + Numbering Style: a, b, c, « + Start at: 1 + Alignment: Left + Aligned at: 0.75" + Tab after: 1" + Indent at: 1", Tab stops: Not at Formatted: Font: 14 pt Formatted: List Paragraph, Indent: Left: 0", First line: 0" Formatted: List Paragraph, Indent: Left: 0", Hanging: 0.5", Numbered + Level: 1 + Numbering Style: a, b, c, « + Start at: 1 + Alignment: Left + Aligned at: 0.75" + Tab after: 1" + Indent at: 1", Tab stops: Not at Attachment number 2Page 7 of 113 Draft procurement Code 4/12/10 version Page 8 of 111 (3) Employees at least one full timefull-time employee, or two part timepart-time employees whose primary residence is in Augusta- Richmond County, or if the business has no employees, the business shall be at least 50% owned by one or more persons whose primary residence is in Augusta-Richmond County. (ef) The Procurement Director shall develop a program to routinely search out local firms that offer products or services which Augusta- Richmond County may purchase and encourage such firms to place themselves on the bidder's list. (fg) Certification as a local bidder. In order to be certified as a local bidder, a bidder must submit a completed application to the Department of Procurement, and the applicant must be approved and certified by the Department of Procurement. An eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. (gh) Criteria. To be certified as a local bidder, the eligible bidder must satisfy the following criteria: (1) The eligible bidder's principal place of business is located in Augusta-Richmond County; and (2) The eligible bidder has held a valid Augusta-Richmond County business license for at least six (6) months prior to the date of application; and (3) A majority of the employees based at the eligible bidder's location(s) in Augusta-Richmond County have been residents of Augusta-Richmond County for at least six months prior to the date of application. (hi) Term. The certification as a local bidder shall expire two (2) years from the date of the approval of the application. Following the expiration date, a business is no longer a local bidder. An eligible bidder must submit a new application for certification as a local bidder to the Procurement Director and establish that it continues to Attachment number 2Page 8 of 113 Draft procurement Code 4/12/10 version Page 9 of 111 meet the requirements contained in subparagraph (g) of this section in order to receive a bid preference on eligible local projects. (ij) Continuing obligations of eligible bidders certified as local bidders. Eligible bidders certified as local bidders shall be under a continuing duty to immediately inform the department of procurement in writing of any changes in the eligible bidder's business if, as a result of such changes, the eligible bidder no longer satisfies the requirements of subparagraph (g) of this section. (jk) Nothing in this section shall be interpreted to mean that the Augusta- Richmond County Administrator or Commission may abrogate the provisions of O.C.G.A. §§ 36-10-1 through 36-10-5, Public Works Contracts. This provision of Georgia law requires that all County public works contracts of forty thousand dollars ($40,000.00) 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 Augusta-Richmond County Administrator or Board of Commissioners may abrogate the provisions of the AUGUSTA, GA. CODE requiring public advertising before letting certain contracts. (Ord. No. 6890, § 1, 6-15-06; Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-7. Value analysis. (a) Purpose. A significant portion of the Augusta-Richmond County Annual Budget is committed each year to various purchase contracts such as raw materials, equipment, equipment parts or components, general supplies, and professional and non-professional services. Therefore, it is essential that maximum value be obtained for every public tax dollar spent. A proven technique for obtaining this goal is value analysis. (b) Definition of value analysis. Value analysis is the organized and systematic study of every element of cost in a part, material, or service to make certain it fulfills its function at the best value. It employs techniques which identify the functions the user wants from a product or service; establishes by comparison the appropriate cost for each function; then, it causes the required knowledge, creativity; and Attachment number 2Page 9 of 113 Draft procurement Code 4/12/10 version Page 10 of 111 initiative to be used to provide each function for that cost. (c) Application of value analysis to the procurement process. Value analysis is a study of function and the value of any service, material, or product established by the minimum cost of other available alternatives, materials, products, or services that will perform the same function. To achieve high value, emphasis must be placed on obtaining high use value at low cost. Sec. 1-10-8. Compliance with state and federal requirement. When the procurement transaction involves the expenditure of State or Federal funds, the transaction shall be conducted in accordance with any applicable mandatory State or Federal laws and authorized regulations which are not reflected in this chapter. Notwithstanding where State and Federal assistance or contract funds are used in procurement transaction, any applicable local requirements that are more restrictive than State or Federal requirements but not in conflict therewith shall be followed. Sec. 1-10-9. Definitions--Generally. The terms, phrases, words, and their derivations set forth below shall have the meaning given herein. Words not defined herein or within the Official Code of Georgia Annotated shall be interpreted so as to give them the meaning they have in common usage and to give this chapter its most reasonable application. Words used in the singular shall include the plural, and the plural the singular; words used in the present tense shall include the future tense. The words shall, will, and must are mandatory and not discretionary. The word may is permissive. (1) Agreement. The bargain of the parties in fact as found in their language or by implication from other circumstances including course of dealing or usage of trade or course of performance as provided in O.C.G.A. § 11-1-205 and § 11-2-208. Whether an agreement has legal consequences is determined by the provision of this title, if applicable; otherwise, by the law of contracts (O.C.G.A. § 11-1-103). (O.C.G.A. § 11-2-201) (2) Annual contract. Means any contract entered into for a period of one year or multiple one-year periods (including options to Attachment number 2Page 10 of 113 Draft procurement Code 4/12/10 version Page 11 of 111 renew for additional one year periods), with a vendor or contractor, to provide Augusta-Richmond County, upon request with a specified product or service, such as paving, concrete or office supplies at a predetermined rate or price. (3) Award. Means when legislation authorizing the award of a contract has been adopted by the Board of Commissioners and approved the execution of the contract by the Mayor; however no liability shall attach nor shall the contract be considered binding unless it has been duly executed by the contractor and returned with all required submittals including insurance and bonding, if applicable, executed by the Mayor; attested to by the Clerk and approved by General Counsel as to form. (4) Bid. An offer to perform a contract for work and labor or supplying materials or goods at a specified price. Or, an offer by an intending purchaser to pay a designated price for property which is about to be sold at auction. (5) Bid Bond. A type of bond required in public construction projects which are filed at the time of the bid and which protects Augusta-Richmond County in the event that the bidder refuses to enter into a contract after the award or withdraws its bid before the award. (6) Bidders List. Augusta-Richmond County's official list of qualified persons or vendors to be invited to respond to any type of invitation for bids or requests for proposals which shall be maintained by the Procurement Director. (7) Business. Any corporation, partnership, individual, sole proprietorship, joint stock company, joint venture, firm, or any other private legal entity. (8) Change Order. A formal document effecting a unilateral modification that alters the specification, delivery point, rate of delivery, period of performance, price, quantity, or other provision of any contract signed and issued by the Augusta- Richmond County Administrator or Procurement Director, Attachment number 2Page 11 of 113 Draft procurement Code 4/12/10 version Page 12 of 111 directing the contractor to make changes to the scope of work as authorized by the Augusta-Richmond County Commission. (9) Commodities. Those things that are useful or serviceable, particularly articles of merchandise moveable in trade, goods, wares, supplies, and merchandise of any kind. (10) Construction. The process of building, altering, repairing, improving, or demolishing any public structure or building, or other public improvements of any kind to any public real property. It does not include the routine operation, routine repair, or routine maintenance of existing structures, buildings, or real property. (11) Contract. Means all types of countyAugusta-Richmond County agreements, including purchase orders, regardless of what they may be called, for the procurement or disposal of supplies, services, construction, professional or consultant services and for the transfer of interests in real property. (12) Contract Administration. All activity necessary after award of a contract to administer a contract and to ensure full compliance with its terms, conditions, and scope of services. (13) Contract Documents. All documents which define the scope of the project, including but not limited to, the plans and specifications, advertisement for bids, instructions to bidders, the bid, the proposal, bonds, general conditions, special conditions, insurance and technical specifications. (14) Contract Modification. Any written alteration in specifications, delivery point, time and rate of delivery, period of performance, price, quantity or other provisions of any contract reached by mutual action of the parties to the contract. (15) Contractor and/or Sub-Contractor. Any person having a contract with Augusta-Richmond County, a using agency of Augusta-Richmond County, or a contractor thereof. (16) Cooperative Procurement. Acquiring commodities, services, Attachment number 2Page 12 of 113 Draft procurement Code 4/12/10 version Page 13 of 111 and construction by, or on behalf of, more than one public procurement agency. (17) Cost Analysis. The evaluation of cost data for the purpose of arriving at costs actually incurred or estimates of costs to be incurred, prices to be paid, and costs to be reimbursed. (18) Cost Data. The factual information concerning the cost of labor, material, overhead, and other cost elements which are expected to be incurred or which have been actually incurred by the contractor in performing the contract. (19) Cost-reimbursement Contract. A contract under which a contractor is reimbursed for costs which are allowable and in accordance with the contract terms and the provisions of this chapter, and a fee or profit, if any. (20) Board of Commissioners. The Board of Commissioners of Augusta-Richmond County which is the governing body of Augusta-Richmond County. (21) Mayor. The chief executive officer of Augusta-Richmond County who is authorized to sign all contracts for the Board of Commissioners. (22) Administrator. The chief appointed administrative officer of Augusta-Richmond County. (23) Days. Days mean calendar days. In computing any period of time prescribed by the Procurement Code, the first day shall not be counted but the last day shall be counted. If the last day falls on a Saturday or Sunday, the party shall have through the following Monday. When the last day falls on a legal holiday observed by the governing authority, the party shall have through the next day. (24) Debarment. Exclusion from contracting and subcontracting with Augusta-Richmond County for a specified period of time. (25) Designee. A duly authorized representative of a person holding Attachment number 2Page 13 of 113 Draft procurement Code 4/12/10 version Page 14 of 111 a superior position. (26) Discussions. As used in the selection process, means an exchange of information or other manner of negotiation during which the offeror and Augusta-Richmond County may alter or otherwise change the conditions, terms, and price of the proposed contract. Discussions may be conducted in connection with competitive sealed proposals, sole source, and emergency procurement. (27) Emergency. Any reasonably unforeseen circumstances, i.e. breakdown in major equipment, threatened termination or curtailment of an essential service, or development of a dangerous condition that creates an immediate threat to public health, welfare or safety. (28) Employee. An individual drawing a salary or wages from Augusta-Richmond County, whether elected or not; any non- compensated individual performing personal services for Augusta-Richmond County or any department, agency, commission, council, board, or any other entity established by the executive, legislative or judicial branch of Augusta- Richmond County; and any non-compensated individual serving as an elected official of Augusta-Richmond County. (29) Fault. Wrongful act, omission or breach. (30) Financial Interest. All direct ownership interests of the total assets or capital stock of a business entity where such ownership interest is ten (10) percent or more. (O.C.G.A. § 36- 67A-1). (31) Firm. Any individual, partnership, corporation, association, joint venture, or other legal entity permitted by law to practice or offer professional or consultant services. (32) Good Faith. Honesty in fact in the conduct or transaction concerned. (O.C.G.A. § 11-1-201). (33) Gratuity. A payment, loan, subscription, advance, deposit of Attachment number 2Page 14 of 113 Draft procurement Code 4/12/10 version Page 15 of 111 money, service, or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value is received. (34) Genuine. Free of forgery or counterfeiting. (O.C.G.A. § 11-1- 210). (35) Immediate family. Father, mother, son, daughter, brother, sister, grandparents or grandchildren, wife or husband, or the wife or husband of any of the preceding listed persons. (36) Interested party. Means an actual or prospective bidder, offeror, or contractor that may be aggrieved by the solicitation or award of a contract, or by the protest. (37) Invitation for Bids. An advertisement for the submission of bids for a particular project, item or goods whether attached or incorporated by reference. (38) Let (contracts). Award to one of several persons, who have submitted proposals (bids) therefore, the contract for erecting public works or doing some part of the work connected therewith, or rendering some other service to the government for a stipulated compensation. (39) Lowest and most responsive Bidder. The most responsive and responsible bidder or offeror as herein defined who has offered the requested goods, services, or construction for the lowest value. (40) May. Denotes the permissive. (41) Notice. Knowledge, or a notice or notification received by an individual or organization. Notice is effective for a particular transaction from the time when it is delivered to the individual it is addressed to or is delivered to any person in the organization conducting, or seeking to conduct business with Augusta-Richmond County. (O.C.G.A. § 11-1-201). (42) Notice to proceed. Written document issued by the Procurement Attachment number 2Page 15 of 113 Draft procurement Code 4/12/10 version Page 16 of 111 Director or her designee directing the contractor to proceed with the performance of the contract. (43) Offer. A proposal or bid submitted in response to a request for proposal (RFP) or invitation for bid (ITB). (44) Offeror. Any person submitting a response to a solicitation issued, including an informal request for quotes, a request for proposal or invitation for bids. (45) Organization. Includes a corporation, government or governmental subdivision or agency, business trust, estate, trust, partnership or association, two or more persons having a joint or common interest, or any other legal or commercial entity. (O.C.G.A. § 11-1-201). (46) Payment bond. A bond issued for the protection of all persons supplying labor and material to the contractor or subcontractors for the performance of the work specified in the contract. (47) Performance bond. A bond that insures that the contract will be completed in accordance with contract requirements. (48) Person. Any business, individual, union, committee, club, other organization, or group of individuals. (49) Pre-qualification. The process to determine whether a prospective bidder or proposer satisfies the criteria established for inclusion on the pre-qualified bidders or proposers list. (50) Price Analysis. The evaluation of price data, without analysis of the separate cost components and profit as in cost analysis, which may assist in arriving at prices to be paid and costs to be reimbursed. (51) Pricing Data. The factual information concerning prices for items substantially similar to those being procured. Prices in this definition refer to offered selling prices, historical selling prices, and current selling prices. The definition refers to data relevant to both prime and sub-contract prices. Attachment number 2Page 16 of 113 Draft procurement Code 4/12/10 version Page 17 of 111 (52) Procurement. Means buying, purchasing, renting, leasing, or otherwise acquiring any supplies, services or construction. It also includes all functions that pertain to the obtaining of any supply, service, or construction, including description of requirements, selection and solicitation of sources, preparation and award of contract, and all phases of contract administration. (53) Procurement Department. The department responsible for the expenditure of public funds for the procurement of commodities, services, or construction products. (54) Procurement Director. The department head of the Procurement Department responsible for the procurement of goods and services for Augusta-Richmond County. (55) Procurement Officer. Any person duly authorized to enter into and administer contracts and make written determinations with respect thereto. The term also includes an authorized representative acting within the limits of authority. (56) Product. Something produced by physical labor or intellectual effort, commodities, supplies, equipment, materials, goods, services and construction. (57) Product Reference. A specification limited to one or more items by manufacturers' names or catalog numbers to describe the standard of quality, performance, and other salient characteristics needed to meet CountyAugusta-Richmond County requirements, and which provides for the submission of equivalent products. (58) Professional and consultant services. Means those services within the scope of the practices of architecture, investment banking, professional engineering, planning, landscape architecture, land surveying, the medical arts, management and analysis, accounting or auditing, law, psychology or any other similar kind or type of professional practice. For purposes of this division, professional and consultant services shall not Attachment number 2Page 17 of 113 Draft procurement Code 4/12/10 version Page 18 of 111 include investment management services as defined by the laws of the State of Georgia. (59) Proposal. Means the solicited submission of information from a prospective offeror in accordance with the terms of the applicable request for proposals and applicable law. (60) Protest. Means a written statement concerning any unresolved disagreement or controversy arising out of the solicitation or award of a contract filed in accordance with the requirements of this Code. (61) Protestor. Means any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or the award of a contract and who files a protest. (62) Public procurement unit. The United States Government, any department, agency or division thereof, any city, county, town, and any subdivision of the State of Georgia or public agency of any such subdivision, public authority, educational, health, or other institution, any other non-profit entity which expends public funds for procurement or supplies, services, or construction. (63) Public Sale. A sale held to dispose of surplus Augusta- Richmond County property. (64) Public Works Contract. Any contract for an countyAugusta- Richmond County government public works project valued at forty thousand dollars ($40,000.00) or more as more fully defined in O.C.G.A. § 36-10-1 and Article X of this chapter. (65) Purchase. Includes taking by sale, discount, negotiation, mortgage, pledge, lien, issue or reissue, gift, or any other voluntary transaction creating an interest in property. (O.C.G.A. § 11-1-201). (66) Purchase Order. Written authorization requesting the selected vendor to deliver goods with payment to be made later. Attachment number 2Page 18 of 113 Draft procurement Code 4/12/10 version Page 19 of 111 (67) Qualified Products List. An approved list of commodities described by model or catalog numbers, which, prior to competitive solicitation, Augusta-Richmond County has determined will meet the applicable product specifications requirements. (68) Quotations or informal bids selection method. The method for procuring services, commodities or goods without the formality of a written proposal or sealed bid for purchases that do not exceed $10,000.00. (69) Requisition. The document submitted by a using agency requesting that a purchase be made on its behalf. Requisition includes, but is not limited to, a description of the requested commodity, service or construction product, delivery schedule, transportation data, criteria for evaluation, suggested sources of supply, and information supplied for the working of any written determination required by law or this Code. (70) Request for Proposals (RFP). All documents, whether attached or incorporated by reference, utilized for soliciting proposals. (71) Request for Qualifications (RFQ). A method used to predetermine the capacity of prospective bidders or proposers for a specific project prior to the issuance of a solicitation. (72) Responsible Bidder or Proposer. A person who has the capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment, and credit which will assure good faith performance. In considering whether a bidder is responsible, the Procurement Director, Augusta-Richmond County Administrator, using agency head, or Augusta-Richmond County Commission may consider the proposers or bidder's quality of work, general reputation in the community, financial responsibility, and previous employment or use by Augusta-Richmond County. (73) Responsive Bidder or Proposer. A person who has submitted a bid or proposal which conforms in all material respects to the Attachment number 2Page 19 of 113 Draft procurement Code 4/12/10 version Page 20 of 111 requirements set forth in the invitation for bids or request for proposal. (74) Sealed Bid. A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. (75) Sealed Proposal. A method for submitting a proposal for services or a combination of services and commodities on a proposed contract. (76) Services. The furnishing of labor, time or effort, not involving the delivery of a specific end product other than reports which are merely incidental to the required performance. This term shall not include employment agreements or collective bargaining agreements. (77) Small Business. A United States business which is independently owned and which is not dominant in its field of operation or an affiliate or subsidiary of a business dominant in its field of operation. (78) Solicitation. Means an invitation for bids, a request for proposals, a request for quotations or any other document issued by the Augusta-Richmond County concerning its soliciting bids or proposals to perform an Augusta-Richmond County contract or purchase order. (79) Sole Source. A written determination made by the Procurement Director indicating that there is only one source for the procurement of any goods, supplies, services, construction, manufacturer or product source and/or only one vendor source for the required commodities, services or construction products. (80) Specification. Any description of the physical or functional characteristics or of the nature of commodities, services, or construction products. It may include a description of any requirement for inspecting, testing, or preparing a commodity, service, or construction product for delivery. Attachment number 2Page 20 of 113 Draft procurement Code 4/12/10 version Page 21 of 111 (81) Substantial Interest. The direct or indirect ownership of more than twenty-five (25) percent of the assets or stock of any business. (O.C.G.A. § 45-10-20). (82) Supplies. Any goods, equipment, material or other personal property owned by Augusta-Richmond County and available for use by the personnel of the organization. (83) Surplus Supplies. Any Augusta-Richmond County owned supplies no longer needed having any use to Augusta- Richmond County as determined of official action of the Board of Commissioners. (84) Using Agency. Any department, commission, board, office, authority, or division of Augusta-Richmond County requiring commodities, services or construction products or professional or other consultant services. (85) Using Agency Head. The director or department head of a using agency that is responsible for the administration or such using agency. (86) Value Analysis. An organized and systemic study of every element of cost in a part, material, or service to make certain it fulfills its function at the best value. (87) Warranty Period. The period following final acceptance of the project during which the contractor/vendor is responsible for repair of any product, equipment and /or work not caused by vandalism or natural disaster. ARTICLE 2 Sec. 1-10-10 through 1-10-22 RESERVED* * Editors Note: Ord. No. 6239, § 2, adopted Jan. 18, 2000, repealed §§ Attachment number 2Page 21 of 113 Draft procurement Code 4/12/10 version Page 22 of 111 1-10-10--1-10-22 in their entirety. See the Code Comparative Table. __________ ARTICLE 3 OFFICE OF THE PROCUREMENT DIRECTOR Sec. 1-10-23. Authority and responsibility of procurement director. (a) Authority. The Procurement Director is designated as the principal public procurement official for Augusta-Richmond County, and shall be responsible for the procurement of commodities, services, construction, and professional service products in accordance with the AUGUSTA, GA.-RICHMOND COUNTY CODE and this chapter. (b) Duties. In accordance with the Augusta-Richmond County Code, tThe duties of the Procurement Director are further elaborated upon to include but are not be limited to: (1) Procuring or supervising the procurement of all commodities, services, construction, and professional and consultant service products needed by Augusta-Richmond County; (2) Acting to procure for Augusta-Richmond County the highest quality in commodities, construction and service products at the best value to Augusta-Richmond County; (3) Discouraging collusive bidding and endeavoring to obtain as full and open competition as possible on all purchases and sales; (4) Keeping informed of current developments in the field of procurement, prices, market conditions and new products, and secure for Augusta-Richmond County the benefits of research conducted in the field of procurement by other governmental jurisdictions, national technical societies, trade associations having national recognition, and by private businesses or organizations; (5) Prescribing and maintaining such forms as needed to operate Formatted: Small caps Attachment number 2Page 22 of 113 Draft procurement Code 4/12/10 version Page 23 of 111 the procurement program; (6) Preparing, recommending, and implementing standard procurement nomenclature for using agencies and product suppliers; (7) Preparing, adopting and properly maintaining a vendors' catalog file and qualified products list, if needed; (8) Exploring cooperative ventures and possibilities of buying in bulk so as to take full advantage of discounts; (9) Procuring for Augusta-Richmond County whenever possible all tax exemptions; (10) Cooperating with using agencies so as to secure for Augusta- Richmond County the maximum efficiency in budgeting and purchasing; (11) Recommending to the Administrator that product vendors who are irresponsible and non-responsive or default on contracts be debarred from receiving any business from Augusta-Richmond County for an appropriate period of time; (12) Exercising general supervision over all other inventories of supplies belonging to Augusta-Richmond County; (13) Establishing and maintaining programs for specifications development, contract administration, and inspecting, testing and acceptance, in cooperation with the public agencies using the commodities, services and construction products; (14) Working to ensure equal opportunity for disadvantaged all business owners; (15) Selling, trading, or otherwise disposing orf surplus supplies belonging to Augusta-Richmond County; (16) Prequalifying suppliers; Attachment number 2Page 23 of 113 Draft procurement Code 4/12/10 version Page 24 of 111 (17) Prequalifying products through the study of testing data; (18) Maintaining the official Augusta-Richmond County bidder's list; (19) Adopting operational procedures; (20) Contract administration; (21) Examining solicitation documents and contracts; (22) Resolving protests excepts as otherwise designated by the AUGUSTA, GA. CODE; and (23) Any other duty assigned by the Commission or Administrator that is within the intent and scope of duties set forth in the AUGUSTA, GA. CODE. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-24. Centralization of procurement function. (a) Except as otherwise required by law, the Procurement Director or designee shall solicit all bids or proposals for the procurement of commodities, services, and construction products, professional or consultant service products and personal property disposition for all using agencies of Augusta-Richmond County, except for certain purchases officially authorized to be made by an elected official or using agency head. (b) Augusta-Richmond County shall not be legally bound by any purchase order or contract made contrary to the provisions of the AUGUSTA, GA. CODE and this chapter. Except as may be specifically provided herein, it shall be a violation of this chapter for any officer or employee of Augusta-Richmond County or other person to order the purchase of any commodities, make contracts for any services, or dispose of any property within the purview of this chapter other than through the Augusta-Richmond County Administrator or Procurement Director. Any such purchase may be considered ultra vires. Violators shall be subject to penalties provided by law and/or in Article 3 of this Attachment number 2Page 24 of 113 Draft procurement Code 4/12/10 version Page 25 of 111 chapter the AUGUSTA, GA. CODE. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-25. Contract Administration. (a) Using Agency requirements. The Procurement Director shall maintain a close and cooperative relationship with using agencies; and shall afford each using agency reasonable opportunity to participate in and make recommendations with respect to procurement matters affecting the agency. The Procurement Director and the Department Head of the using agency shall consult with and seek technical assistance from professionals or persons within the agency having subject matter expertise and knowledge when drafting and developing solicitation documents. If the knowledge and expertise is not available in the using agency then the Procurement Director and/or the using agency shall consult and seek such technical skills and knowledge from other county Augusta-Richmond County departments or professionals. (b) Examination of solicitation documents and contracts: The Procurement Director and the using agency shall review each solicitation for accuracy prior to advertising. The Procurement Director and the using agency shall review each contract to determine the accuracy of the terms, conditions, substance and the inclusion of all required documents including insurance and bonding. Sec. 1-10-26. Unauthorized Contracts Liability of cityAugusta-Richmond County officers and employees for unauthorized contracts. If any officer or employee of Augusta-Richmond County shall create any actual legal liability against himself or herself or Augusta-Richmond County under the following circumstances: (a) Such officer or employee requests or knowingly permits any person to proceed or to continue with the performance of any construction or services for Augusta-Richmond County or to provide supplies to Augusta-Richmond County; and (b) The construction or service, or the provision of supplies was not duly Attachment number 2Page 25 of 113 Draft procurement Code 4/12/10 version Page 26 of 111 DXWKRUL]HGE\WKH0D\RURUWKH0D\RU¶VGHVLJQHHLQDFFRUGDQFHZLWK Augusta-Richmond County Charter and theis code of ordinances AUGUSTA, GA. CODE, prior to the performance of the construction, service, or provision of supplies, and such officer or employee knew or should have known such fact; and (c) The contractor or supplier expends money, incurs liability or otherwise acts to its financial detriment in reliance upon the representation of Augusta-Richmond County officer or employee involved; then in such event, if Augusta-Richmond County Administrator and department head, in the case of an employee, or the Mayor, in the case of an appointed official, as the case may be, determines that such circumstances exist, that there are no mitigating or extenuating factors sufficient to justify the actions of the officer of employee, and that just cause exists for the discharge of the offending officer or employee of Augusta-Richmond County then such offending officer or employee shall be discharged from his or her employment with Augusta-Richmond County subject to the labor- management relations ordinance where appropriate. (d) Nothing in this article or the AUGUSTA, GA. CODE shall be construed as a waiver of any defenses available to Augusta-Richmond County, including immunity. Sec. 1-10-27. Conflicts of interests. In accordance with this division it shall be unethical for any Augusta- Richmond cCounty officer or employee to participate directly or indirectly in the procurement process except in the following circumstances: (a) Procurement by competitive sealed bidding. Direct or indirect financial interest in or employment by or having any other interest in a business which is involved in a procurement with Augusta-Richmond County only through a competitive sealed bid shall not be a cause for a conflict of interest under this division. (b) Disposition of real property by competitive sealed bidding. Direct or indirect financial interest in or employment by or having any other interest in a business which is involved in the acquisition of real property disposed of by Augusta-Richmond County through Attachment number 2Page 26 of 113 Draft procurement Code 4/12/10 version Page 27 of 111 competitive sealed bidding shall not be a cause for a conflict of interest under this division. (c) Disclosure and determination of no adverse interest. Any countyAugusta-Richmond County officer or employee who has a direct or indirect financial interest in any procurement made other than by a competitive sealed bid shall disclose the nature of the financial interest to the Procurement Director. Augusta-Richmond County Administrator, in consultation with the Procurement Director and General Counsel shall make a written determination as to whether Augusta-Richmond County officer or employee has a conflict of interest that would prevent participation in such procurement. Sec. 1-10-28. Gratuities and kickbacks. (a) Gratuities. It shall be unethical for any person to offer, give or agree to give any employee or former employee or for any employee or former employee to solicit, demand, accept or agree to accept from another person a gratuity or an offer of employment in connection with any decisions, approval, disapproval, recommendation, preparation of any procurement, influencing the content of any specification or procurement standard, rendering of any advice, investigation or acting any advisory capacity or in any in any matter related to a contract, subcontract, solicitation or proposal. (b) Kickbacks. It shall be unethical for any payment, gratuity or offer of employment to be made by or on behalf of a subcontractor or contractor or any person associated therewith as an inducement for the award of a contract or subcontract. This prohibition against gratuities and kickbacks shall be contained in every solicitation and contract. (c) Former Employees. No former employee or officer shall participate directly or indirectly in an Augusta-Richmond County procurement for six (6) months after termination of employment or service with Augusta-Richmond County. Sec. 1-10-29. Contingent Fees. (a) Prohibition. It shall be unethical for a person to be retained or to retain a person to solicit or secure an countyAugusta-Richmond Attachment number 2Page 27 of 113 Draft procurement Code 4/12/10 version Page 28 of 111 County contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except for retention of bona fide employees of bona fide established commercial selling agencies for the purpose of securing business. (b) Contract clause required. Every countyAugusta-Richmond County contract or purchase order shall contain the clause prohibiting contingent fees, as follows: ³7KHYHQGRURUFRQWUDFWRURUILUPZDUUDQWVWKDWLWKDVQRWHPSOR\HGRU retained any company or person, other than a bona fide employee working for the vendor or contractor or firm, to solicit or secure this contract or purchase order; and that the vendor or contractor or firm has not paid or agreed to pay any person, company, association, corporation, individual or firm other than a bona fide employee working for the vendor or contractor or firms, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this agreement, For the breach or violation of the above warranty, and upon a finding after notice and hearing, Augusta-Richmond County shall have the right to terminate the contract or purchase order without liability, and, at its discretion, to deduct from the contract or purchase order price, or otherwise recover the fill amount of such fee, commission, percentage, gift or FRQVLGHUDWLRQ´ Sec. 1-10-30. Penalties. (a) Criminal penalties. To the extent that violations of the ethical standards of conduct set forth in this division constitute violations of state law or violations of Augusta-Richmond County standards of conduct set forth in section 1-1-8 of the AUGUSTA, GA. CODE, they shall be punishable as provided therein. Such penalties shall be in addition to the civil sanctions set forth in this division. Criminal, civil and administrative sanctions, against employees or non-employees which are in existence on the effective date of the ordinance from which this article derives shall not be impaired. (b) Sanctions. The Augusta-Richmond County Board of Commissioners is permitted to impose sanctions upon any employee or non-employee for violations of these provisions. Formatted: Small caps Attachment number 2Page 28 of 113 Draft procurement Code 4/12/10 version Page 29 of 111 (c) Employees. The AdministratorMayor, upon the recommendation of a Augusta-Richmond County Administrator Department Director may impose any one or more of the following sanctions on an employee for violations of the ethical standards of this division: (1) Oral or written warnings or reprimands; (2) Suspensions with or without pay for specified periods of time; or (3) Termination of employment. (d) Nonemployees. The MayorAdministrator, upon recommendation and approval by the Board of Commissioners, may impose one or more of the following sanctions on a non-employee for violations of the ethical standards: (1) Written warnings or reprimands; (2) Termination of contracts; or (3) Debarment or suspension as provided in Article 8. Sec. 1-10-31. Reporting of anti-competitive practices to state. Under this article, collusion and other anti-competitive practices among offerors are prohibited by countylocal, state and federal laws, and Augusta- Richmond County, therefore, establishes the following: (a) Certification of independent price determination. All offerors shall identify a person having authority to sign for the offeror who shall certify, in writing, as follows: "I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting an offer for the same supplies, services, construction, or professional or consultant services, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of countylocal, state and federal law and can result in fines, prison sentences, and civil damages awards. I agree to abide by all conditions of this solicitation and offer and certify that I am authorized to sign for this offeror." (b) Compliance with this subsection shall be considered met if the certification of independent price determination, as provided in this subsection, is set forth in an exhibit attached to the offer and Attachment number 2Page 29 of 113 Draft procurement Code 4/12/10 version Page 30 of 111 appropriate language incorporating the exhibit into the offer is set forth therein. (c) Reporting of anti-competitive practices. When for any reason collusion or other anti-competitive practices are suspected among any offerors, a notice of the relevant facts shall be transmitted to the State Attorney General by the Augusta-Richmond General Counsel for investigation. ARTICLE 4 PRODUCT SPECIFICATIONS Sec. 1-10-32. Purpose. The purpose of a specification is to provide a description and statement of the requirements of a product, components of a product, the capability or performance of a product, and/or the service or work to be performed to create a product. Sec. 1-10-33. Types of specifications. (a) Design. This specification describes and states the required functional, physical and quality characteristics of a product, components of products, or services. (b) Performance. This specification describes and states the intended use, operating conditions, specific features and characteristics, and performance capability of the product. For construction or services, a performance specification states the methods to be employee and/or standards to be met, specific starting and completion schedule, and frequency of the service to be performed to develop the final product. (c) Design/performance. This specification is a combination of types (a) and (b) described above. It is a complete description and statement of the required physical makeup, functionality, intended use, operating conditions, specific features and characteristics, and performance Attachment number 2Page 30 of 113 Draft procurement Code 4/12/10 version Page 31 of 111 capability of the product. (d) Service availability. If availability of service is to be a criteria for awarding a contract, the specifications shall clearly state that service availability may be considered in determining the most responsive bid, and the bidders shall be required to submit information concerning their ability to service and maintain the product or equipment. (e) A specification should be complete in its statement requirements. Other published specifications can be incorporated (e.g., Georgia D.O.T. Specifications, Underwriters Laboratory, etc.); however, original statements are preferable. A specification may also include provisions for testing and inspecting where necessary. Sec. 1-10-34. Maximum practicable competition. All specifications shall be drafted so as to promote overall economy for the purpose intended and encourage competition in satisfying Augusta- Richmond County's needs, and shall not be unduly restrictive. The procedures in this Section apply to all specifications including, but not limited to, those prepared for Augusta-Richmond County by architects, engineers, designers, draftsmen, and other consulting persons. Sec. 1-10-35. Qualified products list. (a) Augusta-Richmond County shall advertise at least once per fiscal year for vendors to register with the pProcurement dDepartment the products and services they wish to offer Augusta-Richmond County. Augusta-Richmond County shall keep an index of these vendors by name and the list shall be cross referenced for products and services. The vendor's name shall be kept for two (2) years or permanently if the vendor continues to offer bids. Records shall be kept as to the number of times a vendor is contacted for informal quotes and other bids. Upon the request of a vendor, the said vendor shall be added or deleted from the list. The use of such a list is not intended to restrict competition. Any vendor may submit, prior to product solicitation, a commodity, product or service to the Procurement Director for review and possible inclusion on the qualified products list. Attachment number 2Page 31 of 113 Draft procurement Code 4/12/10 version Page 32 of 111 (b) Vendors shall be removed from the vendor list for the reasons established by the Procurement Director, including, but not limited to: (1) Declining to offer bids for a two (2)- year period. (2) Failing to satisfactorily meet terms, agreements, or contracts made with the procurement department or the using agency. (3) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti- trust statutes, or any other crime which indicates a lack of business integrity or honesty. (4) Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsiveness and responsibility of a contractor, including the disbarment or VXVSHQVLRQIURPDYHQGRU¶VOLVWE\DQRWKHUJRYHUQPHQWDOHQWLW\ (5) Violating the standards as set forth in Article II hereof for conflicts of interest. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-36. Background information on vendors. The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. Sec. 1-10-37. Product references in specifications. (a) Use. Product references may be used in specifications, in conjunction with other descriptive narrative, when: Attachment number 2Page 32 of 113 Draft procurement Code 4/12/10 version Page 33 of 111 (1) No other design or performance specification or qualified products list is available; (2) Time does not permit the preparation of another form of purchase description; (3) The nature of the product or the nature of Augusta-Richmond County's requirements dictates the use of a brand name or equal reference in the specification; or (4) The use of a brand name or equal specification is in Augusta- Richmond County's best interests. (b) Designation of several products references. Product reference or equal specifications shall seek to identify as many different product references as are practicable, as or equal references and shall further state that substantially equivalent products to those designated will be considered for award, unless conditions warrant otherwise. (1) Unless otherwise authorized by the Administrator, product reference or equal specifications shall include a description of the particular design, functional, or performance characteristics which are required. (2) Where a product reference or equal specification is used in a solicitation, the solicitation shall contain explanatory language that the use of the product reference is for the purpose of describing the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition. (c) In all cases where brand name items are requisitioned by any department, the Procurement Director has the authority to determine whether similar products of equal quality offered for sale to Augusta- Richmond County at a lower price shall be ordered in lieu of the requisitioned brand name items. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-38. Responsibility for specifications. Attachment number 2Page 33 of 113 Draft procurement Code 4/12/10 version Page 34 of 111 The using agency shall be responsibility for acquiring specifications data for its procurements. Procurement personnel will assist with this task by providing copies of previously used specifications, brochures, or other reference materials. However, the Procurement office staff's primary responsibility is to develop the data provided by the using agency head into the proper format for the solicitation of bids, proposals, or quotations. Specifications. All specifications shall be drafted so as to promote free and open competition in satisfying the using ageQF\¶VQHHGVDQGVKDOOQRWEH unduly restrictive. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-39. Inspection of purchases. The procurement director, or his or her designee, in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The pProcurement dDirector may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications. (Ord. No. 6939, § 16, 1-2-07). ARTICLE 5 REQUIREMENTS FOR BIDDING OR PROPOSING ON AUGUSTA- RICHMOND COUNTY CONTRACTS Sec. 1-10-40. Responsibility of bidders and proposers. (a) Determination of responsibility. The level of responsibility of the bidder or proposer shall be ascertained for each contract awarded by Augusta-Richmond County based upon full disclosure to the Procurement Director concerning the person's capacity to meet the terms of the contract and based upon the person's past record of performance on similar contracts, the bidder's quality of work, general reputation in the community, financial responsibility, and previous Attachment number 2Page 34 of 113 Draft procurement Code 4/12/10 version Page 35 of 111 employment or use by Augusta-Richmond County. If an offeror who otherwise would have been awarded a contract is found non- responsible, a written determination of non-responsibility, setting forth the basis of the finding, shall be prepared by the Procurement Director or the using agency and submitted to the Procurement Director. The failure of an offeror to promptly supply information in connection with an inquiry with respect to the level of responsibility may be grounds for a determination of non-responsibility with respect to such bidder or offeror or proposer. A copy of the determination shall be sent promptly to the non-responsible offeror. The final determination shall be made a part of Augusta-Richmond County's contract file and be made a public record. (b) Right of nondisclosure. Except as required by the Open Records Act, information furnished by an offeror pursuant to this Section shall not be disclosed outside of the Procurement Department, or using agency, by Augusta-Richmond County staff without prior written consent by the offeror. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-41. Cost or pricing data. (a) Required submissions relating to the award of contract. A prospective contractor shall submit cost or pricing data when the contract is expected to exceed five thousand dollars ($5,000.00) and is to be awarded by competitive sealed proposals (section 1-10-52; Competitive Sealed Proposals), by sole source procurement authority (section 1-10-56; Sole Source Procurement), or by competitive selection procedures for professional and consultant services (section 1-10- 53). (b) Exceptions. The submission of cost or pricing data relating to the award of a contract is not required when: (1) The contract price is based on adequate price competition; (2) The contract price is based on established catalogue prices or market prices; Attachment number 2Page 35 of 113 Draft procurement Code 4/12/10 version Page 36 of 111 (3) The contract price is set by law or regulation; or (4) It is determined by the Procurement Director and approved by the Augusta-Richmond County Administrator, in writing, that the requirements of this Section may be waived, and the determination states the reasons for such waiver. (c) Required submissions relating to change orders or contract modifications. A contractor shall submit cost or pricing data prior to the approval of any change order or contract modification, including adjustments to contracts awarded by competitive sealed bidding, whether or not cost or pricing data was required in connection with the initial pricing of the contract, whenever the change or modification involves aggregate increases or aggregate decreases of five percent (5%) or more of original bid or proposal price. (d) Exceptions. The submission of cost or pricing data relating to the pricing of a change order or contract modification is not required when: (1) Unrelated and separately priced adjustments for which cost or pricing data would not be required are consolidated for administrative convenience; or (2) It is determined in a written report by the Procurement Director and approved by the Augusta-Richmond County Administrator that the requirements of subsection (c) hereof (Cost or Pricing Data; Required Submissions Relating to Change Orders or Contract Modifications) may be waived, and the determination states the reasons for such waiver. (e) Certification required. Any prospective or current contractor required to submit cost or pricing data in accordance with this Section shall certify that to the best of its knowledge and belief the cost or pricing data submitted was accurate, complete, and current, as of a mutually specified date prior to the award of the contract, or the pricing of the change order for contract modification. (f) Price adjustment provision required in contracts. Augusta-Richmond County contracts shall include a provision stating that when detailed Attachment number 2Page 36 of 113 Draft procurement Code 4/12/10 version Page 37 of 111 pricing data has been requested by Augusta-Richmond County and submitted by the offeror/contractor under the terms of the contract which is later found to be in error, that the price of the products charged to Augusta-Richmond County, including profit or fee, shall be appropriately adjusted. Such prices shall be accurate, complete, and current as of the date agreed upon between Augusta-Richmond County and the contractor. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-42. Cost or price analysis. A cost analysis or a price analysis, including life cycle costing as appropriate, may be conducted prior to award of a contract. If this technique is to be used, notice shall be provided the bidder/offeror in the bid solicitation or request for proposals. A written record of such cost analysis or price analysis shall be made a part of the contract file. Sec. 1-10-43. Bid and performance bonds when required. Bid and performance bonds or other security shall be requested for any contract as the Procurement Director, using agency head, and/or Administrator deem advisable to protect Augusta-Richmond County's interest under circumstances specified herein. Any such bonding requirements shall be set forth in the solicitation. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-44. Bid bonds. (a) Requirements. Bid security shall be required, primarily for construction contracts, when the value is estimated to exceed forty thousand dollars ($40,000.00). (b) Bid security shall be a bond provided by a surety company authorized to do business in the State of Georgia or the equivalent in cashier's or certified check (Checks shall be made payable to Augusta-Richmond County), or such other security as approved by the Augusta-Richmond General Counsel . (c) Nothing herein prevents the requirements of such security on Formatted: Font: Bold Attachment number 2Page 37 of 113 Draft procurement Code 4/12/10 version Page 38 of 111 construction and other purchases less than forty thousand dollars ($40,000.00) when the circumstances warrant such requirements as determined by the Procurement Director and using agency head. (b)(d) Amount. Bid security, when required, shall be in an amount equal to at least ten (10 percent (10%) of the amount of bid or an amount certain specified in the solicitation. (c)(e) The bid security of the three (3) lowest bidders shall be held until contract award. Securities posted by others will be returned shortly after receipt of bids. Except for the three (3) lowest bidders, unsuccessful bidders shall be entitled to the return of the bid security. Upon failure of a successful bidder to enter into a contract within an established time frame after Augusta-Richmond County tenders the proposed contract, the bidder shall forfeit the bid security. Upon approval of the contract by the Commission, the remaining bid securities shall be returned. (d)(f) Upon failure of an offeror to enter into a contract within ten (10) days after the contract is tendered by Augusta-Richmond County, the offeror's security is subject to forfeit. (e)(g) Rejection of bids/noncompliance with bid bond requirement. When the Invitation for Bids requires bid security, any bid submitted without such security shall be rejected and returned to the bidder with a written explanation of the action taken. (f)(h) Withdrawal of bids. If a bidder is permitted to withdraw a bid before award it is considered cause to forfeit bid security unless substantial evidence is presented clearly evidencing the mistake and hardship that would occur to the bidder. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-45. Payment and performance bonds. (a) Requirement and amount. When a contract for construction services is awarded in excess of forty thousand dollars ($40,000.00) the following bonds shall be delivered to Augusta-Richmond County, and shall become binding on the parties upon the execution of the Formatted: Indent: Left: 0", Hanging: 0.5", Numbered + Level: 1 + Numbering Style: a, b, c, « + Start at: 4 + Alignment: Left + Aligned at: 1.5" + Tab after: 1.75" + Indent at: 1.75", Tab stops: Not at 1" Formatted: Indent: Left: 0", Hanging: 0.5", Numbered + Level: 1 + Numbering Style: a, b, c, « + Start at: 4 + Alignment: Left + Aligned at: 1.5" + Tab after: 1.75" + Indent at: 1.75", Tab stops: Not at 1" Formatted: Indent: Left: 0", Hanging: 0.5", Numbered + Level: 1 + Numbering Style: a, b, c, « + Start at: 4 + Alignment: Left + Aligned at: 1.5" + Tab after: 1.75" + Indent at: 1.75", Tab stops: Not at 1" Formatted: Indent: Left: 0", Hanging: 0.5", Numbered + Level: 1 + Numbering Style: a, b, c, « + Start at: 4 + Alignment: Left + Aligned at: 1.5" + Tab after: 1.75" + Indent at: 1.75", Tab stops: Not at 1" Formatted: Indent: Left: 0", Hanging: 0.5", Numbered + Level: 1 + Numbering Style: a, b, c, « + Start at: 4 + Alignment: Left + Aligned at: 1.5" + Tab after: 1.75" + Indent at: 1.75", Tab stops: Not at 1" Attachment number 2Page 38 of 113 Draft procurement Code 4/12/10 version Page 39 of 111 contract: (1) A performance bond in the amount of 100% of the price specified in the contract executed by a surety company authorized to do business in the State of Georgia, and in a form and fashion satisfactory to Augusta-Richmond County,; and (2) A payment bond in the amount of 100% of the price specified in the contract executed by a surety company authorized to do business in the State of Georgia and in a form and fashion satisfactory to Augusta-Richmond County. (b) Nothing in this chapter shall prohibit Augusta-Richmond County from requiring other contractors or suppliers of professional services to comply with one or both bonding requirements if so determined by the Augusta-Richmond County Administrator, and/or using agency head, to be necessary. The same reserved authority applied to requiring other type bonds determined to be necessary and also requiring bonds on purchases for goods and services of any dollar amount less than forty thousand dollars ($40,000.00). (c) Reduction of bond amounts. Prior to the taking of bids, the Procurement Director and architect/engineer or project manager, upon approval of the Administrator, may reduce the amount of performance and payment bonds when a written determination is made that it is in the best interest of Augusta-Richmond County to do so, provided Georgia law does not mandate the amount of such bond. (d) Authority to require additional bonds. Nothing in this Section shall be construed to limit the authority of Augusta-Richmond County to require other security in addition to those bonds if warranted by the circumstances and other than specified in this Section. Sec. 1-10-46. Insurance requirements. Standard ranges and types of coverage shall be determined under the direction of the Augusta-Richmond County Administrator and advice of the Augusta-Richmond General Counsel, Risk Management, Finance Director, Procurement Director and other appropriate staff. General requirements shall be reviewed at least once annually. Insurance shall be required within Attachment number 2Page 39 of 113 Draft procurement Code 4/12/10 version Page 40 of 111 established ranges and for specific purposes for each solicitation and contract, except where otherwise provided for in thise AUGUSTA, GA. CODE. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-47. Request for Qualifications; Pre-qualifications of contractors. (a) The Procurement Director, in consultation with the Administrator and using agency head may determine that it shall be in the best interest of Augusta-Richmond County to pre-qualify offerors for contracts of a particular type. The imposed standards shall be met by any contractor who wishes submit a bid or proposal for the subject project. The contractor shall submit required data in order to obtain a fair and impartial determination of whether the pre-qualification standards have been met. When pre-qualification is required, only those contractors who submit the required pre-qualification information and who are actually pre-qualified to submit a bid or proposal for the proposed solicitation. (b) Public notice. Public notice of pre-qualification shall be given in the same manner as provided in section 1-10-50 (c). (c) Pre-qualification standards. The Procurement Director and affected using agency heads shall review all information submitted by the suppliers and, if necessary, require additional information. The standards set for pre-qualification shall include but not be limited to factors set forth in section 1-10- 50-Sealed Bids; Bid Acceptance and Bid Evaluation or section 1-10-52-Sealed Proposals; Evaluation and Selection. If the Procurement Director and Administrator determine that the contractor meets all standards, then the contractor shall be so pre-qualified. The contractor shall be notified in writing. (d) Failure to pre-qualify. Should a contractor not be pre-qualified, appropriate written notice shall be sent and the contractor may appeal such determination as provided in Article 9. (e) In no instance shall a contract be awarded from the solicitation of request for qualifications. Formatted: Small caps Attachment number 2Page 40 of 113 Draft procurement Code 4/12/10 version Page 41 of 111 ARTICLE 6 PROCUREMENT SOURCE SELECTION METHODS AND CONTRACT AWARDS Sec. 1-10-48. Generally. The following sections provide detailed information concerning the use of the seven (7) source selection methods available for use for the procurement of commodities, services and construction products for Augusta-Richmond County. The seven methods are: (1) sealed bids, (2) sealed proposals, (3) special services, (4) quotations or informal bids, (5) sole source, (6) emergency procurement and (7) annual contracts. Sec. 1-10-49. Purchase order. No officer or employee of Augusta-Richmond County shall request a vendor to deliver goods, merchandise, materials or supplies to Augusta-Richmond County except upon a regular purchase order issued by the procurement agent; however, the provisions of this subsection shall not apply to emergency purchases provided for in this section. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-50. Sealed bids selection method. (a) Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see section 1-10-52-Sealed Proposals; 1-10-53-Professional Services; 1-10-54-Quotations; 1-10- 56-Sole Source Procurement; and 1-10-57-Emergency Procurements, of this chapter). (b) Invitation for bids and specifications. 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 Formatted: Font: Bold Attachment number 2Page 41 of 113 Draft procurement Code 4/12/10 version Page 42 of 111 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. (c) Public notice and bidder's list. Adequate public notice of the invitation for bids shall be given in reasonable time, not less than ten (10) working days prior to the date set forth therein for the receipt of bids. (1) Public works type contracts (defined per Georgia State Law, Code Section 36, Chapter 10, as contracts necessary to build or repair any courthouse, jail, bridge, causeway, or other public works) with values that equal or exceed forty thousand dollars ($40,000.00), shall be advertised at least once weekly for at least four (4) weeks prior to opening of bids. (2) Public notice shall include publication for three (3) days within a ten (10) day period in the legal gazette and in local minority owned or newspapers. The public notice minimally shall state the place, date, and time of pre-bid conference and/or bid opening, where specification documents may be obtained, and a brief description of the purchase or sale. (3) The Procurement Director shall also directly solicit sealed bids from all responsible prospective suppliers whose names appear on the Augusta-Richmond County Bidders' List which the Procurement Director shall maintain. (d) Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders Attachment number 2Page 42 of 113 Draft procurement Code 4/12/10 version Page 43 of 111 registered for the procurement action. (e) Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. 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 recorded; the record and each bid shall be open to public inspection in accordance with Section 1-10-5 (Public Access to Procurement Information). (f) Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. (g) Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsibility and 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 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. (gh) Correction or withdrawal of bids. Correction or withdrawal of inadvertently erroneous bids 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) The bidder may withdraw the bid, prior to bid opening, without revealing the amount of the bid, by submitting a new sealed bid and providing written notice of such withdrawal. (3) After the bid opening, corrections to bids shall be permitted only as to bid price and only to the extent that the bidder can Attachment number 2Page 43 of 113 Draft procurement Code 4/12/10 version Page 44 of 111 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. (4) In lieu of bid correction, a low bidder alleging a material mistake of fact may be permitted to withdraw its bid if: (i) Such error in the calculation of the bid can be documented by clear and convincing written evidence; (ii) Such error can be clearly shown by objective evidence drawn from inspection of the original work papers, documents, or materials used in the preparation of the bid sought to be withdrawn; (iii ) The bidder serves written notice upon the Procurement Director either prior to the award of the contract and or not later than forty-eight (48) hours after the opening of bids, excluding Saturdays, Sundays and legal holidays; (iv) The bid was submitted in good faith and the mistake was due to a calculation or clerical error, an inadvertent omission or typographical error as opposed to an error in judgment; and (v) The withdrawal of the bid will not result in undue prejudice to Augusta-Richmond County or other bidders by placing them in a materially worse position than they would have occupied if the bid had never been submitted. (5) In the event that an apparent successful bidder has withdrawn his or her bid as provided in subsection (3) of this Code section, action on the remaining bids should be considered as though the withdrawn bid had not been received. In the event the project is re-let for bids, under no circumstances shall a bidder who has filed a request to withdraw a bid be permitted to resubmit a bid for the work. Attachment number 2Page 44 of 113 Draft procurement Code 4/12/10 version Page 45 of 111 (6) No bidder who is permitted to withdraw a bid pursuant to subsection (3) of this Code section shall for compensation supply any material or labor to, or perform any subcontract or other work agreement for, the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. (O.C.G.A. § 13-10-22). (7) 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. (8) 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 Augusta- Richmond County or the bidder in the event of award. (h) Tie bids. In the event two or more bidders are tied in price while otherwise meeting all of the required conditions, the bid shall be awarded to the business which is located within Augusta-Richmond County, or if not within the above, within the State of Georgia. Where no bidder is located in Augusta-Richmond County or in the State of Georgia, this method does not result in the awarding of a bid, the Procurement Director shall call a public forum, cause each bidder or stand-in to write the name of the bidder on paper and placed in a container, the winner to be determined by drawing lots. (i) Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. (j) In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform the Formatted: Indent: Hanging: 0.5" Attachment number 2Page 45 of 113 Draft procurement Code 4/12/10 version Page 46 of 111 contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, (7) The quality, availability, and adaptability of the supplies or services to the particular use required, and (8) The number and scope of conditions attached to the bid by the bidder. (jk) Award to other than low bidder. When the award is not given to the lowest most responsive and responsible bidder, a full and complete statement of the reasons for awarding the purchase order or other contract shall be prepared and signed by the Procurement Director and/or Administrator and made part of the record file. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-51. Request for proposals. Request for proposals 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 proposal opening. (b) Content of the proposals submitted by competing persons shall not be Attachment number 2Page 46 of 113 Draft procurement Code 4/12/10 version Page 47 of 111 disclosed during the process of the negotiations. (c) Proposals shall be open for public inspection only after the award is made. (d) Proprietary or confidential information, marked as such in each proposal, shall not be disclosed without the written consent of the offeror. (e) Discussions may be conducted with responsible persons submitting a proposal determined to have a reasonable chance of being selected for the award. These discussions may be held for the purpose of clarification to assure a full understanding of the solicitation requirement and responsiveness thereto. (f) 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 proposals, there shall be no disclosure of any information derived from the other persons submitting proposals. Sec. 1-10-52. Sealed proposals. (a) Conditions for use. The competitive sealed proposals method may be utilized when the Augusta-Richmond County Administrator approves the written justification of the Procurement Director or using agency head that the sealed bid method is not in the best interest of Augusta- Richmond County. Generally, this method may be used when competitive sealed bidding (involving the preparation of detailed and specific specifications) is either not practicable or not advantageous to Augusta-Richmond County. (b) Request for proposals. Competitive sealed proposals shall be solicited through a request for proposals (RFP). (c) Public notice. Adequate public notice of the request for proposals shall be given in the same manner as provided in section 1-10- 50(c)(Public Notice and Bidder's List); provided the normal period of time between notice and receipt of proposals minimally shall be Attachment number 2Page 47 of 113 Draft procurement Code 4/12/10 version Page 48 of 111 fifteen (15) calendar days. (d) Pre-proposal conference. A pre-proposal conference may be scheduled at least five (5) days prior to the date set for receipt of proposals, and notice shall be handled in a manner similar to section 1-10-50(c)-Public Notice and Bidder's List. No information provided at such pre-proposal conference shall be binding upon Augusta- Richmond County unless provided in writing to all offerors. (e) Receipt of proposals. Proposals will be received at the time and place designated in the request for proposals, complete with bidder qualification and technical information. No late proposals shall be accepted. Price information shall be separated from the proposal in a sealed envelope and opened only after the proposals have been reviewed and ranked. The names of the offerors will be identified at the proposal acceptance; however, no proposal will be handled so as to permit disclosure of the detailed contents of the response until after award of contract. A record of all responses shall be prepared and maintained for the files and audit purposes. (f) Public inspection. The responses will be open for public inspection only after contract award. Proprietary or confidential information marked as such in each proposal will not be disclosed without written consent of the offeror. (g) Evaluation and selection. The request for proposals shallould state the relative importance of price and other evaluation factors that will be used in the context of proposal evaluation and contract award. (Pricing proposals will not be opened until the proposals have been reviewed and ranked). Such evaluation factors may include, but not be limited to: (1) The ability, capacity, and skill of the offeror to perform the contract or provide the services required; (2) The capability of the offeror to perform the contract or provide the service promptly or within the time specified, without delay or interference; Attachment number 2Page 48 of 113 Draft procurement Code 4/12/10 version Page 49 of 111 (3) The character, integrity, reputation, judgment, experience, and efficiency of the offeror; (4) The quality of performance on previous contracts; (5) The previous and existing compliance by the offeror with laws and ordinances relating to the contract or services; (6) The sufficiency of the financial resources of the offeror relating to his ability to perform the contract; (7) The quality, availability, and adaptability of the supplies or services to the particular use required; and (8) Price. (h) Selection committee. A selection committee, minimally consisting of representatives of the procurement office, the using agency, and the Administrator's office or his designee shall convene for the purpose of evaluating the proposals. (i) Preliminary negotiations. Discussions with the offerors and technical revisions to the proposals may occur. Discussions may be conducted with the responsible offerors who submit proposals 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 proposals 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 proposals submitted by competing offerors. (j) From the date proposals are received by the Procurement Director through the date of contract award, no offeror shall make any substitutions, deletions, additions or other changes in the FRQILJXUDWLRQRUVWUXFWXUHRIWKHRIIHURU¶VWHDPVRUPHPEHUVRIWKH RIIHURU¶VWHDP (k) Final negotiations and letting the contract. The Committee shall rank Attachment number 2Page 49 of 113 Draft procurement Code 4/12/10 version Page 50 of 111 the technical proposals, open and consider the pricing proposals submitted by each offeror. Award shall be made or recommended for award through the Augusta-Richmond County Administrator, to the most responsible and responsive offeror whose proposal is determined to be the most advantageous to Augusta-Richmond County, taking into consideration price and the evaluation factors set forth in the request for proposals. No 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 this Section and Article 10, section 1-10- the other applicable sections of this chapter. (Ord. No. 6939, § 16, 1-2-07). 1-10-53. Competitive selection procedures for professional and consultant services. As used in this section professional and consultant services, such as those provided by architects, engineers, attorneys, investment banking, professional engineering, planning, landscape architects, land surveying, the medical arts, management and analysis, accounting or auditing, psychology or any other similar kind or type of professional practice which are normally obtained on a fee basis. (a) Conditions for use. The Procurement Director, upon the request or recommendation of the using agency, shall procure professional and consultant services, in accordance with this section. (b) Statement of qualifications. The Procurement Director shall request and maintain statements of interest from persons interested in providing professional and consultant services that shall include a statement of qualifications and performance data for such persons. Each using agency shall encourage professional and consultant firms, which desire to provide services to the agency, to submit statements of qualifications to Procurement Director. Procurement Director may specify a uniform format for statements of qualifications. Persons may amend these statements at any time by filing a new statement. Any person placed on the qualifications list shall be removed if found in violation of any provision of this article or if such person is found in default under any contract with Augusta-Richmond County. Attachment number 2Page 50 of 113 Draft procurement Code 4/12/10 version Page 51 of 111 (c) Public notice. When requested by the using agency, Procurement Director shall issue public notice for requests for proposals from professional and consultant offerors as provided in 1-10-50 (c). (d) Selection. Procurement Director, in consultation and upon the recommendation of the head of the using agency, shall select from among the offerors no less than three (3) offerors (the "short-listed offerors") deemed to be the most responsible and responsive; provided, however, that if three (3) or less offerors respond to the solicitation, this requirement will not apply. The selection of the short- listed offerors shall be made in order of preference. From the date proposals are received by Procurement Director through the date the contract is awarded, no offeror may make substitutions, deletions, additions or other changes in the configuration or structure of the offeror's teams or members of offeror's teams prior to award. The selection criteria shall include, but not be limited to, those contained in subsection 1-10- 52 (g) and the following: (1) Previous experience demonstrating competence to perform work or services involved in the solicitation; (2) Past performance of previous contracts with respect to time of completion and quality of work; (3) The fee or compensation demanded for the services; (4) The ability to comply with applicable laws; (5) The ability to comply with the schedule of the commencement and completion of the services, as required by Augusta- Richmond County; (6) The financial ability to furnish the necessary bonds to the extent necessary; (7) The financial condition of the offeror; and (8) The ability to provide staffing of management personnel, satisfactory to Augusta-Richmond County. (e) Negotiations and award. Procurement Director shall negotiate a contract with the most responsible and responsive short-listed offeror at compensation that Procurement Director determines in writing to be fair and reasonable to Augusta-Richmond County. In making this decision, Procurement Director shall take into account the estimated value, the scope, the complexity and the professional nature of the services to be rendered. Should Procurement Director be unable to Attachment number 2Page 51 of 113 Draft procurement Code 4/12/10 version Page 52 of 111 negotiate a satisfactory contract with the offeror considered to be the most responsible and responsive at a price for Procurement Director determines to be fair and reasonable to Augusta-Richmond County; negotiations with that offeror shall be terminated. Procurement Director shall then undertake negotiations with the second most responsible and responsive short-listed offeror. If negotiations with the second most responsible and responsive short-listed offeror are unsuccessful, negotiations shall be terminated and Procurement Director shall then undertake negotiations with the third most responsible and responsive short-listed offeror. Should Procurement Director be unable to negotiate a contract with any of the short-listed offerors, Procurement Director and the using agency may select from the additional offerors that were not short-listed in order of their responsibility and responsiveness and Procurement Director may continue negotiations in accordance with this section until an agreement is reached. Sec. 1-10-54. Quotations or informal bids selection method (Standard and small purchases). (a) Conditions for use. Any standard or small purchase contract or purchase order for supplies, services, and construction not exceeding ten thousand dollars ($10,000.00) in total value may be made in accordance with the purchase procedures authorized in this Section and other applicable provisions of this Article. Contract requirements shall not be artificially divided so as to constitute a small purchase under this Section. (b) Request for quotations and specifications. Requests for quotations may be issued in writing or by telephone for purchases less than ten thousand dollars ($10,000.00). In either case, specifications shall be prepared describing the item or service in a form suitable for an appropriate vendor response. (1) Informal oral bid quotations. Quotes from a minimum of three (3) sources shall be obtained. Maximum purchase under this system is to be five thousand dollars ($5,000.00), including sales tax. Vendor quotes are to be noted on the requisition for retention. The procurement requirement shall not be artificially Attachment number 2Page 52 of 113 Draft procurement Code 4/12/10 version Page 53 of 111 divided so as to constitute a purchase to be made by this method. (2) Informal written bid quotations. Solicitation for written bid quotes shall be obtained from three (3) sources, if available, from the vendor list. The maximum purchase under this system is to be five thousand dollars ($5,000.00), including sales tax. (3) Selection is to be made from the list in the following manner: (i) Low bidder on last quote; (ii) Next vendor on list; (iii) Repeat procedure until all vendors have been asked to quote; (iv) Begin new rotation of vendors by using the last low bidder on quote. (c) Public notice. Notice in the form of advertisements is not required. However, no less than three (3) vendors/contractors shall be directly solicited, if available, to submit quotations. (d) Receipt of quotations. Quotations shall be scheduled for receipt at a date, time and place certain. The amount of each quote and such other relevant information as the Procurement Director deems appropriate, together with the name of each offeror shall be recorded. The record of each quote shall be open to public inspection in accordance with section 1-10-5 (Public Access to Procurement Information). (e) Evaluation. Quotations shall be evaluated based on the requirements set forth in the request for quotations, which may include bidder 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 quoted price and be considered in evaluation forward shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. No criteria may be used in the evaluation processes Attachment number 2Page 53 of 113 Draft procurement Code 4/12/10 version Page 54 of 111 that are not set forth in the request for quotations or other notice. (f) Correction or withdrawal of quotes. Correction or withdrawal of inadvertently erroneous quotes before or after the evaluation of the quotes may be permitted under the circumstances described in section 1-10-50(g) (Correction or Withdrawal of Bids). (g) Tie quotes. Shall be handled in the manner described in section 1-10- 50 (h) (Tie Bids). (h) Award. Award shall be made to the most responsible and responsive bidder offering the lowest acceptable quotation. The names of the person submitting quotations and the date and amount of each quotation shall be recorded and maintained as a public record. Written quotations are advisable but not expressly required. (i) Agency purchases under five hundred dollars ($500.00)/authority of using agency. Procurement of an item or article which does not exceed five hundred dollars ($500.00), including any sales tax, shall be exempt from the bid process except that, where applicable, contract vendors shall be used unless substitution is approved in writing and in advance by the Procurement Director. Further, the procurement requirements shall not be artificially divided so as to constitute a small purchase. A reasonable effort shall be made to negotiate price agreements that will cover much of the small purchase volume. For purchases of five hundred dollars ($500.00) or less in value the using agency head may issue a Purchase Order to acquire commodity and service products. The using agency shall obtain adequate and reasonable competition for the supply, service, or construction being purchased. Further, the using agency head shall require the preparation and maintenance of written records adequate to document the competition obtained, properly account for the funds expended, and facilitate an audit of the small purchase made. Small purchases under five hundred dollars ($500.00) may be made by the elected official or using agency head of all using agencies as follows: (1) Where the purchase does not exceed five hundred dollars ($500.00) and a Using Agency Purchase Order is prepared and presented to the vendor. Attachment number 2Page 54 of 113 Draft procurement Code 4/12/10 version Page 55 of 111 (2) A copy of the purchase order shall be forwarded to Finance and Procurement notifying the Director of Finance and Procurement of the purchase and requesting payment to be made from funds previously allocated to such using agency. (j) Limitations on small purchases made by using agencies. When small purchases are made by the using agency head pursuant to Subsection (i), the following requirements shall be met: (1) Such purchases are limited to goods and minor services where no contract exists or goods are not stocked by Augusta- Richmond County. No equipment and furniture purchases are authorized under subsection (i); (2) The Using Agency Purchase Orders and original invoices shall be prepared and signed by an authorized party at the using agency level and forwarded to Finance for further processing; (3) Purchases shall not be divided artificially to constitute a small purchase; and (4) Using agencies are responsible for checking the availability of funds prior to making any small purchase. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-55. Banking services. (a) Vendor and payroll accounts. Requests for Proposals shall be solicited as provided in section 1-10-52 of this chapter for each of these accounts. (b) Accounts other than vendor and payroll accounts. (1) Requests for Proposals shall be solicited as provided in section 1-10-52 of this chapter for each such account. (2) As provided in section 1-10-6, local banks shall be contacted first. For purposes of this section, local banks shall be defined as those banking institutions with a full service banking location in Augusta-Richmond County. Attachment number 2Page 55 of 113 Draft procurement Code 4/12/10 version Page 56 of 111 Sec. 1-10-56. Sole source procurement. (a) Notwithstanding other provisions in this Article, whenever it shall be made to appear that by reason of design, capacity, compatibility with other equipment or with machinery, purpose, function or other characteristics an item of procurement required by Augusta-Richmond County or one of its departments is obtainable only from one source, the item may be procured by the Procurement Department through negotiation from the source from which it is available without the necessity of bids or proposals. (b) Before any item may be obtained under the provisions of this section, however, the requisitioning agency must accompany its requisition for the order with a statement specifying in reasonable detail the reasons why the item should be procured by sole source. This specification of reasons shall be in writing and shall be attached to the requisition at the time it is transmitted to the procurement officer and shall demonstrate due diligence in determining if other sources exist. The due diligence review shall include the research of available sources, contact with professional and trade associations related to the supply, service or construction item or professional or consultant service. There shall also be a written determination which states the sources reviewed, the name of the contractor and the terms of the agreement reached including terms and prices. (c) If the Augusta-Richmond County Administrator, upon considering the requisition and the substantiation therefore, determines that the item should be purchased by sole source procurement and the cost thereof does not exceed ten thousand dollars ($10,000.00), the Administrator may approve such procurement. If the item exceeds ten thousand dollars ($10,000.00) in cost, and the Administrator determines that sole source procurement is appropriate, the requisition shall be referred to the Commission for action. (d) The Procurement Director shall conduct the negotiations as to the terms of the sole source. (e) The Procurement Director shall draft a letter of justification for the sole source and place in the contract file. Attachment number 2Page 56 of 113 Draft procurement Code 4/12/10 version Page 57 of 111 (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-57. Emergency procurement selection method. Notwithstanding any other provisions of this chapter, the Procurement Director, Augusta-Richmond County Administrator or constitutional officer may make or authorize others to make emergency procurement of equipment, supplies, services, general construction, or public works type construction services when there exists a threat to public health, welfare, or safety, or where daily operations are affected; provided that such emergency procurement shall be made with such competition as is practicable under the circumstances. As soon as practicable, a record of each emergency procurement shall be made and shall set forth the contractor's name, the amount and type of the contract, a listing of the item(s) procured under the contract, and the identification number of the contract file. A written report explaining the determination of the basis for the emergency and for the selection of the particular contractor shall be included in the contract file, and a copy of same provided the Augusta-Richmond County Commission at their next regular meeting in the case of public works contracts as defined by Georgia State Law or other Augusta-Richmond County purchases when the value of the purchase exceeds ten thousand dollars ($10,000.00). In the event an emergency should arise after office hours or on holidays or weekends which requires immediate action on the part of the using agency involved and where it is not possible or convenient to reach the Procurement Director, constitutional officer, or Administrator, the using agency head is authorized to make purchases. Such purchases shall be well documented, packaged for payment, and forwarded to the Procurement Director within twenty-four (24) hours, if possible, after occurrence. In the event the Board of Commissioners of Richmond County determines at an open meeting of which minutes are recorded, that an emergency exists, and there is an immediate need for goods, materials or supplies to relieve said emergency, the Board of Commissioners shall be allowed to approve purchases without bids in the event the Board has determined an emergency exists, but all such declarations of emergency shall be in strict accordance with applicable State law defining `emergency'." (1975 Ga. Laws p. 4334 as amended). (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-58. Annual Contracts. Attachment number 2Page 57 of 113 Draft procurement Code 4/12/10 version Page 58 of 111 Upon approval of an annual contract by the Augusta Richmond Board of Commissioners for supplies and services to a particular vendor or vendors, any using agency may order supplies or services under such annual contract pursuant to an individual project or purchase order. Sec. 1-10-59. Specific requirements/options for source selection method. Encumbrance of funds. The Procurement Director shall not execute any contracts or purchase orders, except in the case of certain emergency purchases, until the Finance Department staff certifies, after pre-audit, that there is to the credit of the using agency concerned a sufficient unencumbered appropriation balance, in excess of all unpaid obligations, to defray the amount of the purchase. Sec. 1-10-60. Rejection or cancellation of solicitations; negotiating; re- advertisement. (a) Conditions for use. An invitation for bids/quotes, a request for proposals, or other solicitation may be canceled, or any or all bids may be rejected in whole or in part as may be specified in the solicitation, when it is for good cause and in the best interest of Augusta-Richmond County. The reasons thereof shall be made part of the contract file. Each solicitation issued by Augusta-Richmond County shall state that the solicitation may be canceled and that any bid or proposal may be rejected in whole or in part for good cause when in the best interest of Augusta-Richmond County. Notice of cancellation shall be sent to all businesses solicited. The notice shall identify the solicitation, explain the reason for cancellation and, where appropriate, explain that an opportunity will be given to compete on any re-solicitation or any future procurement of similar items. (b) Authority to reject/cancel. If the value of the bid is $10,000 or greater, tThe Augusta-Richmond County Commission has Augusta-Richmond County Commission shall have the authority to reject/cancel any and all bids. If the bid/quote is less than $10,000, the Administrator shall have the authority to reject/cancel any and all bids, quotes and proposals. The Administrator shall also have the authority to reject/cancel any and all bids, quotes and proposals but may only do Attachment number 2Page 58 of 113 Draft procurement Code 4/12/10 version Page 59 of 111 so with the authorization of the director of the effected user department.. (c) Negotiating. If the low responsive and responsible bid for the project exceeds available funds as certified by the Finance Department staff, and such bid does not exceed such funds by more than twenty percent (20%), the Augusta-Richmond County Administrator and the Procurement Director are authorized, when time permits, or economic considerations preclude further re-solicitation of work of a reduced scope, to negotiate an adjustment of the bid price with the low responsive bidder, in order to bring the bid within the amount of available funds. Any such negotiated adjustment shall be based only upon eliminating independent deductive items specified in the invitation for bids. (d) Re-advertisement. In the event that the negotiating process set forth in subparagraph (c), above, is unsuccessful, the Procurement Director may, in the alternative, re-advertise for the purpose of receiving a new set of bids. Therefore, if the lowest and best bid exceeds the budgeted amount and the Augusta-Richmond County Commission does not appropriate additional funds, the Procurement Director may readvertise for bids after making sufficient changes in the specifications to bring the project within budget. Sec. 1-10-61. Multi-term contract. (a) Maximum period. A contract for services or supplies may be entered into for a period up to five (5) years, provided that the term of the contract and the conditions for renewal or extension, if any, is included in the solicitation and funds are available for the balance of the then current fiscal year. Payment and performance obligations for succeeding fiscal periods shall be subject to the availability and appropriation of funds. All multi-year contracts shall contain a clause which terminates the contract at the beginning of a fiscal year when funds are not appropriated by the Commission for continuation of the contract for that fiscal year. (b) Determination prior to use. Prior to the utilization of a multi-term contract, it shall be determined in writing: Attachment number 2Page 59 of 113 Draft procurement Code 4/12/10 version Page 60 of 111 (1) that estimated requirements cover the period of the contract and are reasonably firm and continuing; and (2) that such a contract will serve the best interest of Augusta- Richmond County by encouraging effective competition or otherwise promoting economies in procurement. (c) Cancellation due to unavailability of funds in succeeding fiscal periods. All multi-term contracts shall include provisions providing that when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be canceled with appropriate notice. (d) Renewal of contract. At least ninety (90) days prior to the expiration of any term of a multi-term contract, the using agency shall submit to the Augusta-Richmond County Administrator, a report of the performance of the contract and the agency's recommendation as to the renewal of the contract. The Administrator, after consultation with the using agency and review of the report, and upon appropriate approval, shall renew the contract if renewal is in the best interest of Augusta-Richmond County. All other requirements of this Section must be met in order to consummate a renewal. (e) Expiration and extension. Contracts being considered for renewal or re-bid may be extended by the Administrator for a period of time not exceeding ninety (90) days. Any extensions are subject to the availability of funds and mutual agreement of the vendor/contractor and Augusta-Richmond County. Sec. 1-10-62. Right to inspect facilities. Official representatives of Augusta-Richmond County shall have the right to inspect facilities of a vendor at any reasonable time which is related to the performance of any contract award, bid on or to be awarded by Augusta- Richmond County. Sec. 1-10-63. Right to audit records and contracts. (a) Official representatives of Augusta-Richmond County may, at reasonable times and upon reasonable written notice to vendor, Attachment number 2Page 60 of 113 Draft procurement Code 4/12/10 version Page 61 of 111 inspect the official records of the person or firm pertaining to a contract, change order, or purchase order with Augusta-Richmond County when such inspection is required by law, or is authorized by the Administrator in writing as being in the public interest. (b) Contract audit. Augusta-Richmond County shall be entitled to audit the books and records of a contractor or subcontractor under any negotiated contract or subcontract, other than a firm fixed-price contract to the extent that such books, documents, papers and records relate to the performance of such contract or subcontract. Such books and records shall be maintained by the contractor for a period of three years from the date of final payment under the prime contract and by the subcontractor for a period of three years from the date of final payment under the subcontract, unless a shorter period is authorized in writing. Sec. 1-10-64. Rebidding or cancellation of existing contract. In the event a vendor is unwilling or unable to perform a contract or the vendor gives written notice of cancellation of an existing contract, the Procurement Director may immediately pursue a replacement of said contract either by formal or informal bid procedure as is appropriate, with the approval of the Augusta-Richmond County Administrator. The Procurement Director may accept a next lowest bidder. The options selected shall be the most advantageous to Augusta-Richmond County. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-65. Multiple awards; limitations on multiple awards. (a) Multiple awards. Unless otherwise provided in this section, or unless otherwise provided by law, two or more offerors may be awarded separate county contracts, at the discretion of the Administrator, on the basis of one solicitation for the same or similar work, supplies or services if Augusta-Richmond County reserves the right to do so in the solicitation. Multiple contracts may be awarded, in the discretion of the Administrator for the procurement of annual contracts for supplies, annual contracts for construction and annual contracts for services. The solicitation shall also include a statement that Augusta- Richmond County may, in its discretion, elect to award only one contract if the procurement director, after consultation with the head Attachment number 2Page 61 of 113 Draft procurement Code 4/12/10 version Page 62 of 111 of the using agency, determines in writing that one contract is sufficient for the needs anticipated by Augusta-Richmond County at the level of quality desired. Awards shall be made in accordance with the provisions of this article. Notwithstanding anything contained in this section, however, if multiple awards are not anticipated in a solicitation prior to the deadline established for receipt of bids, proposals or quotations, multiple awards shall not be made under that solicitation. (b) Prohibition against multiple awards for the procurement of construction or services that are not annual contracts. Except as provided in subsection (a) of this section, or unless otherwise provided by law, multiple county contracts shall not be awarded under one solicitation for the procurement of construction or services which are not annual contracts. (c) Inapplicability. This section shall not apply to the grant agreements, inter-governmental agreements or emergency procurements. ARTICLE 7 LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM Sec. 1-10-66. Title. This Ordinance is UHIHUUHG WR DV WKH ³Augusta-Richmond County Local Small Business Opportunities Program 2UGLQDQFH´ ³/6%23´  Sec. 1-10-67. 