Loading...
HomeMy WebLinkAbout2013-07-16-Meeting Agenda Commission Meeting Agenda Commission Chamber 7/16/2013 5:00 PM INVOCATION: Rev. Charles E. Goodman, Pastor, Tabernacle Baptist Church PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. RECOGNITION(S) June Employee of the Month A. Congratulations! Mr. George Bales, Augusta Utilities Department. Attachments Five (5) minute time limit per delegation DELEGATIONS B. Camp Fix-It Education Camp regarding the needs of the youth of Augusta. Attachments C. Mr. Perry K. Smith regarding zoning for 1428 Springview Drive. Attachments CONSENT AGENDA (Items 1-21) PLANNING 1. Z-13-29 - A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Gethsemane Baptist Church requesting a Special Exception to expand an existing church per Section 26-1 (A) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing the following tracts: Tract A contains .30 acres and is known as 1474 and 1478 Brown Street. (Tax Map 045-4- 176-00-0 & 045-4-175-00-0) DISTRICT 1 Tract B contains .18 acres Attachments and is known as 1479 Wrightsboro Road. (Tax Map 045-4-192-00-0) DISTRICT 1 Tract C contains .16 acres and is known as 1487 Wrightsboro Road. (Tax Map 045-4-196-00-0) DISTRICT 1 2. Z-13-35 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Demetre Riles, on behalf of Patricia Scott, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1(H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .39 acres and is known as 2422 Patrick Avenue. Tax Map 166-0-283-00-0 DISTRICT 6 Attachments 3. Z-13-36 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Nicole Bentley and Arthur Bentley requesting a Special Exception to establish a Family Personal Care Home per Section 26-1(H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .50 acres and known as 2382 Wheeless Road. Tax Map085-1-204-00-0 DISTRICT 5 Attachments PUBLIC SERVICES 4. Motion to approve New Application: A. N. 13 - 17: request by Edward Mendoza for an on premise consumption Liquor, Beer and Wine license to be used in connection with Wardoza Productions, LLC. located at 379 Highland Ave. District 7. Super District 10. (Approved by Public Services Committee July 8, 2013) Attachments 5. Motion to approve New Application: A. N. 13 - 19: A request by Krista S. Wight for an on premise consumption Liquor, Beer and Wine license and a retail Wine license to be used in connection with Southeastern Food Service and Events Consulting, LLC. located at 1204 Broad St. District 1. Super District 9. (Approved by Public Services Committee July 8, 2013) Attachments 6. Motion to approve rotating the scheduled meeting time for all committees at two month intervals in accordance with proposed schedule presented by Commissioner Davis with both committee and commission meetings starting at 2:00 P.M. (Approved by Public Services Committee July 8, 2013) Attachments ADMINISTRATIVE SERVICES 7. Motion to accept the Year 2013 Action Plan amendment for Community Development Block Grant (CDBG) Program, HOME Investment Partnerships (HOME) Program, Emergency Shelter Grant (ESG) Program, Housing Opportunities for Persons with AIDS (HOPWA) Program as set forth by HUD's changes. (Approved by Administrative Services Committee June 10, 2013) Attachments 8. Motion to approve two (2) annual bid items. The items require Commission approval due to the fact that purchases on the individual items will exceed $25,000.00 per order. (Approved by Administrative Services Committee July 8, 2013) Attachments 9. Motion to approve updating the Augusta, Georgia Citizen Participation Plan to include the by-laws of the Citizen Advisory Committee in an effort to strengthen the overall intent of what citizen participation means. (Approved by Administrative Services Committee July 8, 2013) Attachments 10. Motion to approve for Augusta to enter into a contract with the Pollock Company to be the service provider for "Copier Managment Service" for Augusta, Georgia. This contract provided for the placement of 57 copiers in various Augusta, Georgia Departments by Pollock Company. The pricing for this agreement was predicated by determining a combined monthly copy volume of all 52 devices with a single monthly invoice for all usage. The contract includes all required hardware, service support, parts, labor and consumable supply items (excludes papers) for the agreement term. The contract will be established as a three (3) year program with two (2) automatic one year (1) year renewal. (Approved by Administrative Services Committee July 8, 2013) Attachments 11. Motion to approve rotating the scheduled meeting time for all committees at two month intervals in accordance with proposed schedule presented by Commissioner Davis. (Approved by Administrative Services Committee July 8 2013) Attachments PUBLIC SAFETY 12. Motion to approve contract addendum with CivicPlus. (Approved by Public Safety Committee July 8, 2013) Attachments 13. Motion to approve Additional Software License Agreement for New World Gangs and Narcotics Software. (Approved by Public Safety Committee July 8, 2013) Attachments 14. Motion to approve the Updated Downtown Safety Plan consisting of a wide variety of components as presented by Sheriff Richard Roundtree. (Approved by Public Safety Commmittee July 8, 2013) Attachments FINANCE 15. Motion to approve the replacement one F-150 (4X4), one F-250, one F- 250 (4X4) and one F-350, dual rear wheel for Engineering Department. (Approved by Finance Committee July 8, 2013) Attachments 16. Motion to approve the replacement of 4 trucks for Recreation Department. (Approved by Finance Committee July 8, 2013) Attachments 17. Motion to approve request from the Augusta Utilities Department – Fort Gordon Division to purchase one trailer mounted sewer flusher. (Approved by Finance Committee July 8, 2013) Attachments 18. Motion to approve the purchase of the Balotar Ballot on Demand Absentee Ballot Printing System.