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 (LSB) 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. Attachment number 2Page 62 of 113 Draft procurement Code 4/12/10 version Page 63 of 111 Sec. 1-10-68. Policy, Intent and Purpose. (a) 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-5LFKPRQG&RXQW\¶VFRQWUDFWLQJDQGSURFXUHPHQWDFWLYLWLHV 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. $XJXVWD¶V/RFDO6PDOO%XVLQHVV2SSRUWXQLWLHV3URJUDPVKDOOFRPSO\ with federal and state requirements applicable to small or disadvantaged business, including but not limited to those requirements set forth by regulation by the Federal Aviation Administration, U.S. Department of Defense, U.S. Department of Housing & Urban Development, and the Georgia Department of Transportation. It is expressly recognized that such federal and state UHJXODWLRQVSUHHPSW$XJXVWD¶VUHJXODWLRQVUHJDUGLQJWKLVVXEMHFW (b) Intent and Purpose. The Augusta-Richmond County Local Small Business Opportunity Program is established to encourage equal opportunity, diversity, and equity in Augusta-Richmond County¶s contracting and procurement activities. In a race- and gender-neutral manner, the Program will promote fair and equal opportunities for all local small businessesLSBs. It is specifically intended that the encouragement of local small businessesLSB will allow for the development and growth of such businesses to increase competition for construction and procurement opportunities. Attachment number 2Page 63 of 113 Draft procurement Code 4/12/10 version Page 64 of 111 (1) It is the intent and purpose of this program to encourage equal opportunity in Augusta-Richmond County¶s contracting and procurement and to eliminate discrimination and the effects of past discrimination therein. (2) It is also the intent and purpose of this program to encourage the use of the Local Small Business Opportunity Program, which will have the benefit to Augusta-Richmond County of assisting the local economy with job formation while remedying the discrimination against minority owned business enterprises in the Augusta-Richmond County contracts and procurement in a race- and gender-neutral manner. (3) It is also the intent and purpose of the LSBOP to develop evidence relevant to whether future race and gender conscious programs are necessary to remediate the effects of past or current discrimination, as required by applicable laws. Sec. 1-10-69. Definitions. (a) Generally. Those definitions set forth in Chapter 10 of the Code of Ordinances shall also apply to this Article, except as provided in this section. (b) Specifically. (1) Citizen¶s Small Business Advisory Board (CSBAB). Is a council to advise the Commission and DBE CoordinatorLocal Small Business Coordinator of matters pertaining to this section, and to meet with small businesses to review and advise as to the issues in program administration. See Consolidation Act, Ga. Laws 1995, p. 3648, § 1-40. Members are appointed by the Mayor, Commission and the Richmond County Legislative Delegation to the Georgia General Assembly. A list of the appointees is maintained in the Clerk of &RPPLVVLRQ¶V2IILFHDQGLVLQFRUSRUDWHGKHUHLQE\UHIHUHQFH (2) Commercially Useful Function. For the purpose of determining whether a registered Local Small Business is performing a commercially useful function, the Local Small Attachment number 2Page 64 of 113 Draft procurement Code 4/12/10 version Page 65 of 111 Business Office shall consider all of the facts in the record, viewed as a whole, including without limitation the following: (i) A Local Small Business performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. (ii) To perform a commercially useful function, the Local Small Business must be responsible, with respect to material and supplies used on the contract or sub-contract for which it is engaged, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. (iii) A Local Small Business does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of Local Small Business participation. In determining whether a Local Small Business is such an extra participant, the Local Small Business Office will examine similar transactions, particularly those in which Local Small Businesses do not participate. (3) Good Faith Efforts. Techniques used by a bidder/proposer to seek Local Small Businesses to participate as a subcontractor or supplier required to fulfill the bid/proposal request for participation. Such good faith efforts of a bidder/proposer include, but are not necessarily limited to, the following actions: (i) Including qualified lLocal Ssmall Bbusinesses /6%¶V in WKHSULPHFRQWUDFWRU¶VVROLFLWDWLRQVIRUVXEFRQWUDFWRUVDQG suppliers. (ii) Assuring that local small businesses/6%¶V are solicited whenever such business enterprises can perform a commercially useful function. Attachment number 2Page 65 of 113 Draft procurement Code 4/12/10 version Page 66 of 111 (iii) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation of local small businesses/6%¶V. (iv) Establishing delivery schedules, where the requirements of the prime contract permit, which encourage participation of local small businesses/6%¶V. (v) Using the services and the assistance of the Local Small Business Office in the identification of qualified LS%¶Vlocal small busineese and negotiating subcontracts and supply contracts with such enterprises. (vi) Requiring each first tier subcontractor to take the affirmative steps outlined in sub paragraphs 1 through 5 above with respect to the identification and usage of second or third tier sub-contractors. (vii) Placing notices of opportunities for qualified /6%¶Vlocal small business to perform subcontracting work on the eligible project in newspapers, trade journals, and other relevant publications, including publications specifically targeted to local small businesses, or communicating such notices of opportunities via the Internet or by other available media or means. (viii) Designating portions of the work for LSBlocal small businesses subcontracting in trades with available LSBlocal small business subcontractors. (ix) Providing a minimum of five (5) days notice to /6%¶Vlocal small businesses when requesting bids or proposals for furnishing material or services as a subcontractor or supplier. (4) Gross Receipts. Total income or, in the case of sole SURSULHWRUVKLSJURVVLQFRPHSOXV³FRVWRIJRRGVVROG´DVWKHVH terms are defined or reported on Internal Revenue Service (IRS) Federal tax return forms; Form 1120 for corporations; Form 1120S for Subchapter S corporations; Form 1065 for partnerships; and Form 1040, Schedule F for farm or Schedule C for sole proprietorships. Attachment number 2Page 66 of 113 Draft procurement Code 4/12/10 version Page 67 of 111 (5) Joint Venture. An association of two or more businesses to carry out a single business enterprise for profit for which purpose they combine their property, capital, efforts, skills, and knowledge. (6) Local Small Business (RU ³/6%´). A corporation, sole proprietorship, partnership or other business organization that meets the requirements for registration as such with Augusta- Richmond County in accordance with Section 1-10-64 of this code. (7) Monthly Utilization Report or MUR. A memorialization by a prime contractor of all subcontracting and Local Small Business participation utilized on a contract. Contractors/vendors are required to submit the Monthly Utilization Reports on all subcontracting participation to the Local Small Business Office. (8) Non-Discrimination Statement. Written affirmation made by a ELGGHUUHODWLQJWRWKHELGGHU¶VFRQGXFWSULRUWRVXEPLVVLRQRID bid as well as after award of a contract that the bidder agrees to: (i) Follow the policies of Augusta-Richmond County relating to the participation of /6%¶Vlocal small businesses. (ii) Undertake certain measures to ensure the maximum practicable participation by /6%¶V local small businesses; and (iii) Not engage in discriminatory conduct against local small businesses /6%¶V inconsistent with the policy. (9) Personal Net Worth. Net value of the assets of an individual owner, after total liabilities are deducted must not exceed seven KXQGUHGDQGILIW\WKRXVDQGGROODUV  $QLQGLYLGXDO¶V3HUVRQDO 1HW :RUWK GRHV QRW LQFOXGH WKH LQGLYLGXDO¶V ownership interest and the indiviGXDO¶V HTXLW\ LQ KLV RU KHU SULPDU\ SODFH RI UHVLGHQFH  $Q LQGLYLGXDO¶V 3HUVRQDO 1HW Worth includes his or her share of assets held jointly with the Attachment number 2Page 67 of 113 Draft procurement Code 4/12/10 version Page 68 of 111 LQGLYLGXDO¶VVSRXVH3URSHUW\KHOGE\WKHHQWLUHWLHVLVGHHPHG to be owned equally by the spouse. (10) Prime Contractor. A person or firm who is awarded a contract from Augusta-Richmond County for provision of goods or services and has the primary responsibility for performance of the contract. The Prime Contractor may subcontract portions of the work required to Subcontractors, as indicated in the bid or solicitation documents. (11) Registered Local Small Business. Any business entity registered by the Local Small Business Office, providing goods or services, which has its principal office and place of doing business in Augusta-Richmond County; with gross annual receipts being less than $500,000; and whose owners meet the personal net worth threshold, all as defined herein. The term Local Small Business shall also include a manufacturer with seventy-five (75) employees or less or wholesaler with fifty (50) employees or less without regard to gross revenues. (12) Schedule of local small businessLSB Participation. Written data sheet which is a required submittal for a bid or proposal that lists proposed local small business LSB subcontractors and the estimated value of proposed sub-contracts. Sec. 1-10-70. Application; effective date. This ordinance shall apply to all bids, proposals, contracts, expenditures and purchases commenced by Augusta-Richmond County except sole source or emergency procurement. The effective date of this ordinance shall be the date it is approved by the Augusta-Richmond County Commission. Sec. 1-10-71 . Program Administration. (a) SERVICES TO BE PROVIDED BY THE LOCAL SMALL BUSINESS OPPORTUNITIES PROGRAM (LSBOP). The DBE CoordinatorLocal Small Business Coordinator shall have the primary responsibility to assure that the LSBOP is effectively and equitably carried out in Augusta-Richmond County. The DBE CoordinatorLocal Small Business Coordinator shall direct the LSBOP so as to work in partnership with the Procurement Program set forth in Chapter 10 of ARC Code. Other Augusta-Richmond County officials Formatted: Font: Italic Attachment number 2Page 68 of 113 Draft procurement Code 4/12/10 version Page 69 of 111 and management personnel shall give their full cooperation towards the implementation of the program. (B) PROGRAM. The Local Small Business Opportunities Program administration consists of performing vendor registration, education and outreach, and review of bid and proposal documents. Specifically, the program shall consist of: (1) Developing and administering local small business LSB registration criteria and procedures. (2) Establishing and maintaining a directory available to the public of registered local small businesses LSBs capable of supplying the type and quality of equipment, supplies, general services, construction, and professional services required by Augusta- Richmond County. (3) Regularly seeking out and registering new local small businesses /6%¶Vto bid on Augusta-Richmond County purchases and solicitations. (4) Notifying vendors of their registration status and advising non- registered parties of their right to appeal which shall be filed with Augusta-Richmond County Administrator within seven (7) days of receipt of such notice. (5) Developing annual forecasts and periodically updating same based on a review of anticipated purchases and certified /6%¶V local small businesses. (6) Monitoring and reporting on legislative and judicial actions relevant to local, small business interests. (7) Reviewing specifications and bid documents with the Procurement Department to ensure maximum opportunities for registered local small businesses LSBs to compete on an equal basis for contracting opportunities and to perform commercially useful functions. Attachment number 2Page 69 of 113 Draft procurement Code 4/12/10 version Page 70 of 111 (8) Convening and/or participating in information sessions with local small businesses /6%¶V regarding bid requirements and contract performance. (9) Providing technical assistance, conducting seminars, visiting vendors, and performing other outreach services to encourage and increase participation in Augusta-5LFKPRQG &RXQW\¶V bidding process by /6%¶V local small businesses. (10) Exploring and developing other means of expanding the program, and attracting and increasing local small business LSB participation including joint efforts with other governmental agencies and authorities. (11) Refer local small businesses /6%¶Vto third party development assistance providers when appropriate for bonding, financial and technical assistance. (12) Attend pre-bid, pre-qualification or pre-proposal conferences to provide information on the LSBOP. (13) Preparing and presenting an annual LSBOP report to the Augusta-Richmond County Commission. (14) Assist prime contractors and other potential bidders in identifying and contacting LSBS local small businesses. (15) Develop outreach programs specifically targeted to educate local small businesses LSBs about the LINK DEPOSIT PROGRAM. (16) DBE CoordinatorLocal Small Business Coordinator shall work with User Departments to set contracting goals for each project over $100,000 to include those with subcontracting and/or supplier possibilities. DBE CoordinatorLocal Small Business Coordinator and User Departments shall have the authority to reduce or eliminate such local small business LSB goals on a project based on the type of contract, the type of subcontracting work that will be required, and the availability of LSB local small businesses. (17) At Risk Management Construction Project Prime bidders will also be subject to the contract goals for subcontractors. Attachment number 2Page 70 of 113 Draft procurement Code 4/12/10 version Page 71 of 111 (18) Augusta-Richmond County shall indicate goals for local small businesses LSB in Project Specific solicitations over $100,000 to provide opportunities for local small business LSB participation. (19) Where a bid provides a goal for local small business LSB participation, the Local Small Business Office and User Department shall recommend a bidder be awarded a contract only where the bidder has demonstrated Good Faith Efforts to meet the designated goals. (c) Procurement Department Responsibilities. (1) Notify all registered vendors of formal bid opportunities through direct solicitation or public advertisement, including information on the LSBOP. (2) Work with project managers or user agencies to divide larger projects into smaller projects or contracts when commercially appropriate, in order to create more opportunities for local small businesses /6%¶V to participate in contracts let by Augusta-Richmond County. (3) Provide data and technical assistance to support the outreach efforts of the LSBOP as necessary and appropriate. (4) Develop and utilize specifications that are open and competitive. (5) The Procurement Director, in consultation with the DBE CoordinatorLocal Small Business Coordinator, the Using Agency and the Finance Director, may make special provision for progress payments as deemed reasonable to assist local small businesses /6%¶Vto carry out the terms of a contract. (6) When a local small business LSB is awarded a contract with Augusta-Richmond County, the Procurement Director may furnish written confirmation of the same, providing the terms of the contract which may be used by the local small business LSB in negotiating lines of credit with lending institutions. Formatted: Justified Attachment number 2Page 71 of 113 Draft procurement Code 4/12/10 version Page 72 of 111 (D) EVALUATION OF THE LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM BY AUGUSTA-RICHMOND COUNTY COMMISSION. The Local Small Business Opportunities Assistance Program shall be evaluated on an annual basis. Each annual report shall be compiled by the DBE CoordinatorLocal Small Business Coordinator and shall compare the fiscal year ending with the previous fiscal year. Evaluation of the program may include: (1) Number of local small businessLSB firms certified or registered; (2) Training and technical assistance offered to LSBs local small businesses; (3) Dissemination of LSBOP information at pre-bid conferences; and (4) Evaluation of the effectiveness of the local small business LSB in relation to the achievement of Augusta-5LFKPRQG&RXQW\¶s goals set forth under this policy, including the utilization of local small businesses /6%¶V on contracts. Sec. 1-10-72. REGISTRATION AND CERTIFICATION PROCEDURES. (A) REGISTRATION CRITERIA; ACCEPTANCE OF CERTIFICATION BY OTHER GOVERNMENTAL AGENCIES. The Augusta-5LFKPRQG &RXQW\¶V /RFDO 6PDOO %XVLQHVV Opportunities Program requires prior registration or evidence of current certification of a Local Small Business in order to count the participation of that Local Small Business toward program goals. Eligibility requirements for registration are: (1) Certification as to small business status may be accepted from other local governmental, state or federal agencies that apply criteria substantially similar to that imposed by this ordinance. (2) Applicant firm must complete an appropriate application form obtained from the Local Small Business Office and must qualify as a local small business, as the term is defined in this Attachment number 2Page 72 of 113 Draft procurement Code 4/12/10 version Page 73 of 111 Article as to principle place of business, gross annual receipts and personal net worth thresholds. (3) Applicant firm must have its principal place of business in Augusta-Richmond County. A location utilized solely as a post office box, mailbox, mail drop, virtual office, telephone message center, or any combination thereof, with no substantial work function, shall not be deemed to be a significant local presence sufficient to qualify as a local small business. (4) Applicant firm must possess a valid Augusta-Richmond County business license for six (6) months prior to submitting their LSBOP registration application; (5) 7KHILUP¶VWKUHH-year average annual gross receipts, as defined herein, must not exceed $1.5 million in annual gross receipts; (6) Applicant firm owner must be a citizen or lawfully admitted permanent resident of the United States; (7) Applicant firm must be a business, including a sole proprietorship, partnership, corporations, limited liability company, or any other business or professional entity: (i) which is at least fifty-one (51) percent owned by one (1) or more of the applicant individuals identified, and the ownership must have been in existence for one (1) year or more, and the applicant individual must have maintained such fifty-one (51) percent ownership for at least one (1) year; and (ii) in the case of a publicly-owned business, at least fifty- one (51) percent of all classes of stock which is owned by one (1) or more of such persons, each of whom meets the net worth criteria as defined herein. (8) No individual owner of an applicant firm, or if a sole proprietorship or partnership the individuals themselves, may have a personal net worth that exceeds $750,000, as that term is defined in this Article. Attachment number 2Page 73 of 113 Draft procurement Code 4/12/10 version Page 74 of 111 (9) No local small businessLSB shall be registered solely on the basis of the race or gender of its ownership regime. (b) Renewal of Registration. Local small business LSB registration is valid for a two-year period beginning on the date Augusta-Richmond County registers the business. To re-apply, a local small business must submit a new application and evidence of continuing eligibility. It is the responsibility of the local small business LSB to notify Local Small Business Office of any change in its circumstances affecting its continued HOLJLELOLW\IRUWKHSURJUDP)DLOXUHWRGRVRPD\UHVXOWLQWKHILUP¶VGH- registration and preclusion from future participation in the LSBOP; (1) A Local Small Business that no longer meets registration criteria shall not be re-registered by the Local Small Business Office; (2) Firms that have been denied registration or re-registration may protest the denial as follows: (i) Within seven (7) days of receipt of denial of registration or re-registration, the firm may protest such action in writing to the DBE CoordinatorLocal Small Business Coordinator; (ii) A hearing shall be held by Augusta-Richmond County Administrator at which time the firm may present additional facts and evidence in support of its eligibility. Augusta-Richmond County Administrator shall control all aspects of the hearing, including scheduling, conduct, witnesses, and evidence, and may request the attendance of witnesses and production of particular documents; (iii) Augusta-Richmond County Administrator shall send written notice of the decision to the firm within 30 days of the hearing. Attachment number 2Page 74 of 113 Draft procurement Code 4/12/10 version Page 75 of 111 (iv) A firm found to be ineligible cannot apply for registration or re-registration for a period of one year after the effective date of the final decision. (c) Limitations. Notwithstanding any other provision of this program except on a finding of good cause by Augusta-Richmond County, a registered local small business LSB is no longer eligible to participate in the LSBOP after being enrolled for ten (10) consecutive years regardless of whether the firm received contracts or prime contracts under the program. If a firm has been released from the program before graduation as a result of exceeding the LSBOP thresholds, it will still be eligible to receive contracts from ARC, but such participation will not be counted toward the LSBOP goal of identifying and employing local small businesses to the greatest extent possible. In determining whether a good cause exists for a firm to continue participation beyond ten (10) consecutive years, ARC may review all relevant factors such as amount of business previously received by the firm, and capability of other small firms to provide goods and services, impact on a potential contract opportunity for other local EXVLQHVVHVWRFRPSHWH,QQRHYHQWVKDOODILUP¶VSDUWLFLSDWLRQLQWKH program extend beyond fifteen (15) years. Participation or registration as a local small business LSB in the LSBOP shall not preclude a registered firm from competing for a prime contract with Augusta-Richmond County on the same basis as other prime contractors or suppliers. (d) Graduation. Augusta-Richmond County shall graduate an local small business LSB business from eligibility as a local small businessn LSB. The local small business LSB business will be graduated from local small business LSB if any one of the following occurs: (1) The LSB local small business¶s gross revenues in each of the previous consecutive three (3) years exceed an average of $1.5 million; (2) The net worth of any owner of an LSB local small business exceeds an average of $750,000.00 for each of the previous consecutive three (3) years, exclusive of principal residence and the value of the local small business LSB; or Attachment number 2Page 75 of 113 Draft procurement Code 4/12/10 version Page 76 of 111 (2.) The local small business LSB business has participated in the LSB LSBOP for ten (10) years and ARC has not approved an extension of participation based on good cause. Sec. 1-10-73. LOCAL SMALL BUSINESS OPPORTUNITIES PROGRAM PARTICIPATION (a) Sealed Bids, Sealed Proposals, Professional Services And Other Major Purchasing. The following procedures and contract requirements will be used to insure that local small businesses /6%¶V are encouraged to participate in Augusta-Richmond County contracts, including but not limited to construction contracts, requests for professional services and the performance of public works contracts. The Augusta-Richmond County user department shall indicate goals for local small businessLSB in all solicitation with contracts over $100,000 in value: (1) Bid conditions, requests for proposals, and all other specifications for contracts awarded by Augusta-Richmond County will require that, where subcontracting goal is utilized in performing the contract, the bidder or proponent, will make Good Faith Efforts to subcontract with or purchase supplies from /6%¶V local small businesses. Bid specifications will require the bidder or proponent to keep records of such efforts that are adequate to permit a determination of compliance with this requirement. (2) Each bidder shall be required to provide documentation of achieving goal or provide documentation of Good Faith Efforts to engage local small businesses /6%¶Vas subcontractors or suppliers, the names of local small businesses /6%¶V and other subcontractors to whom it intends to award subcontracts, the dollar value of the subcontracts, and the scope of the work to be performed, recorded on the form(s) provided or made available as part of the bid package. If there are no sub-contracting opportunities, bidder shall so indicate on the appropriate form. (3) For all such contracts, the Procurement Department will provide the DBE CoordinatorLocal Small Business Coordinator Attachment number 2Page 76 of 113 Draft procurement Code 4/12/10 version Page 77 of 111 with a copy of the invitation to bid or bid specifications, including the scope of work. The Local Small Business Office will identify the existence of certified local small businesses /6%¶Vwhich are qualified to submit bids as prime contractors. (4) The Local Small Business Office shall identify subcontracting opportunities and shall make available trade-specific lists of certified local small businesses /6%¶Vto potential prime contractors. Prime contractors are encouraged to form Joint Ventures with local small businesses LSBs to perform major contracts, particularly in the areas of construction and professional services. (5) Within thirty (30) days of the adoption of this Ordinance, the Procurement Department will include a copy of this ordinance in each bid or proposal or shall publish and make available an internet link at which the LSBOP Ordinance and related forms may be found on the official website of Augusta-Richmond County. (6) All bid documents shall require bidders or proponents to submit with their bid the following written documents, statements or forms, which shall be substantially similar to those attached to this ordinDQFHDV([KLELW³$´DQGDVVKDOOEHPDGHDYDLODEOHE\ the Procurement Department. (i) Non-Discrimination Statement which shall affirm the ELGGHU¶V L adherence to the policies of Augusta- Richmond County relating to equal opportunity in contracting; (ii) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (iii) agreement not to engage in discriminatory conduct of any type. (ii) Proposed Local Small Business LSB Subcontractor/Supplier Utilization Plan. (iii) Documentation of Good Faith Efforts to use /6%¶V local small businesses. Attachment number 2Page 77 of 113 Draft procurement Code 4/12/10 version Page 78 of 111 Failure to submit the above documentation shall result in the bid or proposal being declared non-responsive. (7) Before advertising and soliciting bids, the Local Small Business Office and using department will assess if large contracts can be segmented into multiple contracts. Methods to be considered include: (i) The term of a contract may be shortened that results in a dual effect; the reduction of quantity required, and the risk inherent in guaranteeing prices over a longer period of time. (ii) Work to be performed may be grouped according to geographic location within Augusta-Richmond County. (8) When the Solicitation bid document contains a local small business LSB Ggoal, each Bidder must either: meet the local small business LSB Ggoal or comply with the Good Faith Effort requirement set for in section 1-10-69(b)(3). Failure to do so constitutes grounds for rejecting the Bid. (9) When the Solicitation bid document does not contain a local small business LSB goal, each bidder must negotiate in good faith with each local small business LSB that responds to the %LGGHU¶V VROLFLWDWLRQ DQG HDFKlocal small business LSB that contacts the Bidder on its own accord. (10) Self-Performance. Self performance does not exempt Bidders from the Local Small Business Opportunity Program requirements unless the self performer is a qualified and registered local small business. Bidders that do not meet the local small businesses LSB goal and desire to self-perform all or part of the construction contract must nevertheless demonstrate that they complied with the Good Faith Efforts requirements as set forth in section 1-10-69. (b) Departmental Purchase Requirements (All Formal Bids over $100,000). User Departments making purchases or issuing solicitations for projects over $100,000 (including project Attachment number 2Page 78 of 113 Draft procurement Code 4/12/10 version Page 79 of 111 management, contract management, and/or construction, and/or design contracts) shall have the following duties and responsibilities with regard to the LSBO Program: Departments shall: (1) Establish Project Specific Goals on all projects $100,000 and above. (2) Submit the scope of work and cost estimate evaluations to the DBELocal Small Business Department so appropriate local small business LSB subcontracting goals may be determined. (3) Assist the DBELocal Small Business Department with setting Project Specific Goals. (4) Assist in identification of available local small businesses.LSBs. (5) Gather and maintain data for those contracts which they manage. (6) Submit subcontracting data to the Local Small Business Office within fourteen (14) days of progress payments and thirty (30) days of contract closeout. (7) Submit to the Local Small Business Office, on or before the EHJLQQLQJRIHDFK)LVFDO\HDUWKH'HSDUWPHQW¶VDQQXDOOLVWRI projects, listing all upcoming projects, estimating the probable monetary value, and stating the projected bid advertisement date. (8) Indicate goals for local small businesses LSBs in solicitations for contracts that provide opportunities for local small business LSB participation. (9) Work with User Departments to monitor contracts to facilitate prompt payments to local small business LSB and to be in compliance with Project Specific Goals and commitments. Attachment number 2Page 79 of 113 Draft procurement Code 4/12/10 version Page 80 of 111 (10) Track and report statistics regarding the effectiveness of the LSBOP, as measured by a review of data indicating prime and subcontractor spending with LSB local small business, as required by the policies and procedures. (C) Methodology for Setting LSB Local Small Business Project Specific Goals. The DBE CoordinatorLocal Small Business Coordinator in consultation with User Department shall establish a local small business LSB goal for all contracts through rules and guidelines for the implementation of the LSBOP Program. Such methodology shall take into account the reasonably known availability of subcontracting opportunities that local small businesses LSB can perform on each contract. Local small business LSB goals should be calculated based upon specific contracting, subcontracting, and /or supplier opportunity and the availability of local small business LSB registered in Augusta- 5LFKPRQG&RXQW\¶VGLUHFWRU\7KLVZLOOEHDFKLHYHGE\DGRSWLQJWKH Federal Guidelines for setting Goals 49 CFR Part 26-45. (d) Post Contract Award Requirements. The purpose of this sub-section is to establish requirements for contractor compliance with the LSBO Program after a contract has been awarded. This is incorporated into all Augusta-Richmond County Contracts for which as local small business LSB Ggoal has been established or negotiated. (1) Contractors shall have an affirmative, ongoing obligation to meet or exceed the committed local small business LSB goal for the duration of the contract. The Augusta-Richmond County may deem a contractor to be in violation of the LSBO Program and in breach of its contract if at any time Augusta- Richmond County determines that: (a) The contractor will not meet the committed local small business LSB goals; and (b) the UHDVRQVIRUWKHFRQWUDFWRU¶VIDLOXUHDUHLQZLWKLQWKHFRQWUDFWRU¶V control. For example, if a contractor does not meet the local small business LSB goal because the contractor terminated an local small business LSB without cause or if the contractor caused and local small business LSB to withdraw from the project without justification, then Augusta-Richmond County is justified in finding the contractor to be in violation of the LSBO ProgramLSBOP. Attachment number 2Page 80 of 113 Draft procurement Code 4/12/10 version Page 81 of 111 (2) Exceptions. A contractor shall not be deemed in violation of this Program for failure to meet the committed local small business LSB goal to the extent such failure is directly attributable to: (i) Augusta-Richmond County reducing the scope of a Contract so as to eliminate or reduce work that was going to be performed by local small businesses LSBs (whether through a change order, contract amendment, force account or otherwise); (ii) An local small businesses LSB¶V voluntary withdrawal from the project, if the contract demonstrates that such ZLWKGUDZDO ZDV EH\RQG WKH FRQWUDFWRU¶V UHDVRQDEOH control, so long as the contractor complied with the Good Faith Efforts to replace the local small business LSB with another local small business LSB; or (iii) Termination or reduction in the work of an LSBlocal small business, if the contractor demonstrates that such termination was consistent with the terms of this Program, and that the contractor complied with the Good Faith Efforts to replace the local small business LSB with another LSB local small business. (3) Contractors have an ongoing, affirmative obligation to ensure that local small businesses LSBs performing on the contract are performing a Commercially Useful Function. A contractor shall be in violation of the LSBO ProgramLSBOP and in breach of its contract if it lists as local small business LSB to receive credit toward a committed local small business LSB goal with knowledge that the local small business LSB will be acting as a conduit or will otherwise not be performing a Commercially Useful Function reasonably commensurate with the payment amount for which the contractor will be seeking credit. (4) Contractors shall not terminate, replace or reduce the work of an local small business LSB that the contractor has counted toward meeting the committed local small business LSB unless: Attachment number 2Page 81 