(Approved by Finance Committee July 8, 2013) Attachments 19. Motion to approve an ordinance to designate “McBean Enterprise Zone”. (Approved by Commission June 18, 2013 second reading) Attachments PETITIONS AND COMMUNICATIONS 20. Motion to approve the minutes of the regular meeting of the Commission held June 27, 2013 and Special Called Legal Meetings held June 27 and July 8, 2013. Attachments APPOINTMENT(S) 21. Motion to approve the appointment of Mr. Frank Gibbs to the Augusta Port Authority representing District 3. Attachments ****END CONSENT AGENDA**** AUGUSTA COMMISSION 7/16/2013 AUGUSTA COMMISSION REGULAR AGENDA 7/16/2013 (Items 22-49) PLANNING 22. Z-13-34 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Demetre Riles, on behalf of Patricia and Tyrone Hodges, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1(H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .38 acres and is known as 4112 Foreman Way. Tax Map 194-0-167-00-0 DISTRICT 8 Attachments 23. Z-13-37 - A request for concurrence with the Augusta Georgia Planning Commission to deny a petition by Sarah Ellison, on behalf of Faraj Zahra, requesting a change of zoning from Zone R-1C (One-family Residential) to Zone R-3B (Multiple-family Residential)affecting property containing .19 acres and known as 1136 Beman Street. (Tax Map 045-2-024-00-0) DISTRICT 1 Attachments PUBLIC SERVICES 24. Motion to ratify Commission action on February 19, 2013 to "provide Attachments Mobility Transit with a 90-day notice of intent to terminate the existing contract with Augusta, Georgia" and to task the Mayor with providing Mobility Transit notice of such ratification. 25. Motion to approve the award of the RFP for Transit System Service and Support Services (RFP #13-125) to McDonald Transit for a period of three (3) years. Attachments 26. Update from the Administrator and Recreation Department regarding the Commission's June 10th tour of Riverwalk with a scope of work and timeline to be identified associated with completing the identified landscaping, lighting, and other structural items that need to be addressed and repaired. (Requested by Mayor Pro Tem Corey Johnson) (Referred from the June 18 Commission meeting) Attachments 27. Motion to approve amendments to Augusta-Richmond County Code Section 6-6 Secondhand Goods, Article 1 Brokers,so as to provide the time period for disposing of goods obtained through purchase, credit or trade; to establish the minimum allowable age for a seller; and text corrections for clarity. Attachments 28. Motion to approve the contract for the Design and Rehab of Pavement on the Air Carrier and General Aviation Aprons between the Transportation Investment Act of 2010 (TSPLOST) and the Augusta Regional Airport as approved by the Augusta Aviation Commission at their May 30, 2013 meeting. Attachments ADMINISTRATIVE SERVICES 29. Receive ruling from the General Counsel regarding the matter of the EEO Director's Position/EEO/DBE Coordinators positions. (Requested by Commissioner Marion Williams) Attachments 30. Discuss Commission's authorized directives. (Requested by Commissioner Marion Williams) Attachments 31. Consider for approval presentation by Mr. Ellis Albright of the CSRA Business League regarding minority, women and disadvantaged businesses. Attachments 32. Discuss evaluation process for Commission's direct reports. (Requested by Commissioner Marion Williams) Attachments 33. Motion to approve an ordinance to amend Section 500.115 of the Personnel Policies and Procedures Manual regarding reemployment of Augusta, GA retirees; to repeal all code sections and ordinances in conflict herewith; to provide an effective date; and to waive second reading Attachments PUBLIC SAFETY 34. Motion to approve Resolution Authorizing Coverage of Sheriff's Reserve Deputies and Recue Workers Under Workers' Compensation Attachments FINANCE 35. Receive as information the results of the 2012 financial audit. Attachments 36. Consider a request from Ms. Dorothy Platte regarding property tax relief for property located at 2713 Fleming Drive. (No recommendation from Finance Committee July 8, 2013) Attachments 37. Discuss and approve 2013 Mill Rates by Taxing District, publish required Current Digest with 5 year history of Levy, and advertise time, location and date the mill rates will be adopted. Attachments 38. Motion to approve Water and Sewer Revenue Bonds Series 2013 supplemental resolution. Attachments ENGINEERING SERVICES 39. Motion to provide necessary signatures on furnished agreement to Attachments include Augusta Utilities Department water and sanitary sewer main relocations in the Georgia Department of Transportation contract for the widening of SR 56 FM CR 17/Bennock Mill Rd to CR 1516/Old Waynesboro Rd. The estimated cost of construction is $4,709,621.00. 40. Motion to approve Augusta Utilities Department to purchase one Vaporooter panel and power unit to chemically treat sanitary sewer lines for roots to help prevent sanitary sewer overflows. Attachments 41. Motion to approve bid item #13-126 and contract for CNG maintenance services to Atlanta Gas and Light (AGL) Resources. Attachments 42. Motion to accept maintenance responsibilities from the Georgia Department of Transportation for the portion of Tobacco Road between Mike Padgett Highway (Hwy 56) and Doug Barnard Parkway, which is currently designate Highway 56 Spur. Attachments 43. Motion to approve rotating the scheduled meeting time for all committees at two month intervals in accordance with proposed schedule presented by Commissioner Davis. (Approved by Administrative Services Committee June 10, 2013) (Referred from the June 18 Commission meeting) Attachments 