of 113 Draft procurement Code 4/12/10 version Page 82 of 111 (i) The local small business LSB refuses to enter into a contract consistent with the local small business LSB¶s Letter of Intent. (ii) The local small business LSB materially breaches its contract with the contractor (iii) Augusta-Richmond County reduces the contract scope of work so as to eliminate or reduce the work that the local small business LSB was to perform; or (iv) The local small business LSB voluntarily withdraws from the contract for reasons not within the contractoU¶V reasonable control. (5) Contractor shall provide the User Department and the DBE CoordinatorLocal Small Business Coordinator written notice prior to replacing or terminating an local small business LSB on a contract. The notice shall identify the local small business LSB and the contract; state the reason for the termination or replacement and state the proposed date on which such termination or replacement will occur. Unless the circumstances necessitate immediate termination or replacement, the contractor shall provide such notice to the User Department and the DBE CoordinatorLocal Small Business Coordinator at least 5 Business Days before the contractor terminates the local small business LSB. The contractor shall further provide written notice to the local small business LSB stating the reasons for the termination. Unless circumstances dictate otherwise, the contractor shall provide such notice before termination is to occur. (6) Good Faith Efforts to replace an local small business LSB to a contract. When an local small business LSB withdraws or is terminated from a contract for any reason, the contractor shall comply with the Good Faith Efforts requirement to replace the departing local small business LSB with another LSB local small business. Likewise, when new opportunities for subcontracting arise on a contract and Augusta-Richmond County sets a Supplemental local small business LSB goal, the Attachment number 2Page 82 of 113 Draft procurement Code 4/12/10 version Page 83 of 111 contractors shall comply with the Good Faith Efforts set in an effort to meet the Supplemental local small business LSB goal. (7) Utilization Reports and Documentation of Payment. Contractors shall report to Augusta-Richmond County the total dollars paid to each local small business LSB on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta-Richmond County. Such documents shall be in the format specified by the Disadvantaged Business Enterprise Department, and shall be submitted at such times as required by Augusta-Richmond County. Failure to provide such reports within the time period specified by Augusta-Richmond County shall entitle Augusta- Richmond County to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. (e) Departmental purchase requirements (small purchases, quotations, or informal bids). Subject to the dollar limits set forth under Augusta- Richmond County ordinance, departments are authorized to make small purchases using Agency Purchase Orders. Departments shall be directed by Augusta-Richmond County Administrator to utilize local small businesses LSB¶s on small purchases whenever possible and appropriate. (1) The Local Small Business Office shall make available to every Augusta-Richmond County department a directory of registered local small businesses /6%¶Vand encourage their use of by departments. (2) The Local Small Business Office shall provide annual training to all Augusta-Richmond County Departments on the Local Small Business Opportunities Program. (3) The Local Small Business Office shall track local small business LSB purchases by department and provide feedback to department heads and the DBE CoordinatorLocal Small Business Coordinator on use of local small businesses/6%¶V for small purchases. Attachment number 2Page 83 of 113 Draft procurement Code 4/12/10 version Page 84 of 111 (4) The Procurement Director shall ensure that all Augusta- Richmond County specifications for goods and services do not contain any unnecessary impediment to local small business LSB participation in the bid process. The DBE CoordinatorLocal Small Business Coordinator will make recommendations to the Procurement Director when a specification appears to impede local small businesses /6%¶V from competitively participating in a bid. (5) For small purchases, quotations or informal bids, the Using Department will solicit bids from registered local small businesses /6%¶Vto supply the required materials, equipment, supplies or services using the local small business LSB Registry created and maintained by the Local Small Business Office. (6) The DBE CoordinatorLocal Small Business Coordinator will notify the Procurement Director whenever there are no registered local small businesses /6%¶Vavailable for utilization on a project-by-project basis. The Local Small Business Office will attempt to identify qualified /6%¶V local small businesses, and if successful, will notify the Procurement Director of their registration and availability. The Procurement Director will include such local small business /6%¶Vin bid/quote solicitation lists. (f) Procurement Department Buyer¶s Responsibilities. (1) For all purchases on which written bids are sought, registered local small businesses /6%¶Vwhich are ready, willing and able to perform the required services or provide the required commodity will be solicited for a written quotation or bid. (2) Purchases from local small businesses /6%¶Vshall be tracked by the buyer. (g) Maintenance of Records. (1) The Local Small Business Office, with the assistance of the Department of Information Technology, shall compile data on Formatted: Justified Formatted: Justified Attachment number 2Page 84 of 113 Draft procurement Code 4/12/10 version Page 85 of 111 local small business LSB participation. Information on prime contract awards and subcontractor utilization will be maintained by the Local Small Business Office which will gather information from all user Departments on a quarterly basis. (2) Local small business LSB utilization statistics shall be maintained in the following manner: (i) Contracts and purchases shall be grouped into four categories: construction, professional services, general services and materials/equipment/supplies. (ii) Statistics shall measure overall awards to local small businesses /6%¶V by category of purchase (i.e. construction, professional services, general services, and materials/equipment/supplies). (3) The following statistics shall be reported not less than annually to the Augusta-Richmond County Commission by the DBE CoordinatorLocal Small Business Coordinator. (i) Regarding purchases of professional services, general services and material/equipment/supplies made through the competitive bid and quotation process: Total value of purchases Total value of purchases from local small businesses /6%¶V (ii) Regarding small purchases by operating department using Agency Purchase Orders: Total value of small purchases by Augusta-Richmond County Department Total value of small purchases from local small businesses /6%¶V by Department (iii) Regarding construction purchases: Total value of construction contract awards Formatted: Justified Formatted: Justified Formatted: Justified Formatted: Justified Formatted: Justified Formatted: Justified Attachment number 2Page 85 of 113 Draft procurement Code 4/12/10 version Page 86 of 111 Total value of construction contracts awarded to local small businesses /6%¶Vas prime contractors. Total value of subcontracts awarded to local small businesses/6%¶V (h) Compliance. (1) It will be the duty of the Procurement Director to ensure that bids or proposals issued from the Procurement Department adhere to the provisions set forth in this Policy. (2) The Procurement Director, and all department directors will assume responsibility for evaluating compliance with this program in their respective contract areas and will review, on a FRQWLQXLQJ EDVLV DOO DVSHFWV RI WKH SURJUDP¶V RSHUDWLRQVWR assure that the purpose is being attained and reporting same to the DBE CoordinatorLocal Small Business Coordinator for tracking and annual report purposes. (3) Each Augusta-Richmond County contract will contain a provision requiring compliance with this policy including maintenance of records, good faith efforts, and maintenance of information necessary to document compliance, and include the right of the DBE CoordinatorLocal Small Business Coordinator and Procurement Director, or their respective designees to inspect such records. The record will be a part of the official files located in the Procurement Office. (4) The DBE CoordinatorLocal Small Business Coordinator shall be responsible for evaluating good faith efforts documentation and subcontractor information submitted by bidders in conformance with this policy, AUGUSTA, GA. CODE Augusta- Richmond County Code and any State and Federal Laws applicable to any bid specifications for competitive sealed bid or competitive sealed proposal projects prior to award of the contract. (5) Each Augusta-Richmond County contract will contain a provision prohibiting any agreements between a contractor and an local small business LSB in which the local small business Formatted: Justified Attachment number 2Page 86 of 113 Draft procurement Code 4/12/10 version Page 87 of 111 LSB promises not to provide subcontracting quotations to other bidders or potential bidders. (i) Competitive Bids. Nothing in this Policy is to be construed to require Augusta-Richmond County to award a bid contract to other than the lowest responsible bidder, or to require contractors to award to subcontractors, or to make significant material purchases from local small businesses /6%¶Vwho do not submit the best overall pricing to Augusta-Richmond County. (j) Outreach. To maximize the identification, registration and utilization of /6%¶V local small businesses, the following efforts will be undertaken by the Local Small Business Office: (1) Increase efforts to locate and register additional vendors, service providers, and construction contractors that can provide goods and services for Augusta-Richmond County through media, vendor fairs, and electronic message boards. (2) As GDOT, DOD and FAA certified construction contractors are located invite local firms to register with Augusta- Richmond County in accordance with the requirements of this Article in order to create an enhanced resource to using departments, buyers and prime contractors to locate registered local small businesses /6%¶Vfor projects that can utilize local small businesses /6%¶Vfor a commercially useful function. (3) Supply information to the Board of Commissioners regarding the ordinance and offer opportunities for ways in which the Board of Commission can be an advocate of the LSBOP. Sec. 1-10-74. Exceptions ± Federally Funded Projects. In accordance with §1-10-8, this chapter shall not apply to any bid or procurement to which federal or state laws, regulations or guidelines regarding the use of disadvantaged businesses or other requirements apply. Attachment number 2Page 87 of 113 Draft procurement Code 4/12/10 version Page 88 of 111 Sec. 1-10-75. Citizens Small Business Advisory Board. Augusta-Richmond County Local Small Business Opportunities Citizens¶6PDOO%XVLQHVV$GYLVRU\%RDUG &6%$% shall be constituted to advise the Commission and DBE CoordinatorLocal Small Business Coordinator on matters related to this ordinance, and to meet with local small businesses, to review and provide input as to the issues in program administration. See Consolidation Act, Ga. Laws 1995, p. 3648, §1-40. Members are appointed by the Mayor, Commission and the Richmond County Legislative Delegation. A list of the appointees is maintained in the &OHUNRI&RPPLVVLRQ¶V2IILFHDQGLVLQFRUSRUDWHGKHUHLQE\UHIHUHQFH Note: Augusta-Richmond County does not operate a Disadvantaged Business Program or a Women/Minority Owned Enterprise Program. ARTICLE 8 SUSPENSION OR DEBARMENT OF BIDDER OR PROPOSER Sec. 1-10-76. Authority to suspend or debar from qualified bidder/proposer list for consideration of contract award. Authority to debar or suspend. The Procurement Director, after consulting with the General Counsel, is authorized to debar a person for cause from participation in any countyAugusta-Richmond County procurements at any tier and consideration for award of contracts. The debarment shall be for a period of not more than five years. The period of time during which the debarment will be imposed is to be determined by the Procurement Director based upon the severity of the causes for debarment. After consultation with the using agency and General Counsel, the Procurement Director is authorized to suspend a person from participation in any countyAugusta- Richmond County procurement at any tier and consideration for award of contracts if there is probable cause for debarment. The suspension shall not be for a period exceeding the greater of: (1) three months; (2) the period during which administrative review of the suspension is pending; or (3) the period during which judicial review of an administrative decision that was adverse to the suspended firm is pending. Sec. 1-10-77. Causes for debarment or suspension. The causes for debarment or suspension include: Attachment number 2Page 88 of 113 Draft procurement Code 4/12/10 version Page 89 of 111 (a) Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract or in the performance of such contract or subcontract. (b) Conviction under state and federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property or any other offense indicating a lack of business integrity or business honesty which currently, seriously and directly affects responsibility as an countyAugusta-Richmond County contractor. (c) Conviction under state or federal antitrust statutes arising out of the solicitation and submission of bids or proposals. (d) Violation of contract provisions, as set forth below, of a character which is regarded by the Procurement Director to be so serious as to justify debarment action: (i) Deliberate failure to perform in accordance with the provisions or within the time limit provided in any countyAugusta-Richmond County contract. (ii) A recent record of failure to perform or of unsatisfactory performance in accordance with the terms of one or more contracts, provided that failure to perform or unsatisfactory performance caused by acts beyond the control of the contractor shall not be considered to be a basis for debarment. In the event that the contractor asserts in a county suspension or debarment proceeding that such recent failure to perform or unsatisfactory performance in accordance with the terms of one or more contracts was caused by acts beyond the control of the contractor, the contractor must introduce documentation from the applicable contract/project in which it provided notice of such acts beyond its control and/or invoked its rights to equitable adjustment or other similar remedies under the applicable contract as a result of force majeure or other similar events; provided, however, that Augusta- Richmond County's determination on such issue will be independent from the contract/project at issue. It is insufficient in a county debarment proceeding for the contractor to raise this issue for the first time concerning Attachment number 2Page 89 of 113 Draft procurement Code 4/12/10 version Page 90 of 111 a prior contract under which it failed to perform or performed unsatisfactorily. (e) For violation of any ethical standards set forth in Article 3, Ethics in Public Contracting. (f) Submission to Augusta-Richmond County of a claim for additional compensation that is without merit, including, but not limited to claims seeking to recoup: (i) Costs incurred by the contractor but not included in its bid or proposal due to its own error; (ii) Costs that it has already been paid or will be paid under the contract; (iii) Costs asserted simply for the purpose of forcing Augusta- Richmond County to consider a settlement at a reduced amount; (vi) Costs that the contractor has not certified pursuant to the contract documents; and (v) Costs that the contractor would not be entitled to recover under the contract documents, including, but not limited to attorneys fees and interest on unpaid sums. (g) Material misrepresentation of the composition of the ownership or work force of a business entity certified to Augusta- Richmond County as a minority business enterprise. (h) Any other cause the Procurement Director, in consultation with the using agency and General Counsel, determines to be so serious and compelling as to affect responsibility, including, but not limited to, debarment by another governmental entity. Sec. 1-10-78 . Notice. The Procurement Director shall issue a written notice of the decision to debar or suspend. The notice shall state the reasons for the action taken and the effective date of the debarment or suspension and shall inform the debarred or suspended person involved of the right to administrative review as provided in this division. Sec. 1-10-79. Finality of decision. Attachment number 2Page 90 of 113 Draft procurement Code 4/12/10 version Page 91 of 111 A decision under this section is final and conclusive, unless fraudulent or any person adversely affected by the decision appeals administratively to the Administrative Services Committee in accordance with this division. Sec. 1-10-80%RDUGRI&RPPLVVLRQHU¶VLQLWLDWHGGHEDUPHQW. The Board of Commissioners, by enactment of an appropriate resolution, may request that the Procurement Director initiate an investigation into whether a particular person should be debarred and/or suspended and, after consulting with the General Counsel, the Procurement Director is authorized to debar or suspend such person for cause from participation in any countyAugusta-Richmond County procurements at any tier and consideration for award of contracts. ARTICLE 9 APPEALS, PROTESTS AND REMEDIES Sec. 1-10-81. Procurement protests. Authority to Resolve Protested Solicitations and Awards. (a) Right to Protest. Any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to the Procurement Director. (b) Authority to Resolve Protests. The Procurement Director and the Administrator shall have the authority, prior to a final decision by the Commission, to settle and resolve the protest of an aggrieved bidder, offeror, or contractor, actual or prospective, concerning the solicitation or award of a contract. (c) Decision of Procurement Director. If the protest is not resolved by mutual agreement, the Procurement Director shall issue a decision in writing regarding the protest as specified in Section 1-10-83. The decision shall: (1) state the reasons for the action taken; and (2) inform the protester of its right to administrative review as provided in this Article. Attachment number 2Page 91 of 113 Draft procurement Code 4/12/10 version Page 92 of 111 (d) Notice of Decision. A copy of the decision shall be mailed or otherwise furnished to the protestor and any other interested party. (e) Finality of Decision. A decision under Subsection (d) of this Section shall be final and conclusive, unless any person adversely affected by the decision files a timely appeal in accordance with Section 1-10-84. (f) Stay of Procurements During Protests or Appeals. In the event of a timely protest under section 1-10-82 of this Article the Procurement Director shall not proceed further with the solicitation or with the award of the contract unless the Procurement Director, after consultation with the head of the using agency and General Counsel, makes a written determination that the award of the contract without delay is necessary to protect substantial interests of Augusta- Richmond County. Such a determination shall be provided to the protestor. 1-10-82. Filing of Protest. (a) Protests shall be made in writing to the Procurement Director and shall be filed in within five (5) business days after the protestor knows or should have known of the facts giving rise thereto. A protest is considered filed when received by the Procurement Department. Protests filed after the five (5) day period shall not be considered and are deemed a failure on the part of the protestor to exhaust administrative remedies. (b) Subject of Protest. Protestors may file a protest on any phase of solicitation or award including but not limited to specifications preparation, bid solicitation, award, or disclosure of information marked confidential in the bid or offer. (c) To expedite handling of protests, the written protest shall include as a minimum the following: (1) the name and address of the protestor; (2) appropriate identification of the procurement, and, if a contract has been awarded, its number; (3) a statement of reasons for the protest; and Attachment number 2Page 92 of 113 Draft procurement Code 4/12/10 version Page 93 of 111 (4) supporting exhibits, evidence, or documents to substantiate any claims unless not available within the filing time in which case the expected availability date shall be indicated. (d) Requested Information; Time for Filing. Any additional information requested by any of the parties should be submitted within the time periods established Procurement Director in order to expedite consideration of the protest. Failure of any party to comply expeditiously with a request for information by the Procurement Director may result in resolution of the protest without consideration of any information which is untimely filed pursuant to such request. (e ) Making Information on Protests Available. The Procurement Director shall upon written request make available to any interested party information submitted that bears on the substance of the protest except where information is proprietary, confidential, or otherwise prohibited from disclosure or required to be withheld by law or regulation. Persons who wish to keep such information submitted by them confidential should so request by specifically identifying such information within documents submitted, and indicating on the front page of each document that it contains such information. Sec. 1-10-83. Decision by the Procurement Director Time for Decisions. A written decision on a protest shall be made by the Procurement Director within ten (10) business days after receiving all relevant, requested information. If a protest is sustained, the Procurement Director may determine that the solicitation or award violates the law; or may make a determination that the solicitation should be cancelled in order to comply with the applicable law. Sec. 1-10-84. Appeals. Appeal of a decision of the Procurement Director may be requested by the protestor or any department involved in the protest. The appeal shall contain a detailed statement of the factual and legal grounds upon which reversal or modification is deemed warranted. Sec. 1-10-85. Time for Filing Appeal. Appeals of a decision of the Procurement Director shall be filed not later than five (5) business days after receipt of such decision. Attachment number 2Page 93 of 113 Draft procurement Code 4/12/10 version Page 94 of 111 Sec. 1-10-86. Request for Hearing and Effect of Untimely Appeal. A contractor or prospective contractor that has been notified of a denial of its protest action may request in writing an appeal to the Augusta-Richmond- County Commission. All appeals must be received by the Procurement Director within five (5) business days. Appeals filed after the five (5) day period shall not be considered and are deemed a failure on the part of the protestor to exhaust administrative remedies. Where no appeal (or an untimely appeal) is filed, WKH3URFXUHPHQW'LUHFWRU¶VGHFLVLRQLVFRQVLGHUHG final and the award shall proceed. Sec. 1-10-87. Notice of Hearing. If a timely appeal is filed by the protestor, the Procurement Director shall place the protest on the agenda of the Administrative Services Committee. 7KH &OHUN RI &RPPLVVLRQ¶V 2IILFH VKDOO SURYLGH SXEOLFQRWLFH RI WKH Administrative Services Committee Agenda as required by law. In addition, the Procurement Department may, but is not required, to send to the protestor written notice of the time and place of the hearing. Copies of such notice shall be sent to the Augusta-Richmond General Counsel and the Department head of the appropriate user department. Sec. 1-10-88. Administrative Services Committee Hearing Procedure and Effect of Failure to Appear at Hearing. (a) Protests appearing on the Administrative Services Committee shall be treated as any other Committee agenda item, except that the Protestor, or his or her representative, shall have the right to address the Committee and to present evidence in support of the protest for a minimum of ten (10) minutes. The Procurement Director and user department shall also have the opportunity to present evidence relating to the protest for a minimum of ten (10) minutes. The Chairman of the Administrative Services Committee may grant additional time equally to each party at his or her discretion. (b) After considering the evidence presented, the Administrative Services Committee shall vote to grant or deny the protest or to send the item to the full Augusta-Richmond County Commission without recommendation. Regardless of the decision made by the Committee, the protest shall be forwarded to the full Commission agenda. However, the Commission may, at its discretion, dispose of the agenda item via the Consent Agenda and the Protestor does not have Attachment number 2Page 94 of 113 Draft procurement Code 4/12/10 version Page 95 of 111 the right to force the item to be moved from the Consent Agenda to the Regular Agenda. (c) Effect of Failure to Appear at Hearing. Failure on the part of the Protestor to appear before either the Administrative Services Committee or the full Augusta-Richmond County Commission is considered an abandonment of their right to appeal and a failure on the part of the protestor to exhaust administrative remedies. TKH3URFXUHPHQW'LUHFWRU¶VGHFLVLRQLVFRQVLGHUHGILQDOand the award shall proceed accordingly. However, the Chairman of the Administrative Services Committee or the Mayor may, at his or her discretion, grant the Protestor one continuance to the next regularly scheduled Committee or Commission Meeting. Such continuance may only be granted during the Committee or Commission meeting and shall be recorded on the minutes of such meeting. Sec. 1-10-89. Authority of Administrator to Participate Procurement Matters. The Augusta-Richmond County Administrator has the authority to: (a) communicate with the protestor and other interested parties to try to settle any dispute, or narrow the issues for matters to be presented to the Committee or Commission; (b) consult with the Procurement Director, the User Department and the General Counsel regarding the need for a stay pursuant to Section 1- 10-81(f); (c) participate in all aspects of the procurement process as necessary to support the best interests of Augusta-Richmond County. Sec. 1-10- 90. Hearing Procedures. (a) Hearings shall be as informal as may be reasonable and appropriate under the circumstances and in accordance with the applicable rules of the Administrative Services Committee and Commission. The Procurement Director shall provide the Administrative Services Committee and Commission with copies of the protest and the response of the Procurement Department. (b) Witnesses providing testimony at before the Administrative Services Committee or Commission shall testify under oath or affirmation. Attachment number 2Page 95 of 113 Draft procurement Code 4/12/10 version Page 96 of 111 Sec. 1-10-91. Determination of Commission; Final Decision. 7KH &RPPLVVLRQ¶V GHFLVLRQ UHJDUGLQJ D 3URWHVW LV WKH ILQDO VWHS LQ WKH Appeals process for Augusta-Richmond County. The parties shall have thirty (30) days to file a judicial appeal of any such decision. Such appeal shall be by writ of certiorari to the Superior Court of Richmond County. Sec. 1-10-92. Contract claims. Decision of Augusta-Richmond County Administrator. All claims by a contractor or vendor against Augusta-Richmond County relating to a contract shall be submitted in writing to the Augusta-Richmond County Administrator through the officially designated Augusta-Richmond County Project Manager. The contractor or vendor may request a conference on the claims. Claims include, without limitation, disputes arising under a contract, and those based upon breach of contract, mistake, misrepresentation, or other cause for contract modification or rescission. Sec. 1-10-93. Augusta-Richmond County's right to amend bid solicitations or awards that are in violation of law. Applicability. This section applies where it is determined by administrative review that a solicitation or award of a contract is in violation of applicable law. For purposes of this section administrative review shall refer to a review by the Procurement Director and/or Augusta-Richmond County Administrator in consultation with the General Counsel. (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 Procurement Director, after consultation with the Augusta-Richmond County Administrator, and the Augusta-Richmond County General Counsel, 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 Procurement Director, after consultation with the Administrator or his designee, and the Augusta-Richmond General Counsel determine that a solicitation or proposed award is in violation of federal, state or municipal law, then the solicitation or proposed award shall be canceled. Attachment number 2Page 96 of 113 Draft procurement Code 4/12/10 version Page 97 of 111 (c) After award. If, after an award, the Procurement Director, after consultation with the Administrator and the Augusta-Richmond General Counsel, determines that a solicitation or award of a contract was in violation of applicable law, the following options shall be available to Augusta-Richmond County: (1) The contract may be ratified and affirmed, provided it is determined that doing so is in the best interest of Augusta- Richmond County and the person or company awarded the contract has not acted fraudulently or in bad faith; or (2) If services or work have not commenced under the contract, it may be terminated and declared null and void; or (3) If services or work have commenced under the contract, it may be terminated and the person awarded the contract shall be compensated for the actual expenses reasonably incurred for partially performing and in terminating its performance under the contract; or (Ord. No. 6939, § 16, 1-2-07). ARTICLE 10 TYPES OF CONTRACTS Sec. 1-10-94. Authority to approve, sign and execute contracts by type. (a) Generally. The following section establishes five (5) types of purchases: (1) major purchases, (2) standard purchases, (3) small purchase, (4) using agency purchase, and (5) emergency purchases. Each type of purchase has its parameters involving: (1) value of purchase, (2) level of approval required within the organization for the purchase, (3) level of budget authorization given for the purchase, (4) level of authority required for the source selection process, and (5) person within the organization charged with the responsibility to sign the purchase contract document. Attachment number 2Page 97 of 113 Draft procurement Code 4/12/10 version Page 98 of 111 (b) Major purchase contracts. Capital equipment, construction and all services purchase contracts with a value of forty thousand dollars ($40,000.00) or more must have: (1) Specific project concept approval by the Commission; (2) Specific budget approval (listed in budget) or special funding authorization by the Commission; (3) Commission approval of the source selection method and award of contract; and (4) Contract to be signed by the Mayor. (c) Standard purchase contracts. Goods and services purchase contracts with a value less than forty thousand dollars ($40,000.00) but more than one thousand five hundred dollars ($1,500.00) must have: (1) General project concept approval by the Commission and/or Augusta-Richmond County Administrator; and (2) General budget approval by the Commission and specific budget approval of the Administrator, or special funding authorization by the Commission or the Administrator (if the transfer of funds is necessary and general project concept not approved previously by the Commission); and (3) Administrator approval of source selection method and award of contract; and (4) Contract to be signed by the Mayor. (d) Small purchase contracts. Small purchases of less than $1,500 but more than five hundred dollars ($500.00) must have: (1) General project concept approval by the Commission or Augusta-Richmond County Administrator; and (2) General budget approval by the Commission (e.g. could be specified within a larger account) and specific budget approval Attachment number 2Page 98 of 113 Draft procurement Code 4/12/10 version Page 99 of 111 of using agency head as designee of the Administrator, or special funding authorization by the Administrator (when transfer of funds is necessary and general project concept not previously approved by the Commission or Administrator); and (3) Using agency head approval of source selection method and Administrator award of contract; and (4) Small purchase orders to be signed by the Procurement Director or designee. (e) Using agency purchase contracts. Using agency purchases (as defined elsewhere) of less than five hundred dollars ($500.00) must have: (1) Specific project concept approval by the Commission; and (2) General budget approval by the Commission (e.g. could be specified within a larger account) and specific budget approval of using agency head as designee of the Augusta-Richmond County Administrator; and (3) Using agency head approval of the source selection method and award of contract; and (4) Purchase order to be signed by the Procurement Director. (f) Emergency purchase contracts. Emergency purchases (as defined elsewhere) regardless of the amount of the purchase must have: (1) Specific project concept approval by the Commission; and (2) General budget approval by the Commission (e.g. could be unspecified within a larger account) and specific budget approval of the using agency head as the Administrator's designee; and (3) Using agency head approval of the source selection method and award of contract if during non-standard working hours, or by the Administrator during normal working hours; and Attachment number 2Page 99 of 113 Draft procurement Code 4/12/10 version Page 100 of 111 (4) Contract/small purchase order to be signed by the Administrator, using agency head, or Mayor based on the value of the purchase. (Ord. No. 6939, §§ 14, 16, 1-2-07). Sec. 1-10-95. Public Works Contracts. Augusta-Richmond County is authorized to utilize any construction delivery method, provided that places the bidder or offeror at risk for construction; and requires labor or building materials in the execution of the contract shall be awarded on the basis of competitive sealed bidding or competitive sealed proposals. (a) Waiver of Technicalities. Augusta-Richmond County shall have the authority to reject all bids or proposals or any bid or proposal that is nonresponsive or not responsible and to waive technicalities and informalities. (b) Modifications or Addenda to Public Works Plans and Specifications. Augusta-Richmond County shall not issue or cause to be issued any addenda modifying plans and specifications within a period of 72 hours prior to the advertised time for the opening bids or proposals, excluding Saturdays, Sundays, and legal holidays. However, if the necessity arises to issue an addendum modifying plans and specifications within the 72 hour period prior to the advertised time for the opening of bids or proposals, excluding Saturdays, Sundays, and legal holidays, then the opening of bids or proposals shall be extended at least 72 hours, excluding Saturdays, Sundays, and legal holidays, from the date of the original bid or proposal opening without need to readvertise as required by O.C.G.A. § 36-91-20 (b). (c) Change Orders. Augusta-Richmond County bid and contract documents may contain provisions authorizing the issuance of change orders, without the necessity of additional requests for bids or proposals, within the scope of the project when appropriate or necessary in the performance of the contract. Change orders may not be used to evade the purposes open, fair and competitive public bidding on public works contracts. (d) Notice to Proceed. The Procurement Director shall, after consultation with the using agency, issue a Notice to Proceed to the contractor, Attachment number 2Page 100 of 113 Draft procurement Code 4/12/10 version Page 101 of 111 stating the name of the project, the date upon which the project is to begin, the contact name and telephone number for the using agency and the contract term. (e) Registration and Participation of Contractors pursuant to the Georgia Security and Immigration Compliance Act and the Immigration Reform and Control Act of 1986. All contractors and subcontractors entering into contracts with Augusta-Richmond County for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. §13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta-Richmond County has registered with and is participating in a federal work authorization program [any of the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A. §13-10-91 and shall continue to use the federal authorization program throughout the contract term. ARTICLE 11 COOPERATIVE PROCUREMENT Sec. 1-10-96. Cooperative procurement agreement. Cooperative procurement may be agreed to between Augusta-Richmond County and other public procurement units. Written agreements are encouraged so as to clearly document the requirements and any special conditions of purchase should a public solicitation be utilized. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-97. Sale, acquisition, or use of supplies. Augusta-Richmond County may sell to, acquire from, or use any supplies Attachment number 2Page 101 of 113 Draft procurement Code 4/12/10 version Page 102 of 111 belonging to another public procurement unit independent of the requirements of Article 6 (Procurement Source Selection Methods and Contract Awards) and Article 13 (Supplies and Fixed Assets Management Programs). Sec. 1-10-98. Cooperative use of supplies or services. Augusta-Richmond County may enter into an agreement with any public procurement unit for the cooperative use of supplies or services under the terms agreed upon between the parties. Sec. 1-10-99. Joint use of facilities. Augusta-Richmond County may enter into agreements for the common or joint use or lease of warehousing facilities, capital equipment, and other facilities with any public procurement unit under the terms agreed upon between the parties. Sec. 1-10-100. Use of state contracts. Augusta-Richmond County may procure supplies, services or construction items through contracts established by the Procurement Division of the State of Georgia where such contracts and contractors substantially meet the requirements of the AUGUSTA, GA. CODE. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-101. Purchase of surplus and excess property. Augusta-Richmond County may purchase surplus and excess personal and real property from the United States Government or any other public procurement unit upon verification of need, fund availability, and approval by the appropriate level of authority within Augusta-Richmond County. Sec. 1-10-102. Waiver. Any use of cooperative procurement as described above is independent of the requirements for source selection and contract award as described in Article 6 of this chapter. Attachment number 2Page 102 of 113 Draft procurement Code 4/12/10 version Page 103 of 111 ARTICLE 12 CONTRACT ADMINISTRATION AND MANAGEMENT Sec. 1-10-103. Purpose. A contract administration system, designed to insure that a contractor is performing in accordance with the solicitation under which the contract was awarded, shall be maintained by the Procurement Director with assistance from the using agency. Effective administration therefore includes the development of concise and competitive specifications, well developed terms and conditions of contract, and prompt, efficient day-to-day administration. Contract administration generally shall be the responsibility of the using agency requesting the commodity, general or construction service, except that certain specialized contracts may be administered by selected trade professionals, e.g., architects, engineers, construction managers, etc. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-104. Augusta-Richmond County contracts and contract clauses. (a) Use of model (standard) contracts and clauses. The Procurement Director, after consultation with the Augusta-Richmond County Administrator, using agency head, and Augusta-Richmond County General Counsel, may establish standard contract clauses for use in Augusta-Richmond County contracts for various commodities, services and construction products. Such contracts shall include provisions necessary to clearly define the responsibilities and rights of the parties to the contract. (b) Provisions of Augusta-Richmond County contracts. Whether designed as a model or standard contract provision or specifically tailored for a particular contract, all Augusta-Richmond County contracts should include provisions for: (1) The unilateral right of Augusta-Richmond County to order in writing a temporary stopping of the work, or delaying performance that does not alter the scope, of the contract; Attachment number 2Page 103 of 113 Draft procurement Code 4/12/10 version Page 104 of 111 (2) Variations, occurring between estimated quantities of work in contract and actual quantities; (3) Defective pricing; (4) Liquidated damages; (5) Specified excuses for delay or non-performance; (6) Termination of the contract for default; (7) Termination of the contract in whole or in part for the convenience of Augusta-Richmond County; (8) Payment procedures; (9) Hold harmless provisions; (10) Prohibition against contingent fees; (11) Suspension of work on a construction project ordered by Augusta-Richmond County; (12) Site conditions differing from those indicated in the contract, or ordinarily encountered, except that a differing site conditions clause need not be included in a contract: (i) When the contract is negotiated, (ii) When the contractor provides the site or design, or (iii) When the parties have otherwise agreed with respect to the risk of differing site conditions, and (13) Insurance requirements. (14) Contractor's consent to venue in the Superior Court of Richmond County, Georgia; Attachment number 2Page 104 of 113 Draft procurement Code 4/12/10 version Page 105 of 111 (15) Provision that the terms of the contract supersedes any and all provisions of the Georgia Prompt Pay Act. (16) An acknowledgement by all parties contracting with Augusta- Richmond County as follows: Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta-Richmond County's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta- Richmond County under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta-Richmond County under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta-Richmond County in excess of the any contractually authorized goods or services, as required by Augusta-Richmond County's Charter and Code, Augusta-Richmond County may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta-Richmond County, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta-Richmond County, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all countyAugusta-Richmond County contracts for goods and services, except revenue producing contracts. (17) Use of CountyAugusta-Richmond County Landfill. All contracts for contractors performing demolition and/or construction projects for Augusta-Richmond County shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Attachment number 2Page 105 of 113 Draft procurement Code 4/12/10 version Page 106 of 111 Augusta-Richmond County Solid Waste Landfill in accordance with local and state regulations. The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. (18) All contractors and subcontractors entering into contracts with Augusta-Richmond County for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. §13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta-Richmond County has registered with and is participating in a federal work authorization program [any of the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A. §13-10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta-Richmond County the contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta- Richmond County at the time the subcontractor(s) is retained to perform such physical services. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-105. Contract modification and price adjustments. (a) Modifications. Every modification to a contract with Augusta- Richmond County shall be subject to approval by the Commission Attachment number 2Page 106 of 113 Draft procurement Code 4/12/10 version Page 107 of 111 prior to execution. A contract modification does not require Commission action if a contingency amount has been approved and the contract modification is within that amount and provided the Augusta-Richmond County Administrator has been contractually or otherwise specifically designated by the Commission for such purpose. In instances where the Procurement Director, architect/engineer, or project manager, with the approval of the using agency head, and Administrator, determine that the contract modification or change order cannot be delayed without substantial delay and cost to Augusta-Richmond County and funds are available and the appropriate budget transfer is made, the Administrator may authorize the appropriate action. (b) Price adjustments. Adjustments in price in contracts shall be computed in one or more of the following ways: (1) By agreement on a fixed price adjustment before commencement of the pertinent performance or as soon thereafter as practicable; (2) By unit prices specified in the contract or subsequently agreed upon; (3) By the costs attributable to the events or situations under such clauses with adjustment of profit or fee, all as specified in the contract or subsequently agreed upon; and (4) In such other manner as the contracting parties may mutually agree upon. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-106. Bid security. (a) Requirement for bid security. Bid security shall be required for all competitive sealed bids for construction contracts when the price is estimated by the Procurement Director to exceed forty thousand dollars ($40,000.00). (b) Amount of bid security. Bid security shall be in an amount equal to at least ten (10) percent of the amount of the bid. Attachment number 2Page 107 of 113 Draft procurement Code 4/12/10 version Page 108 of 111 (c) Rejection of sealed bids for noncompliance with bid security and authority. If required, and the bid security is not included with the bid, the Procurement Director shall recommend to the Commission that the bid be rejected. (d) Withdrawal of bids. If a bidder is permitted to withdrawn its bid before award as provided in section 1-10-50(g) Sealed Bidding; Correction or Withdrawal of Bids no action shall be taken against the bidder or the bid security and the bidder may be entitled to the return of its bid security). (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-107. Contract performance and payment bonds. (a) Performance bonds or security shall be delivered to Augusta- Richmond County and shall become binding on the parties upon the execution of the contract to provide a performance bond satisfactory to Augusta-Richmond County. (b) Payment bond satisfactory to Augusta-Richmond County for the protection of all persons supplying labor and material to the contractor or its subcontractors for the performance of the work provided for in the contract. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-108. Bond forms and copies. The form of payment and performance bonds and other required bonds shall be prescribed by the Augusta-Richmond County General Counsel. Any person may request and obtain from Augusta-Richmond County a certified copy of a bond upon payment of the cost of reproduction of the bond and postage, if any. A certified copy of a bond shall be prima facie evidence of the contents, execution, and delivery of the original. Sec. 1-10-109. Retainage. (a) Maximum amount to be withheld. In any contract or subcontract for Attachment number 2Page 108 of 113 Draft procurement Code 4/12/10 version Page 109 of 111 construction which provides for progress payments in installments based upon an estimated percentage of completion with a percentage of the contract's proceeds to be retained by Augusta-Richmond County pending completion of the contract or subcontract, the retained amount of each progress payment or installment shall be no more than ten (10) percent). The retainage may be reduced to five (5) percent after fifty (50) percent of the work is complete if Augusta- Richmond County desires. (b) When used. Retainage may be applied to any construction contract, regardless of the dollar amount and its use shall be set forth in the invitation for bids or proposals. (c) Release of retainage. Funds held by Augusta-Richmond County as retainage under the contract shall be released upon completion and acceptance of work except as described in the contract. (d) No interest on retainage. No interest shall be due to any contractor on any sum held as retainage pursuant to any construction contract. Sec. 1-10-110. Wage and requirements for federally funded projects. When a project has federal funds, the prevailing wages paid shall correspond as nearly as practicable to those prescribed in the Federal Davis Bacon Act when required. The wage scale shall be posted by the contractor in a prominent and easily accessible place at the site of work in accordance with Federal Government requirements. Sec. 1-10-111. Approval of accounting system. Except with respect to firm fixed-price contracts, no contract type shall be used unless it has been determined in writing by Augusta-Richmond County that: (a) The proposed contractor's accounting system will permit timely development of all necessary cost data in the form required by the specific contract type completed; and (b) The proposed contractor's accounting system is adequate to allocate Attachment number 2Page 109 of 113 Draft procurement Code 4/12/10 version Page 110 of 111 costs in accordance with generally accepted cost accounting principles. Sec. 1-10-112. Contractual provisions for worksite inspections. All contracts shall provide that Augusta-Richmond County may, at reasonable times, inspect the part of the plant, place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta- Richmond County. Sec. 1-10-113. Contractual provisions for auditing records. (a) Audit of costs or pricing data. All contracts shall provide that Augusta-Richmond County may at reasonable times and places, audit the books and records of any contractor who has submitted cost or pricing data to the extent that such books, documents, papers, and records are pertinent to such cost or pricing data. Any person who received a contract, change order, or contract modification for which cost or pricing data is required, shall maintain such books, documents, papers, and records that are pertinent to such cost or pricing data for three (3) years from the date of final payment under the contract. (b) Contract audit. All contracts shall provide that Augusta-Richmond County shall be entitled to audit the books and records of a contractor or subcontractor at any time under any negotiated contract or subcontract other than a firm fixed-price contract to the extent that such books, documents, papers, and records are pertinent to the performance of such contract or subcontract. Such books and records shall be maintained by the contractor for a period of three years from the date of final payment under the prime contract and by the subcontractor for a period of three years from the date of final payment under the subcontract. ARTICLE 13 SUPPLIES AND FIXED ASSETS MANAGEMENT PROGRAMS Sec. 1-10-114. Surplus supplies. Attachment number 2Page 110 of 113 Draft procurement Code 4/12/10 version Page 111 of 111 (a) Generally, salvageable surplus supplies are divided into categories as described below: (1) Scrap. Any ferrous supplies that can be used for remelting to produce iron, steel, or its alloys. (2) Waste. All non-metallic refuse which has market value, e.g. paper. (3) Worn or damaged. Either scrap or waste supplies that may be sold or used as trade-in. (4) Obsolete and surplus. Any supplies that are of no use by Augusta- Richmond County. (5) Excess. Any supply that does not have a useful purpose for a particular department or agency. The supply may have value, within other departments or Augusta-Richmond County agencies and may be transferred. Nothing herein refers to the sale, lease or disposal of real property. Sec. 1-10-115. Fixed asset management. The Fixed Assets Management function in Augusta-Richmond County was implemented for the purpose of surveying and documenting all CountyAugusta-Richmond County owned personal assets, performing regular audits of CountyAugusta-Richmond County assets, centralizing the administration and control of excess supplies and determining whether excess supplies are suitable for other uses prior to disposition and prior to procuring new items of similar quality and functionality. Also, the Procurement Director shall regularly check with agencies regarding the use and availability of excess or potentially surplus items. With respect to surplus supplies, all using agencies shall submit to the Procurement Director, at such times and in such forms as prescribed, reports showing stocks of all supplies which are no longer used or which have become obsolete, worn out or scrapped. The Fixed Assets Manager shall determine whether the item(s) can be relocated for further use by other departments or agencies prior to disposition. If the item(s) has no further use to Augusta-Richmond County, the Procurement Director shall prepare a Attachment number 2Page 111 of 113 Draft procurement Code 4/12/10 version Page 112 of 111 report to the Augusta-Richmond County Administrator advising that office of the item(s) available for disposition. (Ord. No. 6939, § 16, 1-2-07). Sec. 1-10-116. Supplies management. (a) Responsibility. The Procurement Director has responsibility for the sale, lease, or disposal of surplus supplies. No employee or official of Augusta-Richmond County or their agent shall be entitled to purchase such supplies. (1) The Procurement Director is responsible for the sale, or disposal of supplies via means described below; except that it shall first be determined that the item(s) has no further use by Augusta-Richmond County. (2) The Procurement Director shall handle the procurement of auction facilities and professional auction services, and the advertisement process, or coordinate the sealed bidding process. (3) The Augusta-Richmond County Commission shall authorize the sale, lease, or disposal of surplus supply items when necessary and appropriate. (b) Surplus supplies--How disposed. (1) Auction or sealed bids. (2) Transfer to other using agency or public entity. (3) Trade-in on new supplies or equipment. (c) Award. Award shall be made in accordance with the invitation for bids or public outcry to the highest bidder if the price is reasonable and acceptable to Augusta-Richmond County. (d) Payment. U.S. currency, U.S. Postal Money Orders, local personal checks, certified checks, or cashier's checks are acceptable methods of payment. Attachment number 2Page 112 of 113 Draft procurement Code 4/12/10 version Page 113 of 111 (1) Held at a place reasonably available to persons who might desire to attend and submit bids; and (2) At which those attending shall be given the opportunity to bid on a competitive basis; and (3) At which the sale, if made, shall be made to the highest and best bidder; and (4) Except as otherwise provided in this title for advertising or dispensing with the advertising of public sales, of which notice is given by advertisement once a week for two weeks in the newspaper in which the sheriff's advertisements are published, in Augusta-Richmond County where the sale is to be held, and which notice shall state the day and hour, between 10:00 a.m. and 4:00 p.m., and the place of sale, and shall briefly identify the goods to be sold. Sec. 1-10-117. Severability. Should any section, paragraph, subdivision, clause, phrase, or provision of this chapter be adjudged invalid or held unconstitutional by a court of competent jurisdiction, such declaration shall not affect the validity of this chapter as a whole or any part or provisions thereof, other than the part so decided to be invalid or unconstitutional. Sec. 1-10-117 through Sec. 1-10-999. Reserved. Attachment number 2Page 113 of 113 Commission Meeting Agenda 5/18/2010 5:00 PM 2010 Fire Light Vehicles Department:Finance Department, Fleet Management Caption:Motion to approve the replacement of 3 light vehicles for the Fire Department. (Approved by Finance Committee May 10, 2010) Background:Consistent with the provisions of the Fleet Replacement Policy approved in April 2004, 8 vehicles of the Fire Department (Administration) were evaluated for replacement. Of the 8 vehicles of the Fire Department that were evaluated, 3 vehicles are being recommended by the Fire Chief for replacement and all have met the replacement criteria. Evaluation results are attached for review. Two compact pickup trucks from the Fire Bureau are being recommended and one Taurus is recommended. The Taurus was supporting the Arson Investigator. Based on the mission of the Arson Investigator a Ford Explorer is recommended as most appropriate to support the needs of the investigator ( for carrying specialized equipment and evidence collection and transport). Analysis:Fleet Management submitted a request for bids through the Procurement Department utilizing the Demand Star electronic bid system which offers nationwide bid coverage for the Ford Rangers, Bid 09-167. Four bids were received by the Procurement Department and are provided on the attachment (09-167 Ford Rangers – Fire) . Bobby Jones Ford will use the Local Vender Preference provision to win the bid for the Rangers matching the bid provided by Legacy Ford. The pricing for the Explorer is from the Georgia State Contract which is by Alan Vigil Ford. State Contract documents are attached for review. Financial Impact:The cost for the Ford Rangers is $14,500 each and the Explorer (4X2) is $21,627.00 for a total of $50,627. Funding for the purchase of these vehicles is from the Fire Department’s Capital Outlay account. Alternatives:1.0 Approve the request, 2.) Disapprove the request, 3.) Approve the request in part. Recommendation:Approve the replacement of three light vehicles for the Augusta Fire Department for a total expenditure of $50,627.00. Funds are Available in the Following Accounts: 274-03-4110/5426120 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 COMPACT PICKUP TRUCK-BID OPENING 10/27/09 @ 11:00 BID 09-167 Allen Vigil Bobby Jones Legacy Terry Cullen Ford Ford Ford Chevrolet Year 2010 2010 2010 2010 Brand Ford Ford Ford Ford Model Ranger Ranger Ranger Ranger Delivery Date 60 Days 120 Days 90 Days 90 Days 5.01 Model -EC-4x2 (4 Cyl)$13,483.00 $13,751.00 $13,522.00 $15,850.00 6 OUTFITTER'S SPECIALTY ITEMS 6.01 Fire Extinguisher 69$ 45$ 70$ 75$ 6.02 Three Plug Outlet Receptacle 33$ 45$ 35$ 40$ 6.03 Bed Liner 300$ 275$ 275$ 400$ 6.04 ToolBox 355$ 239$ 245$ 300$ 6.05 Class III Trailer Hitch 6.06 Trailer Wiring 6.07 2" Trailer Ball 6.08 Window Tint 155$ 95$ 205$ 200$ 6.09 Safety Cone Holder 6.1 Safety Cones 7 ALERT WARNING SYSTEMS 7.01 Backup Alarm 60 48 65 75 7.02 Cab Mount LED Flashiong Light TOTAL $14,455.00 $14,498.00 $14,417.00 $16,940.00 TOTAL $14,417.00 NOTE:BOBBY JONES FORD WILL MATCH LOW BID THROUGH THE LOCAL VENDOR PREFERENCE PRIOGRAM Attachment number 2Page 1 of 2 H THE Attachment number 2Page 2 of 2 Attachment number 3Page 1 of 8 Attachment number 3Page 2 of 8 Attachment number 3Page 3 of 8 Attachment number 3Page 4 of 8 Attachment number 3Page 5 of 8 Attachment number 3Page 6 of 8 Attachment number 3Page 7 of 8 Attachment number 3Page 8 of 8 Attachment number 4Page 1 of 3 Attachment number 4Page 2 of 3 Attachment number 4Page 3 of 3 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Tuesday, October 27, 2009 for furnishing: Bid Item #09-167 Compact Pickup Truck for Fleet Department Bid Item #09-168 6000 GVW Series Pickup Truck for Fleet Department Bid Item #09-169 Full Size Van for Fleet Department Bids 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 the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing 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. 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 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 September 24, October 1, 8, 15, 2009 Metro Courier September 30, 2009 cc: Tameka Allen Interim Deputy Administrator Ron Crowden Fleet Department Attachment number 5Page 1 of 1 Vendors Bobby Jones Ford PO Box 15398 Augusta, GA 30919 Legacy Ford, Inc. 413 Industrial Blvd McDonough, GA Gordon Chevrolet 2031 Gordon Hwy Augusta, GA 30909 Allen Vigil F-L-M 6790 Mt Zion Blvd Morrow, GA 30909 Terry Cullen Chevy 1250 Battle Creek Jonesboro, GA Duval Ford 5203 Waterside Jacksonville, FL 5.00 Vehicle Requirements Bid Price Bid Price Bid Price Bid Price Bid Price Bid Price 5.01 Compact Pickup $13,751.00 $13,522.00 $13,483.00 $15,850.00 5.02 Compact Pickup $15,161.00 $14,799.00 No Bid $16,690.00 5.03 Compact Pickup $17,154.00 $16,794.00 $16,698.00 $19,840.00 6.00 Outfitter's Spec 6.01-Fire Extinguisher $45.00 $70.00 $69.00 $75.00 6.02-Outlet receptacle $45.00 $35.00 $33.00 $40.00 6.03-Bedliner $275.00 $275.00 $300.00 $400.00 6.04-Toolbox $239.00 $245.00 $355.00 $300.00 6.05-Trailer hitch $170.00 $398.00 $55.00 $400.00 6.06-Trailer wiring $25.00 No Charge Standard No Charge 6.07-Trailer ball $11.00 $25.00 $25.00 $25.00 6.08-Window tint $95.00 $205.00 $155.00 $200.00 6.09-Safety cones holder $40.00 $47.00 $45.00 $50.00 6.10-Safety cones $115.00 $80.00 $76.00 $80.00 7.00 Alert Warn 7.01-Backup alarm $48.00 $65.00 $60.00 $75.00 7.02-LED top mount light $402.00 $430.00 $424.00 $450.00 Approximate Delivery 90-120 Days 65 Days ARO No-Bid 7-9 Weeks 100 Days Non-Compliant Subcontractor Affidavit, Non- Collusion Affidavit of Subcontractor, LSB Good Faith Efforts, and LSB Subcontractor/ Supplier Utilization Plan forms not properly executed Bid #09-167 2010 - Compact Pickup Truck for The City of Augusta - Fleet Department Bid Opening Date: Tuesday, October 27, 2009 at 11:00 a.m. Local vendors are highlighted in blue. Attachment number 6Page 1 of 1 Attachment number 7Page 1 of 2 Attachment number 7Page 2 of 2 Commission Meeting Agenda 5/18/2010 5:00 PM 2010 Fleetwood Trailer Department:Finance Department-Fleet Management Division Caption:Motion to approve the request from the Fire Department to declare a 1998 Fleetwood Trailer surplus and available for sale using the internet auction service. (Approved by Finance Committee May 10, 2010) Background:Chief Howard Willis has contacted Fleet Management requesting the 1998 Fleetwood Trailer, currently located behind Station # 5 on Martin Luther King Blvd. be disposed of. This single wide trailer was used as a temporary station in the 3500 block of Wrightsboro Road in early 2000 until the construction of Station 15 was completed. The trailer was moved to the rear of Station #5 where it has remained. The trailer is in poor condition, there has been some vandalism specifically one outer window has been broken and the front door has been forcibly opened so the door can no longer be locked. As a result the floor behind the door has had significant water damage. There is mold under one of the windows in the living room and several places where the carpet has been torn out and door trim removed. Holes are present in the walls. Photographs are attached for review. Analysis:This trailer has no value to this Government and should be sold as soon as possible. There is a possibility that Augusta will not be able to sell the trailer due to its current condition. Should this be the case Fleet Management could look into finding someone who will take the trailer at no cost, otherwise Augusta Fire Department will be forced to demolish the trailer on location and incur the cost of demolition and removal. Financial Impact:Should the item be sold on the GovDeals website, Augusta will pay GovDeals a service fee of 7.5% of the winning bid. Should there be no bids then Augusta will incur those costs with the disposal of the trailer. Alternatives:1. Approve the recommendation to dispose of the trailer. 2. Do not approve the request. Recommendation:Declare the trailer surplus and auction the trailer on GovDeals.com. In the event that there are no bids, dispose of the trailer in the most economical manner. Funds are Available in the Following Accounts: None required.Cover Memo REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Attachment number 2Page 1 of 1 Attachment number 3Page 1 of 1 Attachment number 4Page 1 of 1 Attachment number 5Page 1 of 1 Attachment number 6Page 1 of 1 Attachment number 7Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM 2010 Utilities - C&M Sewer Rodder Department:Finance Department, Fleet Management Division Caption:Motion to approve the replacement of one sewer rodder truck for the Utilities Department-Construction and Maintenance Division. (Approved by Finance Committee May 10, 2010) Background:The Utilities Department – Construction and Maintenance Division is requesting the replacement of 1 full size utility body truck, asset number F02133, a 2001 model truck with a disabled engine and high mileage and idle time. This type of truck is critical in the ongoing process of debris removal and cleaning of sewer pipes throughout Augusta. The evaluation sheet for this truck is included as an attachment to the agenda. In January 2010 this truck was taken to the maintenance shop for replacement of a bad water pump and running rough. The water pump was replaced and the diagnosis of the engine running rough was due to fouled injectors. The vehicle was taken to the vender and the final diagnosis for repair was to replace the injectors and also the engine as there was metal in the oil. The vehicle was determined to be uneconomically repairable. This vehicle is recommended for replacement. Analysis:Fleet Management submitted a request for bids through the Procurement Department utilizing the Demand Star electronic bid system which offers nationwide bid coverage. Two bids were received as follows: Bid 10-101: Bobby Jones = $81,273.00; Adams Equipment Company = $88,965.00; NOTE: Bobby Jones Ford has offered Augusta a further savings of $5,000 by utilizing their “non robotic” rodder system. We would like to accept their offer which would bring the final cost down to $76,273.00. See attachment vendor’s letter Financial Impact:The Utilities Department will utilize the GMA lease program and incur an annual premium of $25,424.33 for three years for a final cost of $ 76,273.00. Alternatives:1. Approve the award to the lowest bidder, Bobby Jones Ford of Augusta, Georgia 2.Do not approve the request. Recommendation:Approve the acquisition of one sewer rodder truck from Bobby Jones Ford (lowest Bid offer -10-101) for $76,273.00 for the Utilities Department – Construction & Maintenance Division. Funds are Available in the Following Accounts: GMA Lease-631-00-0000/11.19114 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Attachment number 2Page 1 of 2 Attachment number 2Page 2 of 2 Attachment number 3Page 1 of 1 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Tuesday, April 6, 2010 for furnishing: Bid Item #10-101 Sewer Rodder Truck for Fleet Department Bids 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 the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing 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. All questions are to be submitted in writing by Tuesday, March 23, 2010 by 5:00 p.m. 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. 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 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 25, March 4, 11, 18, 2010 Metro Courier March 3, 2010 cc: Tameka Allen Interim Deputy Administrator Ron Crowden Fleet Department Attachment number 4Page 1 of 1 Ve n d o r s : Ad a m s E q u i p m e n t C o . 14 3 1 L a n i e r R o a d Wh i t e P l a i n s , G A 30 6 7 8 Bo b b y J o n e s F o r d P. O . B o x 1 5 3 9 8 Au g u s t a , G A 3 0 9 1 9 At t a c h m e n t B Ye s Y e s Bi d d e r s F o r m Ye s Y e s CH A S S I S : Ye a r 2 0 1 1 2 0 1 1 Ma k e F o r d F o r d Mo d e l F 5 5 0 4 X 4 F 5 5 0 BO D Y Ye a r 2 0 1 0 2 0 1 0 Ma k e Se w e r E q u i p m e n t C o of A m e r i c a SR E C O F l e x i b l e Mo d e l 8 6 6 I I R o d d e r H S R S R 3 7 5 T M BI D P R I C E : $ 8 8 , 9 6 5 . 0 0 $8 1 , 2 7 3 . 6 4 (i f o r d e r e d b y 3 1 M a y ) $8 3 , 8 0 5 . 6 4 (i f o r d e r a f t e r 3 1 M a y ) Pr o j e c t e d D e l i v e r y D a t e : 60 D a y s A R C h a s s i s 12 0 D a y s T o t a l 3 - 4 M o n t h s f r o m P O Ex c e p t i o n s N o t e d Bi d I t e m # 1 0 - 1 0 1 Se w e r R o d d e r T r u c k Fo r t h e C i t y o f A u g u s t a - F l e e t D e p a r t m e n t Bi d O p e n i n g D a t e : T u e s d a y , A p r i l 6 , 2 0 1 0 a t 1 1 : 0 0 a . m . Pa g e 1 o f 1 Attachment number 5Page 1 of 1 Attachment number 6Page 1 of 2 Attachment number 6Page 2 of 2 Commission Meeting Agenda 5/18/2010 5:00 PM 2010 Utilities - Crew Department:Finance Department, Fleet Management Caption:Motion to approve the replacement of two utility-body crew trucks for the Utilities Department-Construction and Maintenance Division. (Approved by Finance Committee M ay 10, 2010) Background:The Utilities Department – Construction and Maintenance Division is requesting the replacement of 2 full size utility body trucks, F-450’s, asset numbers 994207 and 994208. The trucks are 1999 models and have excessive wear and tear. The department would like to replace these two trucks (F-450’s-15,000 GVW) with a larger chassis truck (F-550’s-19,000 GVW) in order to avoid the suspension, steering and brake problems that have been plaguing these units in the past. The evaluation sheets for these trucks are included as an attachment to the agenda. Analysis:Fleet Management submitted a request for bids through the Procurement Department utilizing the Demand Star electronic bid system which offers nationwide bid coverage. For the full size utility body truck, Bid 10-097, four bids were received as follows: Allan Vigil Ford = “Non-Compliant”; Bobby Jones = $49,768.00; Legacy Ford = $49,363.00; Wade Ford = “Non- Compliant”. Bobby Jones Ford will exercise the Local Vendor Preference clause of the bid contract and match Legacy Ford’s price for the bid award. Financial Impact:The vehicles will be purchased using the GMA lease program and incur an annual premium obligation of $32,908.66 each year for 3 years. The total cost of the two trucks is $ 98,726.00. Alternatives:1.0 Approve the award to the lowest bidder through the Local Vendor Preference program , Bobby Jones Ford of Augusta, Georgia 2.)Do not approve the request Recommendation:Approve the acquisition of two F550 utility body trucks from Bobby Jones Ford (lowest Bid offer -10-097) for $98,726.00 for the Utilities Department – Construction & Maintenance Division and declare 994207 and 994298 surplus and available for auction. Funds are Available in the Following Accounts: GMA Lease program :631-00-0000/11.19114 --506-04-3410/54.22210 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Friday, March 19, 2010 for furnishing: Bid Item #10-097 17,500 GVW Truck for Fleet Department Bids 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 the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing 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. All questions are to be submitted in writing by Tuesday, March 9, 2010 by 5:00 p.m. 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. 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 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 11, 18, 25, March 4, 2010 Metro Courier February 17, 2010 cc: Tameka Allen Interim Deputy Administrator Ron Crowden Fleet Department Attachment number 1Page 1 of 1 Allan Vigil Ford 275 North Glynn St. Fayetteville, GA 30214 Bobby Jones Ford PO Box 15398 Augusta, GA 30919 Legacy Ford Inc 413 Industrial Blvd McDonough, GA 30253 Wade Ford 3860 South Cobb Dr Smyrna, GA 30080 Yes Yes Yes Yes 90 - 120 days 90 -120 days 5.01 Fullsize pickup truck $31,754.00 $30,685.00 5.02 Fullsize pickup truck $34,468.00 $33,399.00 5.03 Fullsize pickup truck $33,440.00 $32,361.00 5.04 Fullsize pickup truck $37,176.00 $35,947.00 5.05 Fullsize pickup truck $34,334.00 $33,115.00 5.06 Fullsize pickup truck $38,044.00 $36,750.00 5.07 Limited slip rear axle $299.00 $360.00 5.08 Heavy duty cooling standard standard 5.09 Heavy duty electrical standard standard 5.10 Heavy duty suspension standard $125.00 5.11 Rear seat deleted na na 5.12 19,000 GVW payload $959.00 $1,155.00 5.13 Trailer tow mirrors standard standard 5.14 Roof clearance lights standard standard 5.15 Speed control/tilt steer $195.00 $235.00 5.16 Skid plate package $83.00 $100.00 5.17 Power take-off provision $232.00 $280.00 6.01 Fire extinguisher $45.00 $60.00 6.02 Outlet receptacle $45.00 $45.00 6.03 Electric barke controller $120.00 $125.00 6.04 Service body dual rear $6,367.00 $6,500.00 6.05A Crane service body $8,100.00 $8,300.00 6.05B Service crane-lift Moore $6,900.00 $5,500.00 6.06 J-Hook $267.00 $275.00 6.07 Panel top for utility serv $3,668.00 $3,868.00 6.08 Panel top for utility serv $4,275.00 $4,525.00 6.09 Service body bumper $393.00 $395.00 Non-Compliant Failed to provide a proper E-Verify User Identification Number Attachment B Bidder's Form Bid Item #10-097 17,500 GVW Truck The City of Augusta - Fleet Department Bid Opening Date: Friday, March 19, 2010 @ 11:00 a.m. Vendors Non-Compliant Failed to provide a proper E-verify User Identication Number and the Entire Section of Attachment B Delivery Time Page 1 of 2 Attachment number 2Page 1 of 2 Allan Vigil Ford 275 North Glynn St. Fayetteville, GA 30214 Bobby Jones Ford PO Box 15398 Augusta, GA 30919 Legacy Ford Inc 413 Industrial Blvd McDonough, GA 30253 Wade Ford 3860 South Cobb Dr Smyrna, GA 30080 Bid Item #10-097 17,500 GVW Truck The City of Augusta - Fleet Department Bid Opening Date: Friday, March 19, 2010 @ 11:00 a.m. Vendors 6.1 Service body bumper $304.00 $325.00 6.11 Stake body $3,646.00 $3,846.00 6.12 Tommy gate lift $2,000.00 $1,910.00 6.13 Spotlight $245.00 $160.00 6.14 Spotlights $490.00 $325.00 6.15 Toolbox $240.00 $250.00 6.16 Trailer hitch $235.00 $210.00 6.17 Trailer wiring $25.00 $25.00 6.18 Trailer ball $10.00 $15.00 6.19 Pintle hook $150.00 $100.00 6.20 Pintle hook $150.00 $125.00 6.21 Pipe vise $253.00 $265.00 6.22 Spot mirrors standard $5.00 6.23 Window tint, regular $90.00 $175.00 6.24 Window tint, extend cab $110.00 $188.00 6.25 Window tint, crew cab $130.00 $197.00 6.26 Safety cone holder $40.00 $35.00 6.27 Safety cones $100.00 $81.00 7.01 Backup alarm $48.00 $45.00 7.02 Magnetic LED light $310.00 $395.00 7.03 LED top mount light $397.00 $495.00 7.04 Traffic advisor light bar $580.00 $599.00 7.05 Traffic advisor light bar $1,160.00 $1,190.00 The following vendor submitted a No Bid Response: Terry Cullen Chevrolet The following vendor submitted a Non Responsive Bid : Allen Vigil Ford, 6790 Mt Zion Blvd, Morrow, GA 30260 Non-Compliant Failed to provide a proper E-verify User Identication Number and the Entire Section of Attachment B Non-Compliant Failed to provide a proper E-Verify User Identification Number Page 2 of 2 Attachment number 2Page 2 of 2 Attachment number 3Page 1 of 1 19000 GVW TRUCKS BID 10-097 Bobby Jones Legacy Ford Ford Year 2011 2011 Brand Ford Ford Model F550 F550 Delivery Date 90-120 Days 90-120 Days 5.05 Price - CC-4x2 $34,334.00 $33,115.00 5.07 Limited Slip Rear Axle 299.00 360.00 5.08 HD Cooling Package 0.00 0.00 5.09 HD Electrical Package 0.00 0.00 5.10 HD Suspension Package 0.00 125.00 5.12 19,000 GVW Payload 959.00 1,155.00 5.13 Trailer Tow Mirrors 0.00 0.00 5.14 Roof Clearance Lights 0.00 0.00 6.00 OUTFITTER'S SPECIALTY ITEMS 6.01 Fire Extinguisher 45.00 60.00 6.02 Three Plug Outlet Receptacle 45.00 45.00 6.03 Electric Brake Controller 120.00 125.00 6.04 11' Service Body 6,367.00 6,500.00 6.06 J Hooks and Railing 267.00 275.00 6.08 Panel Top-72"4,275.00 4,525.00 6.10 Service Body Bumper-Pintle 304.00 325.00 6.14 Dual Spotlights 490.00 325.00 6.17 Trailer Wiring 25.00 25.00 6.20 Pintle Hook-Dual Purpose 150.00 125.00 6.21 Pipe Vise-Rigid Model 40195 253.00 265.00 6.22 Spot Mirrors 0.00 5.00 6.25 Window Tint-CC 130.00 197.00 6.27 Safety Cones-4 100.00 81.00 7.00 ALERT WARNING SYSTEMS 7.01 Backup Alarm 48.00 45.00 7.03 Cab Mount LED Light 397.00 495.00 7.05 Traffic Advisor-Dual 1,160.00 1,190.00 $49,768.00 $49,363.00 $49,363.00 FOR ALL DEPARTMENTS-17,500 GVW TRUCKS-BID OPENING MARCH 19 @ 11:00 Attachment number 4Page 1 of 1 Attachment number 5Page 1 of 4 Attachment number 5Page 2 of 4 Attachment number 5Page 3 of 4 Attachment number 5Page 4 of 4 Commission Meeting Agenda 5/18/2010 5:00 PM 2010 Utilities Backhoe Department:Finance Department, Fleet Management Division Caption:Motion to approve request from Utilities Department-Construction & Maintenance Division to replace one Backhoe Loader (4X4). (Approved by Finance Committee May 10, 2010) Background:The Augusta Utilities Department-Construction and Maintenance Division requests the replacement of one 4X4, rubber tired, backhoe/loader, asset number F00168. Backhoe loaders are critical and essential to the maintenance of water and sewer lines. Two backhoes were reviewed for replacement and one met the requirements for replacement. The evaluation of the 2001 backhoe to be replaced in attached for review. Analysis:Fleet Management submitted a request for bids through the Procurement Department utilizing the Demand Star electronic bid system which offers nationwide bid coverage. The Procurement Department received quotes back from 2 vendors on bid 10-105 with the following results: (1) ASC Construction Equipment Company did not meet bid specifications; (2) Border Equipment Company = $71,098.00. Financial Impact:The unit will be purchased for $71,098 using the GMA lease program, with an annual premium of $23,699.33 each year for 3 years. Alternatives:1. Approve the award to Border Equipment Company (2.) Do not approve the request. Recommendation:Approve request to purchase the replacement backhoe from Border Equipment Company for $71,098.00 and declare the existing backhoe surplus and available for auction. Funds are Available in the Following Accounts: GMA Lease program: (631-00-0000/11.19114)506-04-3410/54.22210 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Cover Memo Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 2011 SEWER RODDER TRUCK BID 10-105 ASC Construction Border Equipment Co, Inc. Equipment Year 2010 2010 Make Volvo Case Model BL70CAE 590 SM+ Bid Price Each Did Not Meet Specifications $71,098.00 Bid Price Total (2)Did Not Meet Specifications $142,196.00 Delivery Date 120 Days ARO 90 Days ARO Vendor did not meet the following specifications: Sec 2 Item 5.04 UTILITIES-C & M - BACKHOE/LOADER - BID OPENING 04/13/10 @ 11:00 Attachment number 2Page 1 of 1 Attachment number 3Page 1 of 1 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Tuesday, April 13, 2010 for furnishing: Bid Item #10-104 Single Axle Dump Truck for Fleet Department Bid Item #10-105 Rubber Tire Backhoe/Loader for Fleet Department Bid Item #10-107 Hot Water Pressure Washer for Fleet Department Bids 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 the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing 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. All questions are to be submitted in writing by Tuesday, March 30, 2010 by 5:00 p.m. 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. 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 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 March 4, 11, 18, 25, 2010 Metro Courier March 10, 2010 cc: Tameka Allen Interim Deputy Administrator Ron Crowden Fleet Department Attachment number 4Page 1 of 1 Ve n d o r s AS C C o n s t r u c t i o n Eq u i p m e n t 23 0 3 A i r p o r t B l v d Ca y c e , S C 2 9 0 3 3 Tr a c t o r & E q u i p m e n t 38 0 9 M i k e P a d g e t t H w y Au g u s t a , G A 3 0 9 0 6 Bo r d e r E q u i p m e n t 28 0 4 W y l d s R o a d Au g u s t a , G A 3 0 9 0 9 He r t z E q u i p m e n t 20 1 7 R a w l e y R o a d Au g u s t a , G A 3 0 9 0 6 Je n k i n s T r a c t o r 35 8 5 M i k e P a d g e t t H w y Au g u s t a , G A 3 0 9 0 6 Lo w C o u n t r y M a c h i n e s 10 0 8 E a s t H i g h w a y 8 0 Po o l e r , G A 3 1 3 2 2 Ve r m e e r S a v a n n a h 41 1 - B T e l f a i r R d Sa v a n n a h , G A 3 1 4 1 5 At t a c h m e n t B Ye s Ye s Bi d d e r ' s F o r m / Ac k n o w l e d g e o f Ad d e n d a Ye s Ye s Ye a r 20 1 0 20 1 0 Mo d e l BL 7 0 C A E 5 9 0 S M + Bi d P r i c e E a c h $6 7 , 2 4 4 . 0 0 $ 7 1 , 0 9 8 . 0 0 To t a l Bi d P r i c e $1 3 4 , 4 8 8 . 0 0 $ 1 4 2 , 1 9 6 . 0 0 N o B i d R e s p o n s e De l i v e r y D a t e 12 0 D a y s A R O 9 0 D a y s Vo l v o Bi d I t e m # 1 0 - 1 0 5 Ru b b e r T i r e B a c k h o e / L o a d e r fo r t h e C i t y o f A u g u s t a - F l e e t D e p a r t m e n t Br a n d Ca s e Bi d O p e n i n g D a t e : T u e s d a y , A p r i l 1 3 , 2 0 1 0 @ 1 1 : 0 0 a . m . Pa g e 1 o f 2 Attachment number 5Page 1 of 2 Ve n d o r s Re l i a b l e E q u i p m e n t R e n 40 0 1 W a s h i n g t o n R d Ma r t i n e z , G A 3 0 9 0 7 Gr o v e R i v e r M a c h i n e s 90 2 L o n g w o o d D r Ri c h m o n d H i l l , G A 3 1 3 2 4 At t a c h m e n t B Bi d d e r ' s F o r m / Ac k n o w l e d g e o f Ad d e n d a Ye a r Mo d e l Bi d P r i c e E a c h To t a l Bi d P r i c e De l i v e r y D a t e Bi d I t e m # 1 0 - 1 0 5 Ru b b e r T i r e B a c k h o e / L o a d e r fo r t h e C i t y o f A u g u s t a - F l e e t D e p a r t m e n t Bi d O p e n i n g D a t e : T u e s d a y , A p r i l 1 3 , 2 0 1 0 @ 1 1 : 0 0 a . m . Br a n d Pa g e 2 o f 2 Attachment number 5Page 2 of 2 Attachment number 6Page 1 of 3 Attachment number 6Page 2 of 3 Attachment number 6Page 3 of 3 Commission Meeting Agenda 5/18/2010 5:00 PM 2010 Utilities Compact Pickup Trucks Department:Finance Department, Fleet Management Division Caption:Motion to approve request from Utilities Department to replace 3 Compact Pickup Trucks in Customer Service Division (2-each) and Highland Filter Plant (1-each). (Approved by Finance Committee May 10, 2010) Background:The Augusta Utilities Department-Customer Service Division requests the replacement of two compact pickup trucks used by the Meter Division supporting meter readers. The trucks to replace are F00099and F00098, both are 2001 Ford Rangers which meet the replacement criteria approved by the Augusta Commission. Evaluations are provided as attachments for review. One additional truck is requiring replacement because it was totaled in November 2009 in an accident at the Highland Avenue Filter plant. During construction a contractors (high lift) forklift fell on top of the Ford Ranger totaling the truck. Recovery has been completed through Risk Management and we now need to proceed with its replacement. Analysis:Fleet Management submitted a request for bids through the Procurement Department utilizing the Demand Star electronic bid system which offers nationwide bid coverage. The Procurement Department received quotes back from 4 vendors, the results are provided as an attachment. Bobby Jones Ford requests local vender preference be extended to them as they will match the low bid. The Bid Tab sheet is attached for review. Financial Impact:The trucks will be purchased for $14,567.00 each or for a total of $43,701.00. Funding for the purchase of this equipment will be through the GMA lease program where the units will be purchased over a three year period with an annual premium payment of $14,567.00 each year for 3 years. Alternatives:(1.) Approve the request, (2) Disapprove the reqest. Recommendation:Approve request from Utilities Department for the purchase of three compact pickup trucks using the GMA lease program and declaring the replaced trucks surplus and available for auction. Funds are Available in the Following Accounts: GMA Lease program: (631-00-0000/11.19114) 506-04-3210/5422210 & 506-04-3520/5422210 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 3 Attachment number 1Page 2 of 3 Attachment number 1Page 3 of 3 Attachment number 2Page 1 of 1 COMPACT PICKUP TRUCK-BID OPENING 10/27/09 @ 11:00 BID 09-1167 Allen Vigil Bobby Jones Legacy Terry Cullen Ford Ford Ford Chevrolet Year 2010 2010 2010 2010 Brand Ford Ford Ford Ford Model Ranger Ranger Ranger Ranger Delivery Date 60 Days 120 Days 90 Days 90 Days 5.01 Model -EC-4x2 (4 Cyl)$13,483.00 $13,751.00 $13,522.00 $15,850.00 6 OUTFITTER'S SPECIALTY ITEMS 6.01 Fire Extinguisher 69 45 70 75 6.02 Three Plug Outlet Receptacle 6.03 Bed Liner 300 275 275 400 6.04 ToolBox 6.05 Class III Trailer Hitch 6.06 Trailer Wiring 6.07 2" Trailer Ball 6.08 Window Tint 155 95 205 200 6.09 Safety Cone Holder 6.1 Safety Cones 7 ALERT WARNING SYSTEMS 7.01 Backup Alarm 60 48 65 75 7.02 Cab Mount LED Flashiong Light 424 402 430 450 TOTAL $14,455.00 $14,498.00 $14,567.00 $16,940.00 14,567.00$ NOTE:BOBBY JONES FORD WILL MATCH LOW BID THROUGH THE LOCAL VENDOR PREFERENCE PRIOGRAM Attachment number 3Page 1 of 1 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Tuesday, October 27, 2009 for furnishing: Bid Item #09-167 Compact Pickup Truck for Fleet Department Bid Item #09-168 6000 GVW Series Pickup Truck for Fleet Department Bid Item #09-169 Full Size Van for Fleet Department Bids 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 the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing 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. 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 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 September 24, October 1, 8, 15, 2009 Metro Courier September 30, 2009 cc: Tameka Allen Interim Deputy Administrator Ron Crowden Fleet Department Attachment number 4Page 1 of 1 Vendors Bobby Jones Ford PO Box 15398 Augusta, GA 30919 Legacy Ford, Inc. 413 Industrial Blvd McDonough, GA Gordon Chevrolet 2031 Gordon Hwy Augusta, GA 30909 Allen Vigil F-L-M 6790 Mt Zion Blvd Morrow, GA 30909 Terry Cullen Chevy 1250 Battle Creek Jonesboro, GA Duval Ford 5203 Waterside Jacksonville, FL 5.00 Vehicle Requirements Bid Price Bid Price Bid Price Bid Price Bid Price Bid Price 5.01 Compact Pickup $13,751.00 $13,522.00 $13,483.00 $15,850.00 5.02 Compact Pickup $15,161.00 $14,799.00 No Bid $16,690.00 5.03 Compact Pickup $17,154.00 $16,794.00 $16,698.00 $19,840.00 6.00 Outfitter's Spec 6.01-Fire Extinguisher $45.00 $70.00 $69.00 $75.00 6.02-Outlet receptacle $45.00 $35.00 $33.00 $40.00 6.03-Bedliner $275.00 $275.00 $300.00 $400.00 6.04-Toolbox $239.00 $245.00 $355.00 $300.00 6.05-Trailer hitch $170.00 $398.00 $55.00 $400.00 6.06-Trailer wiring $25.00 No Charge Standard No Charge 6.07-Trailer ball $11.00 $25.00 $25.00 $25.00 6.08-Window tint $95.00 $205.00 $155.00 $200.00 6.09-Safety cones holder $40.00 $47.00 $45.00 $50.00 6.10-Safety cones $115.00 $80.00 $76.00 $80.00 7.00 Alert Warn 7.01-Backup alarm $48.00 $65.00 $60.00 $75.00 7.02-LED top mount light $402.00 $430.00 $424.00 $450.00 Approximate Delivery 90-120 Days 65 Days ARO No-Bid 7-9 Weeks 100 Days Non-Compliant Subcontractor Affidavit, Non- Collusion Affidavit of Subcontractor, LSB Good Faith Efforts, and LSB Subcontractor/ Supplier Utilization Plan forms not properly executed Bid #09-167 2010 - Compact Pickup Truck for The City of Augusta - Fleet Department Bid Opening Date: Tuesday, October 27, 2009 at 11:00 a.m. Local vendors are highlighted in blue. Attachment number 5Page 1 of 1 Attachment number 6Page 1 of 2 Attachment number 6Page 2 of 2 Commission Meeting Agenda 5/18/2010 5:00 PM 2010 Utilities Dump Truck Department:Finance Department, Fleet Management Caption:Motion to approve request from Utilities Department-Construction & Maintenance Division to replace a 1996 Single Axle Dump Truck. (Approved by Finance Committee May 10, 2010) Background:The Augusta Utilities Department-Construction and Maintenance Division requests the replacement of a 1996 single axle dump truck, asset number 950116 that has an extensive repair history, costly accumulated maintenance and whose operational reliability is questionable. This vehicle has been evaluated and meets the criteria for replacement based on the evaluation criteria approved by the Augusta Commission in April 2004. The evaluation sheet is attached for review. Analysis:Fleet Management submitted a request for bids through the Procurement Department utilizing the Demand Star electronic bid system which offers nationwide bid coverage. The Procurement Department received quotes back from 2 vendors with the following results: (1) Allan Vigil Ford = $68,292.00; (2) Wade Ford – Non-compliant. The tab sheet is attached for review. Financial Impact:The unit will be purchased for $68,551.00 using the GMA Lease Program. The Department will incur a premium payment of $22,850.33 per year for three years. Alternatives:1. Approve the award to Allen Vigil Ford. 2.Do not approve the request. Recommendation:Approve the purchase of one single axle dump truck from Allan Vigil Ford to replace Asset Number 950166 for $68,551.00 and declare 950166 surplus and available for auction. Funds are Available in the Following Accounts: GMA Lease Program (631-00-0000/19.19114) 506-04-3410/5422210 REVIEWED AND APPROVED BY: Finance. Procurement. Cover Memo Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Attachment number 2Page 1 of 1 Attachment number 3Page 1 of 1 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Tuesday, April 13, 2010 for furnishing: Bid Item #10-104 Single Axle Dump Truck for Fleet Department Bid Item #10-105 Rubber Tire Backhoe/Loader for Fleet Department Bid Item #10-107 Hot Water Pressure Washer for Fleet Department Bids 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 the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing 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. All questions are to be submitted in writing by Tuesday, March 30, 2010 by 5:00 p.m. 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. 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 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 March 4, 11, 18, 25, 2010 Metro Courier March 10, 2010 cc: Tameka Allen Interim Deputy Administrator Ron Crowden Fleet Department Attachment number 4Page 1 of 1 Ve n d o r s Al l a n V i g i l F o r d 67 9 0 M t Z i o n B l v d Mo r r o w , G A 3 0 2 6 0 Ma y s I n t e r n a t i o n a l 13 5 7 G o r d o n H i g h w a y Au g u s t a , G A 3 0 9 0 1 Fl e e t c a r e C o m m e r c i a l Tr u c k s 12 4 2 N o w e l l D r i v e Au g u s t a , G A 3 0 9 0 1 Bu n c h T r u c k & Eq u i p m e n t 12 3 1 G o r d o n H i g h w a y Au g u s t a , G A 3 0 9 0 1 Be c k M o t o r C o m p a n y 17 0 7 S S l a p p e y B l v d Al b a n y , G A 3 1 7 0 1 Wa d e F o r d I n c P. O . B o x 1 5 8 7 Sm y r n a , G A 3 0 0 8 1 Ba l l a r d T r u c k & T i r e 20 5 4 O l d S a v a n n a h Ro a d Au g u s t a , G A 3 0 9 0 1 At t a c h m e n t B Ye s Bi d d e r ' s F o r m / Ac k n o w l e d g e o f Ad d e n d a Ye s Ye a r 20 1 1 Mo d e l F7 5 0 Bi d P r i c e $6 8 , 2 9 2 . 0 0 No B i d R e s p o n s e De l i v e r y D a t e Au g u s t , 2 0 1 0 9. 0 0 Op t i o n a l Eq u i p m e n t 9. 0 1 Au t o m a t i c Tr a n s m i s s i o n $5 , 7 5 0 . 0 0 9. 0 2 El e c t r o n i c St a b i l i t y P r o g r a m Au t o m a t i c T C $2 5 9 . 0 0 Fo r d No n - C o m p l i a n t Fa i l e d t o P r o v i d e Co m p a n y ' s E - Ve r i f y U s e r Id e n i f i c a t i o n Nu m b e r Bi d I t e m # 1 0 - 1 0 4 Si n g l e A x l e D u m p T r u c k fo r t h e C i t y o f A u g u s t a - F l e e t D e p a r t m e n t Br a n d Bi d O p e n i n g D a t e : T u e s d a y , A p r i l 1 3 , 2 0 1 0 @ 1 1 : 0 0 a . m . Pa g e 1 o f 1 Attachment number 5Page 1 of 1 Attachment number 6Page 1 of 3 Attachment number 6Page 2 of 3 Attachment number 6Page 3 of 3 Commission Meeting Agenda 5/18/2010 5:00 PM Barton Village Community Center/Neighborhood Enhancement Program Department:Clerk of Commission Caption:Motion to approve recommendation from the Administrator to fund the Barton Village Community Center/Neighborhood Enhancement Program in the amount of $30,500 for the contingency fund for the remainder of the year; reduce the hours of operations for the program from 7 1/2 hours per day to 4 1/2 hours per day four days a week; remove certain positions so that 2 part-time people would remain to administer the program, utilize resources from Augusta Technical College to administer the GED portion of the program; and utilize some add'tl volunteers to provide some counseling and programming. (Approved by Finance Committee May 10, 2010) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Attachment number 1Page 1 of 5 Attachment number 1Page 2 of 5 Attachment number 1Page 3 of 5 Attachment number 1Page 4 of 5 Attachment number 1Page 5 of 5 Commission Meeting Agenda 5/18/2010 5:00 PM Historic Preservation Fund Grant Award Department:Planning Commission Caption:Motion to approve a Budget Resolution and a contract with the Georgia Department of Natural Resources (DNR) for Phase 3 of the Harrisburg-West End Historic District Survey. (Approved by Finance Committee May 10, 2010) Background:Earlier this year the Augusta Commission authorized submission of a grant application to DNR to help finance development of Phase 3 of the Harrisburg-West End historic properties survey. The application was submitted on February 1, 2010. Two copies of the grant contract were received on April 30, 2010. Under the contract, the city has been awarded an $11,000 reimbursable grant for the project. Analysis:A qualified historic preservation consultant will be hired to complete the third and final phase of the survey of historic resources in the Harrisburg- West End National Register Historic District. Approximately 630 of the 1,600 properties in the district will be surveyed during phase three. An architectural description of each resource, its age, history, setting, location and significance will be recorded. The survey will conform to applicable standards and the results will be entered into an online database maintained by the Historic Preservation Division of DNR. Hard copies of the survey map and the completed survey forms will be provided to the city and DNR. The Planning Commission will manage the project and provide some of the required in-kind match. Others providing in-kind donations include the Historic Preservation Commission, the Harrisburg-West End Neighborhood Association and the city Finance Department and GIS staffs. Financial Impact:This is a reimbursable grant program. As a result, the city will have to make periodic payments to the project consultant and then request reimbursement from DNR. The maximum temporary cost to the city is $11,000. The project budget is as follows - HPF Grant - $11,000; Local Match (cash and in-kind) - $7,335; Total - $18,335. Alternatives:Accept the grant award or reject it and find another way complete the survey work. Recommendation:Approve budget resolution and execution of the project contract. Funds are Available in the Following Accounts: Project account number to be assigned by the Finance Department following approval of the budget resolution and the contract with DNR. Cover Memo REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Budget Resolution STATE OF GEORGIA ) AUGUSTA RICHMOND COUNTY AUGUSTA-RICHMOND COUNTY ) COMMISSION BUDGET AMENDMENT NO:…………… IT IS HEREBY ORDERED that the General Fund Budget for the year 2010 be amended to reflect increased revenue of $18,335.00 resulting from federal grant income of $18,335.00 IT IS FURTHER ORDERED that the appropriations be increased by $18,335.00 for payment of the Harrisburg-West End Historic District Survey, Phase 3. The total budget for the project is $18,335.00. REVENUES Grant from Georgia DNR $ 11,000.00 Local Match (In-Kind & Cash) $ 7,335.00 Total $ 18,335.00 APPROPRIATIONS Grant from Georgia DNR $ 11,000.00 Local Match (In-Kind & Cash) $ 7,335.00 Total $ 18,335.00 DEKE COPENHAVER, MAYOR Approved this ……the day of…… 2010 AUGUSTA-RICHMOND COUNTY COMMISSION ______________________________ As its mayor Attest: ________________ Clerk of Commission Attachment number 2Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM New Transportation Bill Department:Administrator Caption:Motion to approve tasking the Administrator to meet with the CSRA Regional Development Commission and put together a joint meeting of representatives from the various areas and GDOT to develop a program regarding the new transportation bill that would serve the entire region. (Approved by Finance Committee May 10, 2010) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Augusta Canal FERC Licensing Process – Dam Safety Compliance Department:Utilities Caption:Motion authorize execution of an amendment to an agreement with Cranston Engineering Group for engineering services in the amount of $186,450 for complying with the FERC Dam Safety Performance Monitoring Program to support the Augusta Canal Licensing Process. (Approved by Engineering Services Committee May 10, 2010) Background:The Augusta Commission authorized, in February 2009, for Cranston Engineering Group to provide certain engineering services to Augusta for having the Augusta Canal licensed through the Federal Energy Regulatory Commission. This process includes a Dam Safety Performance Monitoring Program. This program involves a comprehensive approach to technical data reporting, potential failure mode identification, surveillance and monitoring, emergency action planning, security and vulnerability planning, and a series of inspections and reports. Attached to the agenda item as backup is a proposal detailing the requirements. Analysis:Licensed FERC projects must comply with the applicable requirements of the Federal Regulation Title 18 for Dam Safety Compliance Monitoring Program. This amendment will update and prepare the annual submittals to remain in compliance. Financial Impact:Funds for this request are included in account number 507043410- 5425110/80320115-5425110. Alternatives:No alternatives are recommended. Recommendation:We recommend the Commission authorize execution of an amendment to an agreement with Cranston Engineering Group for engineering services amount of $186,450 for complying with FERC Dam Safety Performance Monitoring Program to support the Augusta Canal Licensing Process. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY:Cover Memo Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 7 Attachment number 1Page 2 of 7 Attachment number 1Page 3 of 7 Attachment number 1Page 4 of 7 Attachment number 1Page 5 of 7 Attachment number 1Page 6 of 7 Attachment number 1Page 7 of 7 Commission Meeting Agenda 5/18/2010 5:00 PM Cost Sharing Agreement Burgess Hills & Cushendal Hills Subdivisions Department:Augusta Utilties Department Caption:Motion to approve cost sharing agreement in an amount not to exceed $70,000.00 with the developers of Burgess Hills and Cushendal Hills Subdivisions. (Approved by Engineering Services Committee May 10, 2010) Background:Burgess Hills and Cushendal Hills Subdivisions are proposed developments on the south side of Belair Rd. just west of Wrightsboro Rd. The developer has approached the Augusta Utilities Department with a proposal to cost share with jack and boring the sanitary sewer under the roadway to open up the area on the south side of Belair Rd. By jack and boring under Belair Rd to the south side; sanitary sewer will be available for not only these two developments but approximately 18 other parcels as well. Analysis:The cost sharing agreement is for AUD to participate up to $70,000.00 for the jack and bore under Belair Rd. the developer will be reimbursed after the construction is inspected and accepted into AUD system in accordance with our requirements and specifications. Financial Impact:Funds for the project are available under account number 507043420- 5425210/81000020-5425210. Alternatives:No alternatives are recommended. Recommendation:We recommend the Commission authorize the execution of a cost sharing agreement in an amount not to exceed $70,000.00 with the developers of Burgess Hills and Cushendal Hills Subdivisions. Funds are Available in the Following Accounts:507043420-5425210 81000020-5425210 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM Ft Gordon CM @ Risk Contract Selection Process Department:Utilities Caption:Motion to authorize the notification of the selection results to prospective firms and proceed with negotiations of a contract with the top ranked firm, Tetra Tech Inc. for Construction Manager at Risk Services for Various Projects at Ft. Gordon. (Approved by Engineering Services Committee May 10, 2010) Background:The Utilities Department through the Purchasing Department prepared and advertised a Request of Qualification for a Construction Manager at Risk for Various Projects at Ft Gordon. The RFQ’s were opened on March 23, 2010. Since the submittal of the RFO’s, both the Utilities Department and Purchasing Department have been involved in the process of ranking the qualified firms. This process began with review of information submitted from interested firms, continued with a short listing of qualified firms and culminated with interviews of the top three (3) firms by a selection committee. Analysis:The Selection Committee conducted interviews on April 23, 2010. At the completion of the interviews, the Selection Committee ranked the firms as follows: 1. Tetra Tech Inc. 2. Crowder Construction Co. 3. Haskell Upon approval by the August Commission, the Utilities Department will begin negotiation with the top ranked firm. If negotiations for a mutually acceptable agreement can not be reached, we would like to reserve the right to negotiate with the remaining firms in the order as shown. Financial Impact:No funds are being requested at this time. The cost for Construction Management at Risk services will be brought to the Commission when negotiations are completed. Alternatives:If the Augusta Utilities Department can not reach a satisfactory agreement with the top ranked firm, the remaining firms in the order as shown should be considered for negotiations. Recommendation:We recommend the Commission authorize the notification of the selection results to perceptive firms and proceed with negotiations of a contract with the top ranked firm, Tetra Tech Inc. for Construction Manager at Risk Services for Various Projects at Ft Gordon. Funds are Available in the Following Accounts: No funds are being requested at this time. The cost for Construction Management at Risk services will be brought to the Commission when negotiations are completed. Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo UTILITIES DEPARTMENT Tom D. Wiedmeier, PE Director Augusta Utilities 360 Bay Street ± Suite 180 - Augusta, GA 30901 (706) 312-4160 ± Fax (706) 312-4123 www.augustaga.gov To: Ms Geri Sams, Procurement Director From: Tom Wiedmeier, Director Augusta Utilities Date: April 30, 2010 Re: RFQ #10-100, Construction Management at Risk for Fort Gordon Selection Committee Recommendation The Selection Committee for the Construction Management @ Risk (RFQ#10-100) met on the afternoon of April 23, 2010 for the presentations by the previously identified shortlisted firms. The Selection Committee also convened on April 26, 2010 to review the information provided in the interview process and compare the scoring of each of the Committee members. Listed below is a consensus of the scoring of the firms as recommended by the Selection Committee: 1. Tetra Tech 90 2. Crowder Construction Co. 87 3. Haskell 86 Based on the criteria used, I concur with the recommendation of the Selection Committee and request the Procurement Department proceed with the notifications of the process. Attachment number 1Page 1 of 1 REQUEST FOR QUALIFICATIONS Request for Qualifications will be received at this office until Tuesday, March 23, 2010 @ 3:00 p.m. for furnishing: RFQ ITEM #10-100 Construction Management @ Risk for Various Fort Gordon MSA, ICU and R & R Projects for the Utilities Department 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 obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. A Mandatory Pre-Qualification Conference will be held on Friday, March 5, 2010 at 10:00 a.m. in the Procurement Department – Room 605. 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. All questions are to be submitted in writing by Tuesday, March 9, 2010 by 5:00 p.m. 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. 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 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 Publish: Augusta Chronicle February 11, 18, 25, March 4, 2010 Metro Courier February 17, 2010 cc: Fred Russell Administrator Tameka Allen Interim Deputy Administrator Tom Wiedmeier Utilities Department Drew Goins Utilities Department Attachment number 2Page 1 of 1 VENDORS Attachment B Bidders Form Original 8 Copies Addendum Crowder Construction Co 1229 Royal Drive, #C Conyers, GA 30094 YES YES YES YES YES Haskell 111 Riverside Drive Jacksonville, FL 32234 YES YES YES YES YES McKnight Construction Co. P.O. Box 204718 Augusta, GA 30917 YES YES YES YES YES Tetra Tech 360 Bay Street, Suite 435 Augusta, GA 30901 YES YES YES YES YES Manhattan Construction, Co 26 Executive Park Drive, Ste 2600 Atlanta, GA 30329 Parsons 3577 Parkway Lane, Bldg 5, Ste 100 Norcross, GA 30092 R.W. Allen, LLC 1015 Broad Street Augusta, GA 30901 Brown and Caldwell 990 Hammond Drive Atlanta, GA 30328 Brasfield & Gorrie 1900 Vaughn Road, Suite 100 Kennesaw, GA 30144 CH2M Hill 1450 Greene Street, Suite 510 Augusta, GA 30901 Dukes, Edwards & Dukes 920 W. Highland Avenue Albany, GA 31701 Intrasite Management, Inc. 198 Peachtree Street, SW, Ste 315 Atlanta, GA 30328 James G. Swift & Associates 1206 Interstate Parkway Augusta, GA 30909 RFQ Item #10-100 CM @ Risk for Various Fort Gordon MSA, ICU and R&R Projects for the City of Augusta - Utilities Department RFQ Due: Tuesday, March 23, 2010 @ 3:00 p.m. Non-Compliant Attachment B missing Pages 1 and 2 Non-Compliant Attachment B missing E-Verify Number Submitted No Bid Response Submitted No Bid Response Page 1 of 2 Attachment number 3Page 1 of 2 VENDORS Attachment B Bidders Form Original 8 Copies Addendum RFQ Item #10-100 CM @ Risk for Various Fort Gordon MSA, ICU and R&R Projects for the City of Augusta - Utilities Department RFQ Due: Tuesday, March 23, 2010 @ 3:00 p.m. Khafra 418 Fourth Street Augusta, GA 30901 Pinnacle USA, Inc. 3001 Monroe Highway, Ste 300A Watkinsville, GA 30677 Reynolds, Inc. 300 E. Broad Street Fairburn, GA 30213 Shaw Environmental & Infrastructure 11560 Great Oaks Parkway Alpharetta, GA 30022 Tetra Tech 360 Bay Street, Suite 435 Augusta, GA 30901 VCC 1000 Abernathy Road Ste 1130 Atlanta, GA 30328 Whiting-Turner 9900 Hammond Drive, #1100 Atlanta, GA 30328 Zel Engineers 435 Telfair Street Augusta, GA 30901 Page 2 of 2 Attachment number 3Page 2 of 2 Attachment number 4Page 1 of 2 Attachment number 4Page 2 of 2 Evaluation Criteria PTS Crowder Construction Co 1229 Royal Drive, #C Conyers, GA 30094 Haskell 111 Riverside Drive Jacksonville, FL 32234 McKnight Construction Co. P.O. Box 204718 Augusta, GA 30917 Tetra Tech 360 Bay Street, Suite 435 Augusta, GA 30901 1) Firms experience as CM@ Risk, Design-Build or other alternate project delivery approach. 20 17.00 16.67 7.33 16.67 2) Firms Quality Control, Quality Assurance and Project Tracking 15 14.33 12.33 10.33 12.67 3) Project Approach and Understanding 25 24.00 22.67 10.67 22.33 4) Qualifications, experience, references and availability of Key Staff 25 22.00 22.00 14.00 21.67 5) Responsiveness 5 5.00 5.00 2.67 5.00 6) Financial qualifications (advanced financing capability, bonding capacity) 10 10.00 10.00 7.33 10.00 Total 100 92.33 88.67 52.33 88.33 87.00 86.00 90.00 Cumulative Evaluation Sheet - RFQ Item #10-100 Construction Manager @ Risk Services For Various Ft. Gordon MSA, ICU, and R&R Projects Friday, March 26, 2010 @ 2:00 p.m. Vendor Presentation Attachment number 5Page 1 of 1 Attachment number 7Page 1 of 7 Attachment number 7Page 2 of 7 Attachment number 7Page 3 of 7 Attachment number 7Page 4 of 7 Attachment number 7Page 5 of 7 Attachment number 7Page 6 of 7 Attachment number 7Page 7 of 7 Commission Meeting Agenda 5/18/2010 5:00 PM New Library - Emergency Change Order 31 Department:Public Services Department - Facilities Management Division Caption:Ratify Emergency Change Order 31 for the addition of motorized controls for the three smoke shutters, located at the monumental stairs in the new Main Library in the amount of $41,461.00. Background:Emergency Change Order #31 , is to add motorized controls for the three smoke shutters, located at the monumental stairs. These smoke shutters, occurring at each landing, were originally specified without motors due to cost concerns prior to bidding of the construction contract. Therefore, they are currently operated manually. By code, these fire shutters are required to close each time the fire alarm system is activated in order to prevent smoke and/or fire from traveling between floors in the building during the occurrence of a fire. Each time these shutters close, the shutters must be manually rolled up and reconnected. According to the Overhead Door Company, the installer, the effort would entail approximately 1 1/2 days of work for forces familiar with the doors along with the assistance of the wood ceiling contractor. For the staff of the Library to reset the doors, it would more than likely take longer. Analysis:At this point in the project, we have proposed to add the motors to these shutters, due to the difficulties of resetting the shutters once they have been closed. According to Gary Swint, the Director for the Regional Library System, the fire alarm system will likely be activated a number of times throughout the year, by pranksters and young children. Should these alarms be activated and the shutters closed, the monumental stairs will be virtually unusable until they can be reset. With motorized shutters, the Library staff will be able to raise and reset the shutters immediately with a simple key switch, saving the staff much difficulty and time, and giving the Library the ability to return to its normal activities within minutes after the building is declared safe for re-entry. Accept this agenda item for information under the provision of the ARC Code. Sec. 1-10-50. Emergency procurement selection method. Notwithstanding any other provisions of this chapter, the Procurement Director, Augusta-Richmond County Administrator or Constitutional Officer may make or authorize others to make emergency procurement of equipment, supplies, services, general construction, or public works type construction services when there exists a threat to public health, welfare, or safety, or where daily operations are affected; provided that such emergency procurement shall be made with such competition as is practicable under the circumstances. As soon as practicable, a record of each emergency procurement shall be made and shall set forth the contractor's name, the amount and type of the contract, a listing of the item(s) procured under the contract, and the identification number of the contract file. A written report explaining the determination of the basis for the emergency Cover Memo and for the selection of the particular contractor shall be included in the contract file, and a copy of same provided the Augusta-Richmond County Commission at their next regular meeting in the case of public works contracts as defined by Georgia State Law or other Augusta-Richmond County purchases when the value of the purchase exceeds ten thousand dollars ($10,000.00). In the event an emergency should arise after office hours or on holidays or weekends which requires immediate action on the part of the using agency involved and where it is not possible or convenient to reach the Procurement Director, Constitutional Officer, or Administrator, the using agency head is authorized to make purchases. Such purchases shall be well documented, packaged for payment, and forwarded to the Procurement Director within twenty-four (24) hours, if possible, after occurrence. Financial Impact:The cost of this Change Order is $41,461.00 Alternatives:1. Ratify Emergency Change Order 31 for the addition of motorized controls for the three smoke shutters, located at the monumental stairs in the new Main Library in the amount of $41,461.00. 2. Revert back to manual operation of the smoke shutters at the monumental stairs. If there is a false alarm the door system will close on all three (3) floors. To re-set the doors will require approximately one day and a half (1½ days) to reset the doors on all three floors. Recommendation:#1. Ratify Emergency Change Order 31 for the addition of motorized controls for the three smoke shutters, located at the monumental stairs in the new Main Library in the amount of $41,461.00. Funds are Available in the Following Accounts: Funds are Available in the Change Order Contingency for the Library Fund. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Attachment number 1Page 1 of 26 Attachment number 1Page 2 of 26 Attachment number 1Page 3 of 26 Attachment number 1Page 4 of 26 Attachment number 1Page 5 of 26 Attachment number 1Page 6 of 26 Attachment number 1Page 7 of 26 Attachment number 1Page 8 of 26 Attachment number 1Page 9 of 26 Attachment number 1Page 10 of 26 Attachment number 1Page 11 of 26 Attachment number 1Page 12 of 26 Attachment number 1Page 13 of 26 Attachment number 1Page 14 of 26 Attachment number 1Page 15 of 26 Attachment number 1Page 16 of 26 Attachment number 1Page 17 of 26 Attachment number 1Page 18 of 26 Attachment number 1Page 19 of 26 Attachment number 1Page 20 of 26 Attachment number 1Page 21 of 26 Attachment number 1Page 22 of 26 Attachment number 1Page 23 of 26 Attachment number 1Page 24 of 26 Attachment number 1Page 25 of 26 Attachment number 1Page 26 of 26 Commission Meeting Agenda 5/18/2010 5:00 PM On-Call Construction Services Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Motion to approve award of the On-Call Construction Services Consulting Agreement to EMC Engineering, Moreland Altobelli, and The LPA Group subject to receipt of signed contracts and proper bonds. Also approve $150,000 to fund the proposed On-Call Construction Services. Funding is available in the paving and resurfacing accounts respectively. (Approved by Engineering Services Committee May 10, 2010) Background: The Augusta-Richmond County Engineering Department requested professional services that include construction management, construction inspection, and field engineering services. The number of SPLOST projects being let for construction has increased significantly over the past year, and will continue to increase throughout 2010. The following projects are currently under construction or will be under construction in Year 2010: ON-GOING CONSTRUCTION PROJECTS: 1. Windsor Spring Road (Peach Orchard to Old Louisville Rd.) 2. Windsor Spring Road Resurfacing (Tobacco Rd. to Willis Foreman Rd.) 3. Windsor Spring Road Resurfacing (Willis Foreman Rd. to SR 88) 4. Belair Hills Subdivision Street and Drainage Improvements 5. Morgan Road Improvements (Deans Bridge rd. to Tobacco Rd.) 6. D’Antignac Street Drainage Improvements 7. Martin Luther king Blvd. Resurfacing (Twiggs St. to Olive Rd.) 8. 12th Street Resurfacing (Laney Walker to Old Savannah Rd.) 9. 8th Street Resurfacing (Walton Way to Laney Walker) 10. Wrightsboro Road Resurfacing (RA Dent Blvd. to James Brown Blvd.) 11. D’Antignac Street Resurfacing (RA Dent Blvd. to 8th Street) 12. Reynolds Street Resurfacing (4th Street to 13th Street) 13. Windsor Spring Road Resurfacing (Tobacco Rd. to Willis Foreman Rd.) 14. Windsor Spring Road Resurfacing (Willis Foreman Rd. to SR 88) 15. Woodbine Road Resurfacing (Washington Rd. to Lakemont Drive) 16. Ruby Drive Resurfacing (Wells Drive to Richmond Hills Rd.) 17. Lover’s Lane Resurfacing (Columbia Nitrogen Road to I- 520) 18. Toms Drive/Breeze Hill Drive Resurfacing 19. Skinner Mill Road Emergency Project 20. Paving Dirt Roads (Phase 9) – Contract 1 21. Paving Dirt Roads (Phase 9) – Lamar Rd., Contract 2 22. Village West Drainage Improvements 23. Willis Foreman Road Bridge Replacement over Spirit Creek 24. Interstate Parkway Emergency Repair CONSTRUCTION PROJECTS LET WITHIN THREE MONTHS: 1. Old Savannah Road/Twiggs Street – Phase I 2. Walton Way Resurfacing (Jackson Rd. to Johns Rd.) 3. Walton Way Resurfacing (Johns Rd. to 15th Street) 4. Walton Way Resurfacing (15th Street to Gordon Highway) 5. Laney Walker Blvd. Resurfacing (New Savannah Rd. to Sand Bar Ferry Rd.) 6. East Augusta Roadway and Drainage Improvements – Phase I (Eastview Drive Drainage Improvements) 7. Downtown Traffic Signal & Street Upgrade – A (Broad Street) 8. Paving Dirt Roads (Phase 9) – Pyes Court, Contract 3 9. Paving Cover Memo Dirt Roads (Phase 9) - Youngblood Ct., Contract 4 The on-going construction projects have placed a significant strain on the Construction Section. The assistance of outside construction services will only be temporary and will help insure a quality finish product. Analysis:Proposals were evaluated on August 12, 2009 with EMC Engineering, Moreland Altobelli, and The LPA Group being the selected firms. Financial Impact:Funds are available in the amount of $75,000 each in Paving Various Roads, Ph IX (324-041110-5411120/208824001) and Resurfacing (324-041110- 6011110/201824044) respectively to be transferred to the On-Call Construction Services Consultant Agreement upon Commission approval. Alternatives:Approve Award of the On-Call Construction Services Consulting Agreement to EMC Engineering, Moreland Altobelli, and The LPA Group subject to receipt of signed contracts and proper bonds. Also approve $150,000 to fund the proposed On-Call Construction Services. Funding is available in the paving and resurfacing accounts respectively. 2)Do not approve project. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 324-041110-5411120/208824001 324-041110-6011110/201824044 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB# 324-041110-000000000. This project proposes to establish professional services that include construction management, construction inspection, and field engineering services for On-Call Construction Services due to the number of SPLOST Projects being let for construction over the past year and throughout 2010. Funding in the amount of $150,000 is available in the SPLOST Phase IV account 324-041110-208824001 for $75,000 and SPLOST Phase IV account 324-041110-201824044 respectively. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. SPLOST Fund Account Balance 150,000$ 150,000$ Section 3: The following amounts are appropriated for the project: By Basin By District Varies $150,000 Varies 150,000$ Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. CAPITAL PROJECT BUDGET ON-CALL CONSTRUCTION SERVICES CPB#324-041110-000000000 Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Deke Copenhaver, Mayor Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks 3.13.09 Attachment number 1Page 1 of 2 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ON-CALL CONSTRUCTION SERVICES CPB#324-041110-000000000 CPB AMOUNT SOURCE OF FUNDS CPB SPLOST FUND ACCOUNT BALANCE 324-04-1110-5411120-208824001 ($75,000) SPLOST FUND ACCOUNT BALANCE 324-04-1110-6011110-201824044 ($75,000) TOTAL SOURCES: ($150,000) USE OF FUNDS ROADS 324-04-1110-5414110-000000000 $150,000 TOTAL USES: $150,000 3.13.09 Attachment number 1Page 2 of 2 Commission Meeting Agenda 5/18/2010 5:00 PM Rock Creek/Warren Lake Restoration - SA1/CPB Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Motion to approve Capital Project Budget #322-041110-207822001 for the Rock Creek/Warren Lake Restoration project and Supplemental Agreement Number One for Augusta’s Canal Basin Dredging in the amount of $57,285.00 for Permitting from US Army Corps of Engineers. Funding is available in the project engineering account for the AED. (Approved by Engineering Services Committee May 10, 2010) Background:Warren Lake Dredging is an approved project and under design presently. Augusta Engineering Department with its Consultant met recently with US Army Corps of Engineers (USACE) to explore the possibility of expediting the permitting process. USACE requested to combine any anticipated projects requiring impacts to the same jurisdictional waters into a single wetlands permit. One of such jurisdictional waters is Augusta Canal Basin. This basin includes Lake Olmstead, Lake Aumond, Heirs Pond and Rae’s Creek. All these water bodies need dredging and banks restoration. Analysis:Augusta Engineering Department is currently under contract with the Cranston Engineering Group, Inc. for the design and permitting of Warren Lake Dredging. Inclusion of other waterbodies and submittal of basin-wide permitting would save the duplication of efforts required for each individual project in the preparation and review of the required environmental studies. It is also a cost effective approach to accelerate permitting and advance planning. The estimated time to complete the permitting process is twelve months. Financial Impact:Funds of $57,285.00 are available in the Rock Creek/Warren Lake Improvement Project engineering account. Alternatives:1) Approve Capital Project Budget #322-041110-207822001 for the Rock Creek/Warren Lake Restoration project and Supplemental Agreement Number One for Augusta’s Canal Basin Dredging in the amount of $57,285.00 for Permitting from US Army Corps of Engineers. Funding is available in the project engineering account for the AED. 2) Do not approve, and face delaying permitting at increase cost. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 322-041110-5212115/207822001 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION Capital Project Budget is hereby authorized: Section 1: This project is authorized to CPB#322-041110-207822001 for Rock Creek/Warren Lake Restoration project and Supplemental Agreement Number One for Augusta's Canal Basin Dredging in the amount of $57,285.00 for permitting from US Army Corps of Engineers. Funding is available in the project engineering account 322-0411110-207822001-5212115. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase II $1,200,000 Section 3: The following amounts are appropriated for the project: By Basin By District Varies $1,200,000 2nd $1,200,000 Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved ____________________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department CPB#322-041110-207822001 BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Honorable Deke Copenhaver, Mayor FOR INFORMATION ONLY - ORIGINAL WILL BE PROCESSED AFTER COMMISSION APPROVES - QUESTIONS CALL EXT 5070 1 of 2 April 6, 2010 Attachment number 1Page 1 of 2 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION CPB#322-041110-207822001 CPB AMOUNT CPB SOURCE OF FUNDS CPB CHANGE SPECIAL 1% SALES TAX, PHASE II 322-04-1110-292822444 ($1,200,000) TOTAL SOURCES:($1,200,000) USE OF FUNDS ENGINEERING 322-04-1110-5212115-207822001 $300,000 Cranston Engineering SA#1: $57,285.00 STORM DRAINAGE 322-04-1110-5414710-207822001 $900,000 TOTAL USES:$1,200,000 2 of 2 April 6, 2010 Attachment number 1Page 2 of 2 (SA02 – For changes greater than $20,000) April 2010 AUGUSTA-RICHMOND COUNTY AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 322-04-207822001 Supplemental Agreement Number: 1 Purchase Order Number: 165515 WHEREAS, We, Cranston Engineering Group, Consultant, entered into a contract with Augusta- Richmond County on May 5, 2009, for engineering design services associated with the Rock Creek/Warren Lake Restoration Project., File Reference No. 09-014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Permitting from US Army Corps of Engineers for the Rock Creek/ Warren Lake Restoration Project It is agreed that as a result of the above described modification the contract amount is increased by $57,285 from $136,611.00 to a new total of $193,896.00. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Cranston Engineering Group, Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2010. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA Mayor Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: PLEASE DO NOT PROCESS. ORIGINAL WILL BE SENT TO THE CLERK OF COMMISSION ONCE THE COMMISSION APPROVES. QUESTION: EXT 5010. Attachment number 2Page 1 of 1 Attachment number 3Page 1 of 3 Attachment number 3Page 2 of 3 Attachment number 3Page 3 of 3 Commission Meeting Agenda 5/18/2010 5:00 PM Widening/Reconstructing I-520 from Gordon Highway to Deans Bridge Rd Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Motion to approve the Resolution supporting the installation of High Mast Street Lighting at the interchanges of Gordon Highway and Deans Bridge Road on I-520 as part of Georgia Department of Transportation (GDOT) project NH000-520-01 (017) PI 2107000. As requested by AED. (Approved by Engineering Services Committee May 10, 2010) Background:This is a GDOT project that will widen and reconstruct I-520 to 3 lanes in each direction from Gordon Highway to Deans Bridge Road and improve the respective interchanges. Final design activities are underway, right of way activities will begin this calendar year and the project is currently scheduled to be let in calendar year 2011. The estimated construction cost is $23.4 million. Analysis:: GDOT is managing this project and is responsible for all of the costs. On August 24, 2009 the Engineering Department submitted a request to GDOT which asked for high mast street lighting to be included at the Gordon Highway and Deans Bridge Road interchanges. GDOT has concurred with the request and on April 16, 2010 advised that the City needed to adopt a resolution to support the request. Upon adoption of the resolution by the City, GDOT will develop an agreement for energy, maintenance and operation responsibilities and submit it to the City for execution. Financial Impact:There is no financial obligation associated with adoption of the resolution. Alternatives:Approve the Resolution supporting the installation of High Mast Street Lighting at the interchanges of Gordon Highway and Deans Bridge Road on I-520 as part of Georgia Department of Transportation (GDOT) project NH000-520-01 (017) PI 2107000. As requested by AED. 2) Do not approve and miss the opportunity to enhance the safety features of these interchanges. Recommendation:Approve alternative one Funds are Available in the Following Accounts: N/A Cover Memo REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo A RESOLUTION AUGUSTA-RICHMOND COUNTY COMMISSIONERS AUGUSTA-RICHMOND COUNTY, GEORGIA A RESOLUTION SUPPORTING THE INSTALLATION OF HIGH MAST STREET LIGHTING AT THE INTERCHANGES OF GORDON HIGHWAY (SR 10/US 78) and I-520 AND DEANS BRIDGE ROAD (SR 4/US 1) and I-520, GDOT PROJECT NH000-0520-01 (017), PI 210700; AND OTHER PURPOSES. WHEREAS, the Georgia Department of Transportation is planning for road improvements on I- 520 from Gordon Highway to Deans Bridge Road in Augusta-Richmond County, Georgia; and WHEREAS, Augusta-Richmond County, Georgia recognizes the benefits from providing high mast street lighting at interchanges; and WHEREAS, the Georgia Department of Transportation and Augusta-Richmond County have agreed that installation of high mast street lighting at the Gordon Highway and Deans Bridge Road interchanges on I-520 will provide positive benefits for these interchanges; and WHEREAS, the Georgia Department of Transportation will develop an Agreement for Energy, Maintenance and Operation of the high mast street lighting and send it to Augusta-Richmond County for review and execution; THE COMMISSION OF AUGUSTA-RICHMOND COUNTY, GEORGIA HEREBY RESOLVES AS FOLLOWS: SECTION 1: Augusta-Richmond County Commission hereby request the Georgia Department of Transportation assist in placing high mast street lighting at the Gordon Highway and Deans Bridge Road interchanges along I-520 as part of the noted project. SECTION 2: Augusta-Richmond County Commission resolves that a copy of this Resolution be forwarded to the Commissioner of Georgia Department of Transportation, forthwith. Duly adopted this day of , 2010 AUGUSTA-RICHMOND COUNTY, GEORGIA By: ______________________________________ David S. Copenhaver As its Mayor ATTEST: _____________________________ Lena J. Bonner, Clerk of Commission Attachment number 1Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM Willis Foreman Road over Spirit Creek Bridge Replacement - CPB2- Contract Award Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Motion to approve Capital Project Budget Change Number Two 324- 041110-207824001, and award the Construction Contract to Mabus Brothers Construction Co., Inc. in the amount of $1,316,483.15 for the Willis Foreman Road over Spirit Creek Bridge Replacement, subject to receipt of a detailed project schedule; a contractor’s project team - approved by the Engineering Department; a traffic control plan; signed contract(s), and proper bonds. Also approve Supplemental Agreement Number Three to Cranston Engineering Group, PC in the amount of $118,400.00 for additional services that include construction observation and field engineering. Funding is available in the project account for the AED. (Approved by Engineering Services Committee May 10, 2010) Background:In 2006, GDOT submitted a Biennial Bridge Inspection Report on the County and Federal Aid Secondary Bridges to Augusta-Richmond County. This report recommended reducing the weight limit for the bridge to three tons, and suggested re-routing school buses and trucks. A temporary repair was performed on the bridge to allow school bus and truck traffic back on to Willis Foreman Road for a time limit of five years. In February 2007, Augusta-Richmond County approved to have the bridge designed and replaced. The bridge will be constructed while under normal traffic flow. Analysis:Bids were received on February 1, 2010 with Mabus Brothers Construction Co., Inc. being the low bidder. Bid results are as follow: CONTRACTORS BID 1. Mabus Brothers Construction Co., Inc. $1,316,483.15 2. Reeves Construction Co. $1,396,919.23 3. Rogers Bridge Company $1,536,154.65 4. Alpha Construction Company, Inc. $1,680,974.55 5. L-J, Inc. $1,957,872.54 It is the Engineering Department recommendation to award this project to the low bidder, subject to receipt of the following items: 1. Detailed Project Schedule 2. Contractor’s Project Team (Approval by AED) 3. Traffic Control Plan 4. Signed Contracts and Proper Bonds Financial Impact:Funds are available in the project contingency account to be transferred to the construction account 324-041110-5414110/207824001 upon Commission approval. Alternatives:1) Approve Capital Project Budget Change Number Two 324-041110- 207824001, and award the Construction Contract to Mabus Brothers Construction Co., Inc. in the amount of $1,316,483.15 for the Willis Foreman Road over Spirit Creek Bridge Replacement, subject to receipt of a detailed project schedule; a contractor’s project team - approved by the Engineering Department; a traffic control plan; signed contract(s), and Cover Memo proper bonds. Also approve Supplemental Agreement Number Three to Cranston Engineering Group, PC in the amount of $118,400.00 for additional services that include construction observation and field engineering. Funding is available in the project account for the AED. 2) Do not approve and close Willis Foreman Road to school bus and truck traffic between Windsor Spring Road and Deans Bridge Road. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 324-041110-5414110/207824001 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB# 324-04-207824001. This project is for Willis Foremean Road over Spirit Creek Bridge Replacement. Funding in the amount of $1,316,484.00 is availabale in the project contingency Account for construction and $118,400 is available in project contingency account for construction observation. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase IV Recapture 16,928$ Special 1% Sales Tax, Phase IV Recapture 65,070$ Special 1% Sales Tax, Project Account 2,008,100$ 2,090,098$ Section 3: The following amounts are appropriated for the project: By Basin By District Spirit Creek $ 2,090,098$ 3rd 2,090,098$ Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. CAPITAL PROJECT BUDGET WILLIS FOREMAN ROAD OVER SPIRIT CREEK BRIDGE REPLACEMENT CPB#324-041110-207824001 CHANGE NUMBER TWO Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact engineering xecution. For information reference this request contact engineering xecution. For information reference this request contact engineering xecution. For information reference this request contact engineering at ext 5070. Thanks at ext 5070. Thanks at ext 5070. Thanks at ext 5070. Thanks Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Deke Copenhaver, Mayor Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact engineering xecution. For information reference this request contact engineering xecution. For information reference this request contact engineering xecution. For information reference this request contact engineering at ext 5070. Thanks at ext 5070. Thanks at ext 5070. Thanks at ext 5070. Thanks 4.5.2010 Attachment number 1Page 1 of 2 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET WILLIS FOREMAN ROAD OVER SPIRIT CREEK BRIDGE REPLACEMENT CPB#324-041110-207824001 CHANGE NUMBER TWO CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SPLOST, PHASE IV RECAPTURE 324-04-1110-6011110-207824999 $81,998 $0 $81,998 SPLOST PROJECT ACCOUNT 324-04-1110-6011110-207824001 $2,008,100 $0 $2,008,100 TOTAL SOURCES: $2,090,098 $0 $2,090,098 USE OF FUNDS CONTINGENCY 324-04-1110-6011110-207824001 $1,996,550 ($1,434,884)$561,666 CONSTRUCTION 324-04-1110-5414110-207824001 $0 $1,434,884 $1,434,884 $1,316,484 for Const. 118,400 for Const.Observ ENGINEERING 324-04-1110-5212115-206824001 $81,998 $0 $81,998324-04-1110-5212115-206824001 $81,998 $0 $81,998 RIGHT OF WAY 324-04-1110-5411120-207824001 $11,550 $0 $11,550 TOTAL USES: $2,090,098 $0 $2,090,098 4.5.2010 Attachment number 1Page 2 of 2 Attachment number 2Page 1 of 2 Attachment number 2Page 2 of 2 Attachment number 3Page 1 of 1 Ve n d o r s : Ca p e R o m a i n C o n t 61 2 C a p e R o m a i n Wo n d o , S C 8 9 9 4 2 Ro g e r s B r i d g e C o P. O . B o x 1 5 5 1 7 At l a n t a , G A 3 0 3 3 3 L- J I n c 22 0 S t o n e B r i d g e D r Co l u m b i a , S C 2 9 2 1 0 Al p h a C o n s t r u c t i o n 42 5 0 O g e e c h e e R d Sa v a n n a h , G A 3 1 4 0 5 Ma b u s B r o t h e r s 92 0 M o l l y P o n d R d Au g u s t a , G A 3 0 9 0 1 Re e v e s C o n s t r u c t i o n P. O . B o x 1 1 2 9 Au g u s t a , G A 3 0 9 0 3 At t a c h m e n t B Ye s Y e s Y e s Y e s Y e s Ad d e n d u m 1 - 2 Ye s Y e s Y e s Y e s Y e s Bi d B o n d Ye s Y e s Y e s Y e s Y e s To t a l B i d A m o u n t $1 , 5 3 6 , 1 5 4 . 6 5 $ 1 , 9 5 7 , 8 7 2 . 5 4 $ 1 , 6 8 0 , 9 7 4 . 5 5 $ 1 , 3 1 6 , 4 8 3 . 1 5 $ 1 , 3 9 6 , 9 1 9 . 2 3 Bi d I t e m # 0 9 - 1 9 8 Wi l l i s F o r e m a n R o a d ( O v e r S p i r i t C r e e k ) B r i d g e R e p l a c e m e 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 Bi d O p e n i n g D a t e : M o n d a y , F e b r u a r y 1 , 2 0 1 0 a t 1 1 : 0 0 a . m . Pa g e 1 o f 2 Attachment number 4Page 1 of 2 Ve n d o r s : Gr e g o r y B r i d g e C o P. O . B o x 3 3 5 5 Ea t o n t o n , G A 3 1 0 2 4 Sc o t t B r i d g e C o 70 7 S c o t t N i x o n B l v d Au g u s t a , G A 3 0 8 0 5 Br i d g e C r e e k C o n s 13 7 9 H w y 1 1 N o r t h Me t t e r , G A 3 0 6 5 5 Th e E r o s i o n G r o u p 32 1 3 5 C h e r o k e e L n Bu i l d i n g 1 7 0 0 Wo o d s t o c k , G A 3 0 1 8 8 At t a c h m e n t B Ad d e n d u m 1 - 2 Bi d B o n d To t a l B i d A m o u n t Bi d I t e m # 0 9 - 1 9 8 Wi l l i s F o r e m a n R o a d ( O v e r S p i r i t C r e e k ) B r i d g e R e p l a c e m e 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 Bi d O p e n i n g D a t e : M o n d a y , F e b r u a r y 1 , 2 0 1 0 a t 1 1 : 0 0 a . m Pa g e 2 o f 2 Attachment number 4Page 2 of 2 Attachment number 5Page 1 of 2 Attachment number 5Page 2 of 2 Attachment number 6Page 1 of 1 Attachment number 7Page 1 of 4 Attachment number 7Page 2 of 4 Attachment number 7Page 3 of 4 Attachment number 7Page 4 of 4 Commission Meeting Agenda 5/18/2010 5:00 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the regular meeting of the Commission held on May 4, 2010. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/18/2010 5:00 PM Tax Assessor Appointment Department: Caption:Motion to approve the appointment of Bernard Johnson to the Tax Assessor's Board due to the resignation of Bill Lockett representing Sentorial District 22. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Attachment number 1Page 1 of 1 Commission Meeting Agenda 5/18/2010 5:00 PM Affidavit Department:Clerk of Commission 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