44. Motion to approve $1,500,000 to continue the funding for the current On-Call Concrete Repair, Concrete Construction & Emergency Repair Contract with the Horizon Construction Company, Larry McCord LLC, and SITEC LLC. Funding is available in the Grading & Drainage and Suburban Forces account as requested by AED. Attachments 45. Motion to authorize the Mayor to execute appropriate intergovernmental agreements (IGA) between Augusta, Georgia and the Georgia Department of Transportation at the discretion of the Augusta Law Department to allow the Augusta Engineering Department (AED) to manage, deliver, and be reimbursed for individual projects funded through the Transportation Investment Act of 2010 (TIA; aka, TSPLOST). Also, approve i) allocating $2 Million from General Fund Balance Fund and $1 from TIA discretionary funds (that will be Attachments Upcoming Meetings www.augustaga.gov reimbursed to the appropriate funds) as Reserve Fund for upfront funding of TIA local delivery projects; and ii) evaluate reserve funding for TIA local delivery projects at the end of 12-month period following IGA execution by both parties. 46. Motion to approve bid award of RFP #13 – 111A, Wastewater Collection System Asset Management Program to Redzone Robotics, Inc. Attachments APPOINTMENT(S) 47. Consider the recommendations from the Richmond County Department of Family and Children Services Board to reappoint Dr. Louise Rice and Kathy Schofe to a five-year term. Attachments 48. Consider the recommendations of the Community Service Board due to resignations to reappoint/appoint the following to a three-year term: Lonnie Showman and B. J. Lester. Attachments LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 49. Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Commission Meeting Agenda 7/16/2013 5:00 PM Invocation Department: Caption:Rev. Charles E. Goodman, Pastor, Tabernacle Baptist Church Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 1 Commission Meeting Agenda 7/16/2013 5:00 PM June Employee of the Month Department: Caption:Congratulations! Mr. George Bales, Augusta Utilities Department. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 2 Attachment number 1 \nPage 1 of 1 Item # 2 Commission Meeting Agenda 7/16/2013 5:00 PM Camp Fix-It Department: Caption:Camp Fix-It Education Camp regarding the needs of the youth of Augusta. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 3 Attachment number 1 \nPage 1 of 1 Item # 3 Commission Meeting Agenda 7/16/2013 5:00 PM Perry K. Smith Department: Caption:Mr. Perry K. Smith regarding zoning for 1428 Springview Drive. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 4 Attachment number 1 \nPage 1 of 1 Item # 4 Commission Meeting Agenda 7/16/2013 5:00 PM Z-13-29 Department:Planning Commission Caption: Z-13-29 - A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Gethsemane Baptist Church requesting a Special Exception to expand an existing church per Section 26-1 (A) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing the following tracts: Tract A contains .30 acres and is known as 1474 and 1478 Brown Street. (Tax Map 045-4-176-00- 0 & 045-4-175-00-0) DISTRICT 1 Tract B contains .18 acres and is known as 1479 Wrightsboro Road. (Tax Map 045-4-192- 00-0) DISTRICT 1 Tract C contains .16 acres and is known as 1487 Wrightsboro Road. (Tax Map 045-4-196-00-0) DISTRICT 1 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 5 Commission Meeting Agenda 7/16/2013 5:00 PM Z-13-35 Department:Planning Commission Caption: Z-13-35 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Demetre Riles, on behalf of Patricia Scott, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1(H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .39 acres and is known as 2422 Patrick Avenue. Tax Map 166-0-283-00-0 DISTRICT 6 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 6 Commission Meeting Agenda 7/16/2013 5:00 PM Z-13-36 Department:Planning Commission Caption: Z-13-36 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Nicole Bentley and Arthur Bentley requesting a Special Exception to establish a Family Personal Care Home per Section 26-1(H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .50 acres and known as 2382 Wheeless Road. Tax Map085-1-204-00-0 DISTRICT 5 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 7 Commission Meeting Agenda 7/16/2013 5:00 PM Z-13-34 Department:Planning Commission Caption: Z-13-34 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition by Demetre Riles, on behalf of Patricia and Tyrone Hodges, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1(H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .38 acres and is known as 4112 Foreman Way. Tax Map 194-0-167-00-0 DISTRICT 8 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 8 Commission Meeting Agenda 7/16/2013 5:00 PM Z-13-37 Department:Planning Commission Caption: Z-13-37 - A request for concurrence with the Augusta Georgia Planning Commission to deny a petition by Sarah Ellison, on behalf of Faraj Zahra, requesting a change of zoning from Zone R-1C (One-family Residential) to Zone R-3B (Multiple-family Residential)affecting property containing .19 acres and known as 1136 Beman Street. (Tax Map 045-2-024-00-0) DISTRICT 1 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 9 Commission Meeting Agenda 7/16/2013 5:00 PM Alcohol Application Department:Planning & Development Caption:Motion to approve New Application: A. N. 13 - 17: request by Edward Mendoza for an on premise consumption Liquor, Beer and Wine license to be used in connection with Wardoza Productions, LLC. located at 379 Highland Ave. District 7. Super District 10. (Approved by Public Services Committee July 8, 2013) Background:This is a new application. Analysis:The applicant meets the requirements of the City Of Augusta's Alcohol Ordinance. Financial Impact:The applicant will pay a pro - rated fee of $2,147.50. Alternatives: Recommendation:Planning & Development recommends approval. The RCSO recommends aaproval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 10 Attachment number 1 \nPage 1 of 2 Item # 10 Attachment number 1 \nPage 2 of 2 Item # 10 Attachment number 2 \nPage 1 of 1 Item # 10 Commission Meeting Agenda 7/16/2013 5:00 PM Alcohol Application Department:Planning & Development Caption:Motion to approve New Application: A. N. 13 - 19: A request by Krista S. Wight for an on premise consumption Liquor, Beer and Wine license and a retail Wine license to be used in connection with Southeastern Food Service and Events Consulting, LLC. located at 1204 Broad St. District 1. Super District 9. (Approved by Public Services Committee July 8, 2013) Background:This is a new application. Analysis:The applicant meets the requirements of the City of Augusta's alcohol Ordinance. Financial Impact:The applicant will pay a pro - rated fee of $2,465.00. Alternatives: Recommendation:Planning & Development recommends approval. The RCSO recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 11 Attachment number 1 \nPage 1 of 2 Item # 11 Attachment number 1 \nPage 2 of 2 Item # 11 Commission Meeting Agenda 7/16/2013 5:00 PM Meeting time for all committees Department:Clerk of Commission Caption:Motion to approve rotating the scheduled meeting time for all committees at two month intervals in accordance with proposed schedule presented by Commissioner Davis with both committee and commission meetings starting at 2:00 P.M. (Approved by Public Services Committee July 8, 2013) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 12 Attachment number 1 \nPage 1 of 1 Item # 12 Attachment number 2 \nPage 1 of 1 Item # 12 Commission Meeting Agenda 7/16/2013 5:00 PM Motion to ratify Commission action on February 19, 2013 to "provide Mobility Transit with a 90-day notice of intent to terminate the existing contract with Augusta, Georgia" and to task the Mayor with providing Mobility Transit notice of such ratification Department: Caption:Motion to ratify Commission action on February 19, 2013 to "provide Mobility Transit with a 90-day notice of intent to terminate the existing contract with Augusta, Georgia" and to task the Mayor with providing Mobility Transit notice of such ratification. Background:On February 19, 2013 to "provide Mobility Transit with a 90-day notice of intent to terminate the existing contract with Augusta, Georgia" and the Mayor with provided Mobility Transit notice its intent to terminate. Thereafter, Mobility Transit filed a lawsuit claiming that such vote was conducted without proper notice through an agenda item under the Augusta, GA Code. Even though it is not expected for such contention to meritorious, ratification would nullify the argument. Analysis: Financial Impact: Alternatives:Deny Recommendation:Approve Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Cover Memo Item # 13 Law. Administrator. Clerk of Commission Cover Memo Item # 13 Commission Meeting Agenda 7/16/2013 5:00 PM RFP 13-125 for Transit System Service & Support Service Department:Augusta Public Transit Caption:Motion to approve the award of the RFP for Transit System Service and Support Services (RFP #13-125) to McDonald Transit for a period of three (3) years. Background:Augusta Public Transit was asked to prepare a RFP for the possible continuation privatization of Transit System Services. The RFP was opened on May 16, 2013 with five (5) potential vendors. After Procurement’s review of their required submissions, one (1) vendor was deemed as non-compliant due to missing information, specifically, no addendum. Therefore, there were four (4) remaining proposals. The evaluation committee met on June 17, 2013, to evaluate the four (4) potential vendors on their oral presentations. Analysis:ON June 17, 2013, oral presentations were made by McDonald Transit Associates, Inc, Veolia Transit, National Express and First Transit. After listening to all presentations, the evaluation committee rated each firm. The evaluation committee’s recommendation is McDonald Transit. Financial Impact:Based on McDonald’s cost proposal, it would be in the best interest of Augusta to proceed with this award to them. According to their cost proposal submitted Augusta, GA will realize a cost savings over the three years. Further cost savings can possibly be received during the final negotiations with McDonald Transit. Alternatives:Keep Augusta Public Transit under total City control. Recommendation:Approve the awarding of the proposal to McDonald Transit. Funds are Available in the Following Accounts: Fund 546 Cover Memo Item # 14 REVIEWED AND APPROVED BY: Cover Memo Item # 14 Corrected REQUEST FOR PROPOSALS Request for Proposals will be received at this office until Tuesday, April 16, 2013 @ 3:00 P.M. for furnishing: RFP Item #13-125 Transit Services for Public Transit Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. A mandatory vehicle & facility inspection will be held on Friday, March 22, 2013 from 9:00 a.m. to 12:00 p.m. at Augusta Public Transit, 1535 Fenwick Street, Augusta, GA 30904. A Mandatory Pre-Proposal Conference will be held on Friday, March 22, 2013 @ 3:00 p.m. in the Procurement Department, 530 Greene Street, Room 605. All questions must be submitted by fax at 706 821-2811 or by email to procbidandcontract@augustaga.gov by Tuesday, March 26, 2013 @ 5:00 p.m. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. A 10% Bid Bond is required to be submitted. A performance and payment bond in the amount of 100% equal to the contract sum will be required of the successful proposer for award. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Bidders are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle February 28, 2013 and March 7, 14, 21, 2013 Metro Courier March 6, 2013 Attachment number 1 \nPage 1 of 1 Item # 14 VENDORS Attachment B E-Verify # Addendum 1-4 SAVE Form Original 8 Copies Bid Bond Fee Proposal Veolia Transportation 720 E. Butterfield Rd., Suite 300 Lombard, IL 60148 Yes 105540 Yes Yes Yes Yes Yes Yes MV Transportation 479 Mason St., Suite 221 Vacaville, CA 95688 Yes 64880 No/Non- Compliant Yes Yes Yes Yes Yes First Transit 600 Vine Street, Suite 1400 Cincinnati, OH 45202 Yes 51762 Yes Yes Yes Yes Yes Yes SL Gresham Company 235 Peachtree St., Suite 400 Atlanta, GA 30303 Applebus Company 230 Main Street East Cleveland, MO 64734 Yes National Express 8041 Hosbrook Rd., Suite 330 Cincinnati, OH 45236 Yes TGRE1108/ 671205 Yes Yes Yes Yes Yes Yes American Coach of Atlanta 705 Lively Avenue Norcross, GA 30071 No Bid Response Mobility Transportation 1850 SE 17th St., Suite 200 Fort Lauderdale, FL 33315 McDonald Transit 3800 Sanshell Dr., Suite 175 Fort Worth, TX 76137 Yes 166924 Yes Yes Yes Yes Yes Yes Keolis Transit 3300 SW 11th Avenue Fort Lauderdale, FL 33315 No Bid Response RFP Opening RFP Item #13-125 Transit Services for Augusta, Georgia - Public Transit Department RFP Due: Thursday, May 16, 2013 @ 3:00 p.m. Page 1 of 1 Attachment number 2 \nPage 1 of 1 Item # 14 Attachment number 3 \nPage 1 of 3 Item # 14 Attachment number 3 \nPage 2 of 3 Item # 14 Attachment number 3 \nPage 3 of 3 Item # 14 Attachment number 4 \nPage 1 of 5 Item # 14 Attachment number 4 \nPage 2 of 5 Item # 14 Attachment number 4 \nPage 3 of 5 Item # 14 Attachment number 4 \nPage 4 of 5 Item # 14 Attachment number 4 \nPage 5 of 5 Item # 14 Attachment number 5 \nPage 1 of 3 Item # 14 Attachment number 5 \nPage 2 of 3 Item # 14 Attachment number 5 \nPage 3 of 3 Item # 14 AUGUSTA PUBLIC TRASIT SHARO DOTTERY, TRASIT CO TRACT MAAGER Augusta Public Transit 1535 Fenwick Street - Augusta, GA 30904 (706) 821-1721 – Fax (706) 821-1752 www.augustaga.gov MEMORANDUM To: Geri Sams Procurement Director From: Sharon Dottery Transit Contract Manager Date: June 19, 2013 Subject: RFP 13-125 Transit Services Recommendation I am requesting that RFP 13-125 for operation of Transit Services be awarded to McDonald Transit. Based on McDonald’s cost proposal, it would be in the best interest of Augusta to proceed with this award to them. According to their cost proposal submitted Augusta, GA will realize a cost savings over the three years. Further cost savings can possibly be received during the final negotiations with McDonald Transit. If I can be of further assistance please do not hesitate to contact me. Sharon cc: Phyllis Mills, Procurement Nancy Williams, Procurement Shelia Paulk Attachment number 6 \nPage 1 of 1 Item # 14 Evaluation Criteria PTS First Transit 600 Vine Street, Suite 1400 Cincinnati, OH 45202 McDonald Transit 3800 Sanshell Dr., Suite 175 Fort Worth, TX 76137 National Express 8041 Hosbrook Rd., Suite 330 Cincinnati, OH 45236 Veolia Transportation 720 E. Butterfield Rd., Suite 300 Lombard, IL 60148 A. Capability and experience of supervisory personnel to be assigned to the project 20 12 19 14 11 B. Capability and prior experience in transit systems, including the provision of flexible route deviation services, including services for disabled riders, in various sized communities 20 17 19 14 17 C. Adequacy of financial, managerial, and technical resources to successfully carry out the required services and meet required service standards 20 19 20 13 20 D.     Adequacy of Proposer’s vehicle  maintenance program 15 10 15 10 11 E.     Adequacy of Proposer’s  response to all other requirements, terms, and conditions of this Request for Proposals 10 8 10 5 10 F. References - Proposer shall provide a complete list of properties where transit service was provided, along with the Contract years, a contact name, title, and phone number 10 9 10 9 9 G. Proposed Cost per Revenue Hours Lowest 5 points Second 4 points Third 3 points Fourth 2 points Fifth 1points 5 5 3 4 2 TOTAL 100 79 95 69 80 2 1 4 3 Cumulative Evaluation Sheet - Phase I RFP Item #13-125 Transit Services for Augusta, Georgia - Public Transit Department Cumulative Phase II - Presentations (Ranking in order of preference - 1 being the number one choice) Presentations Attachment number 7 \nPage 1 of 1 Item # 14 Commission Meeting Agenda 7/16/2013 5:00 PM Riverwalk repairs Department: Caption:Update from the Administrator and Recreation Department regarding the Commission's June 10th tour of Riverwalk with a scope of work and timeline to be identified associated with completing the identified landscaping, lighting, and other structural items that need to be addressed and repaired. (Requested by Mayor Pro Tem Corey Johnson) (Referred from the June 18 Commission meeting) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 15 Commission Meeting Agenda 7/16/2013 5:00 PM Secondhand Goods Code Amendments Department:Planning & Development Caption:Motion to approve amendments to Augusta-Richmond County Code Section 6-6 Secondhand Goods, Article 1 Brokers,so as to provide the time period for disposing of goods obtained through purchase, credit or trade; to establish the minimum allowable age for a seller; and text corrections for clarity. Background:At the May 7, 2013 meeting the Commission approved amendments to the Secondhand Goods ordinance so as to include brokers, pawnbrokers, dealers in precious metals or gems, and itinerant dealers in precious metals or gems. Once we began enforcing the amended code the issues with the time period for disposing of goods, and the minimum allowable age for a seller were realized. Analysis:The proposed amendments will provide that the Augusta code does not conflict with State codes that regulate pawnbrokers and dealers in precious metals or gems. Financial Impact:N/A Alternatives:Do not approve. Recommendation:Approve Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Cover Memo Item # 16 Administrator. Clerk of Commission Cover Memo Item # 16 ORDINANCE NO. ___________ AN ORDINANCE TO AMEND THE AUGUSTA, GEORGIA CODE, TITLE 6 CHAPTER 6 SECONDHAND GOODS, SECTIONS 6-6-11, 6-6-12, 6-6-13, 6-6-17, AND 6-6- 19, SO AS TO PROVIDE THE TIME PERIOD FOR DISPOSING OF GOODS OBTAINED THROUGH PURCHASE, CREDIT OR TRADE; TO ESTABLISH THE MINIMUM ALLOWABLE AGE FOR A SELLER; AND FOR TEXT CORRECTIONS; TO REPEAL ALL CODE SECTIONS AND ORDINANCES AND PARTS OF CODE SECTIONS AND ORDINANCES IN CONFLICT HEREWITH; TO PROVIDE AN EFFECTIVE DATE AND FOR OTHER PURPOSES. NOW, BE IT ORDAINED BY THE AUGUSTA, GEORGIA COMMISSION AND IT IS HEREBY ORDAINED BY THE AUTHORITY OF SAME THAT ALL BROKERS, PAWNBROKERS, DEALERS IN PRECIOUS METALS OR GEMS, AND ITENERANT DEALERS IN PRECIOUS METALS OR GEMS OPEARATING WITHIN THE JURISDICTION SHALL COMPLY WITH THE PROVISIONS OF THE AUGUSTA, GA CODE, AS FOLLOWS: SECTION 1. SECTIONS 6-6-11(a), 6-6-11(b)(2j), 6-6-12(b), 6-6-13, 6-6-17(a)(b), AND 6-6-19 OF AUGUSTA, GA. CODE TITLE SIX, CHAPTER SIX AS SET FORTH IN THE AUGUSTA, GA. CODE, ARE HEREBY DELETED BY STRIKING THESE SECTIONS. NEW SECTIONS 6-6-11(a), 6-6-11(b)(2j), 6-6-12(b), 6-6-13, 6-6-17(a)(b), AND 6-6-19 ARE HEREBY INSERTED TO REPLACE THE REPEALED SECTIONS AS SET FORTH IN “EXHIBIT A” HERETO. SECTION 2. This ordinance shall become effective upon its adoption in accordance with applicable laws. SECTION 3. All ordinances or parts of ordinances in conflict herewith are hereby repealed. Adopted this ___ day of ___________, 2013. __________________________ Attest:______________________________ David S. Copenhaver Lena J. Bonner, Clerk of Commission As its Mayor Seal: Attachment number 1 \nPage 1 of 4 Item # 16 CERTIFICATIO The undersigned Clerk of Commission, Lena J. Bonner, hereby certifies that the foregoing Ordinance was duly adopted by the Augusta, Georgia Commission on ________________, 2013 and that such Ordinance has not been modified or rescinded as of the date hereof and the undersigned further certifies that attached hereto is a true copy of the Ordinance which was approved and adopted in the foregoing meeting(s). ______________________________ Lena J. Bonner, Clerk of Commission Published in the Augusta Chronicle. Date: _________________________ Attachment number 1 \nPage 2 of 4 Item # 16 “EXHIBIT A” Sec. 6-6-11. Recordkeeping Requirements. Brokers and Pawnbrokers. All Brokers and Pawnbrokers shall maintain records documenting all transactions as follows: (a) At the time of the actual transaction broker / pawnbrokers shall complete the transaction form designated by the Sheriff. A broker / pawnbroker shall maintain a copy of the completed transaction form on the licensed premises for at least 1 year after the date of the transaction. However, the broker / pawnbroker shall maintain a copy of the transaction form either on premise or off premise at a location within Richmond County approved by the Sheriff for not less than 4 years. Such records may be kept electronically as long as a copy of the electronic records can be provided to the Sheriff or other law enforcement agency upon demand. (b)(2j). The price paid for the goods purchased or pawned. All Brokers and Pawnbrokers shall maintain records documenting all pawnshop transactions as follows: (a) At the time of the actual transaction pawnbrokers shall complete the transaction form designated by the Sheriff. A pawnbroker shall maintain a copy of the completed transaction form on the licensed premises for at least 1 year after the date of the transaction. However, the pawnbroker shall maintain a copy of the transaction form either on premise or off premise at a location within Richmond County approved by the Sheriff for not less than 4 years. Such records may be kept electronically as long as a copy of the electronic records can be provided to the Sheriff or other law enforcement agency upon demand. (b)(2 j). The price paid for the goods purchased. Sec. 6-6-12. Daily accurate report; false statements. (b) It shall be unlawful for person engaged in the business of broker /pawnbroker to make any false entry in any report. Any person making any willfully false or misleading statements in the report shall be punished as provided in section 6-6-22. (b) It shall be unlawful for person engaged in the business of pawnbroker to make any false entry in any report. Any person making any willfully false or misleading statements in the report shall be punished as provided in section 6-6-22. Sec. 6-6-13. Minors. It is unlawful for any broker, or agent or employee thereof to purchase any article for resale from any person under 17 years of age or who the broker knows is not the true owner of such property. It is unlawful for any pawnbroker or agent or employee thereof to accept a pledge or purchase property from a person under 18 years of age or who the pawnbroker knows is not the true owner of such property. It is unlawful for any broker, pawnbroker, or agent or employee thereof to receive any article in pawn or purchase any article for resale from any person under 17 years of age. Sec. 6-6-17. Goods held for 10 days; law enforcement holds. (a) Any broker, pawnbroker, or person operating under a pawnbroker's license who through buying and/or trading obtains goods, taking full title thereto, the word "goods" being used in the broadest sense and including all kinds of personal property excluding motor vehicles or motor vehicle certificates of title, shall hold the goods so taken in purchase and/or trade for at least 10 days before disposing of the goods by sale, transfer, shipment or otherwise. Attachment number 1 \nPage 3 of 4 Item # 16 (b) The Richmond County Sheriff’s Office has the authority to place property that is the subject of law enforcement investigation on "law enforcement hold." In that event, the Richmond County Sheriff’s Office shall notify the broker, pawnbroker, or person operating under a pawnbroker's license of the need for a police hold and identify all property subject to the police hold. Upon notification, it shall be the responsibility of the broker, pawnbroker, or person operating under a pawnbroker's license to maintain the subject property until such time as the property is released from law enforcement hold status or the property is confiscated as evidence. Sec. 6-6-17. Goods held for 30 days; law enforcement holds. a) Any pawnbroker or person operating under a pawnbroker's license who takes goods on pawn or buys goods, taking full title thereto, the word "goods" being used in the broadest sense and including all kinds of personal property, shall hold the goods so taken in pawn or purchase for at least 30 days before disposing of the goods by sale, transfer, shipment or otherwise. b) The Richmond County Sheriff’s Office has the authority to place property that is the subject of law enforcement investigation on "law enforcement hold." In that event, the Richmond County Sheriff’s Office shall notify the pawnbroker of the need for a police hold and identify all property subject to the police hold. Upon notification, it shall be the responsibility of the pawnbroker to maintain the subject property until such time as the property is released from law enforcement hold status or the property is confiscated as evidence. Sec. 6-6-19. Sale of unredeemed articles; pawner's right of redemption. Upon the failure of the pawner to redeem the articles pledged at the time agreed on, the pawnbroker may sell such articles. There shall be a grace period from the maturity date for all pawn transactions. On pawn transactions involving motor vehicles or motor vehicle certificates of title, the grace period shall be for 30 calendar days; on all other pawn transactions the grace period shall be for 10 calendar days. In the event that the last day of the grace period falls on a day in which the pawnbroker is not open for business, the grace period shall be extended through the first day following upon which the pawnbroker is open for business. The pawnbroker shall not sell the pledged goods during the grace period. Provided, further, that the pawner shall have the privilege of redeeming such articles up to the time of the sale. Upon the failure of the pawner to redeem the articles pledged at the time agreed on, the pawnbroker may, after the expiration of 30 days, sell such articles; provided, that six (6) daily notices of sale are given through two (2) newspapers; provided, further, that the pawner shall have the privilege of redeeming such articles up to the time of the sale. Attachment number 1 \nPage 4 of 4 Item # 16 Commission Meeting Agenda 7/16/2013 5:00 PM Transportation Investment Act of 2010 Project Agreement, Apron Rehabilitation Project, Augusta Regional Airport Department:Augusta Regional Airport Caption:Motion to approve the contract for the Design and Rehab of Pavement on the Air Carrier and General Aviation Aprons between the Transportation Investment Act of 2010 (TSPLOST) and the Augusta Regional Airport as approved by the Augusta Aviation Commission at their May 30, 2013 meeting. Background:The Georgia Department of Transportation (GDOT) has been designated as the Program Manager for the Transportation Investment Act of 2010 (TSPLOST). Therefore, GDOT will administer the $8,400,400 grant awarded for the Apron Rehabilitation Project at the Augusta Regional Airport. GDOT will retian 1% of the grant for program management which will leave $8,329,396 for project costs. Analysis:The purpose of the Project is the rehabilitation of the existing pavements associated with the Air Carrier and General Aviation Aprons. The current pavements are in poor condition and in dire need of repairs. This work is critical to the Airport as the pavement could fail structurally and create an unsafe condition, which would close the apron area until repairs are made. Financial Impact:Project Funding: $8,329,396. This is a band 1 project. Any TIA (TSPLOST) projects managed by the county are funded on a reimbursement basis from the Georgia Department of Transportation. The criteria for reimbursement include: 1. The execution of Local Government Agreement between Georgia Department of Transportation and Augusta. This agreement in required to be executed prior to beginning of any work. 2. Project band is currenlty funded. GaDOT has stated that if county management is approved, counites could start a project earlier than proposed, however reimbursement would not be available until the band is funded. I.E. a band 3 project could be started in band 1 timeframe, but reimbursement would not be provided until band 3 is funded. Creating a potential delay in reimbursement of up to 9 years. This would have a signigicant impact on the Cover Memo Item # 17 governments cash position. 3. TIA funds being available. If not enough funds have been collected, Augusta would not receive reimbursement when requested or if the funds have been disbursed for other projects, reimbursement to Augusta would be delayed. An extended delay in reimbursement could have a potential of creating a significant cash flow problem for Augusta. Project costs are based on 2011 dollars and actual project costs will be highter. If funding levels do not increase to keep projects within budget, project scope will be reduced. Any cost overruns would be Augusta's resposibility. Alternatives:Deny request. Recommendation:Accept request to approve the TSPLOST Grant award for the airport's Apron Rehabilitation Project. Funds are Available in the Following Accounts: Fund 371 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 17 Attachment number 1 \nPage 1 of 30 Item # 17 Attachment number 1 \nPage 2 of 30 Item # 17 Attachment number 1 \nPage 3 of 30 Item # 17 Attachment number 1 \nPage 4 of 30 Item # 17 Attachment number 1 \nPage 5 of 30 Item # 17 Attachment number 1 \nPage 6 of 30 Item # 17 Attachment number 1 \nPage 7 of 30 Item # 17 Attachment number 1 \nPage 8 of 30 Item # 17 Attachment number 1 \nPage 9 of 30 Item # 17 Attachment number 1 \nPage 10 of 30 Item # 17 Attachment number 1 \nPage 11 of 30 Item # 17 Attachment number 1 \nPage 12 of 30 Item # 17 Attachment number 1 \nPage 13 of 30 Item # 17 Attachment number 1 \nPage 14 of 30 Item # 17 Attachment number 1 \nPage 15 of 30 Item # 17 Attachment number 1 \nPage 16 of 30 Item # 17 Attachment number 1 \nPage 17 of 30 Item # 17 Attachment number 1 \nPage 18 of 30 Item # 17 Attachment number 1 \nPage 19 of 30 Item # 17 Attachment number 1 \nPage 20 of 30 Item # 17 Attachment number 1 \nPage 21 of 30 Item # 17 Attachment number 1 \nPage 22 of 30 Item # 17 Attachment number 1 \nPage 23 of 30 Item # 17 Attachment number 1 \nPage 24 of 30 Item # 17 Attachment number 1 \nPage 25 of 30 Item # 17 Attachment number 1 \nPage 26 of 30 Item # 17 Attachment number 1 \nPage 27 of 30 Item # 17 Attachment number 1 \nPage 28 of 30 Item # 17 Attachment number 1 \nPage 29 of 30 Item # 17 Attachment number 1 \nPage 30 of 30 Item # 17 Commission Meeting Agenda 7/16/2013 5:00 PM 2013 Action Plan - Acceptance of Amendment Department:Housing and Community Development Department (AHCDD) Caption:Motion to accept the Year 2013 Action Plan amendment for Community Development Block Grant (CDBG) Program, HOME Investment Partnerships (HOME) Program, Emergency Shelter Grant (ESG) Program, Housing Opportunities for Persons with AIDS (HOPWA) Program as set forth by HUD's changes. (Approved by Administrative Services Committee June 10, 2013) Background:In order to fulfill statutory and regulatory requirements mandated by the U.S. Department of Housing and Urban Development with regard to the 2013 Action Plan, the City of Augusta is required to make available for public comment the 2013 Action Plan that provides the jurisdiction an opportunity to review the City of Augusta, Housing and Community Development Department’s local strategy to address needs in the areas of community development, economic development, housing and homelessness. This proposal includes an amendment to the Action Plan for 2013 with a budget that includes a revision to anticipated funding allocations for the Community Development Block Grant Program (Increased by $35,544), HOME Investment Partnerships Program (Decreased by $48,951), Housing Opportunities for Persons with AIDS Program (Decreased by $12,479), and Emergency Solutions Grant (Decreased by $50,982); plus CDBG Program Income from loan repayments of $150,000 and HOME loan repayments of $235,000. Analysis:If supported by the Augusta City Commission, the Housing and Community Development Department will be able to fund these projects in accordance with the submission of the 2010-2014 Consolidated Plan to the U. S. Department of Housing and Urban Development (HUD). Financial Impact:If approved by the City Commission, the Plan will continue to provide funding of needed services and housing projects for low- to moderate-income households throughout the City of Augusta.Cover Memo Item # 18 Alternatives:None Recommended. Recommendation:Accept this amendment to the 2013 Action Plan by resolution. Funds are Available in the Following Accounts: COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROGRAM, HOME INVESTMENT PARTNERSHIPS (HOME) PROGRAM, EMERGENCY SHELTER GRANT (ESG) PROGRAM, and the HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS PROGRAM (HOPWA) PROGRAM respectively. REVIEWED AND APPROVED BY: Cover Memo Item # 18 Attachment number 1 \nPage 1 of 3 Item # 18 Attachment number 1 \nPage 2 of 3 Item # 18 Attachment number 1 \nPage 3 of 3 Item # 18 Commission Meeting Agenda 7/16/2013 5:00 PM Annual Bid Items for Sheriff's Office Department: Caption:Motion to approve two (2) annual bid items. The items require Commission approval due to the fact that purchases on the individual items will exceed $25,000.00 per order. (Approved by Administrative Services Committee July 8, 2013) Background:The following annual bid items required Commission approval: 13-131 Uniform Leather Accessories; 13-132 Uniform Pants. Analysis:Each item was bid through the sealed bid process as directed in the Augusta Procurment Code. The Sheriff's Office reviewed the submittals and presented a recommendation of award to the Procurement Department. Financial Impact:The Sheriff's Office is responsible for the purchase of the items listed on the individual bids. Alternatives:Not to award and require the Sheriff's Office to follow the purchasing guidelines as listed in the Agusuta Procurement Code for each individual purchase. Recommendation:Approve the recommendation as submitted by the Sheriff's Office. Funds are Available in the Following Accounts: 273-03-2110/5311410 REVIEWED AND APPROVED BY: Cover Memo Item # 19 Invitation to Bid Sealed bids will be received at this office on Friday, April 19, 2013 @ 11:00 a.m. for furnishing: Bid Item 13-131 Uniform Leather Accessories for Sheriff’s Office Bid Item 13-132 Uniform Pants for Sheriff’s Office 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 viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. 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 by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, April 5, 2013 @ 5:00 P.M. 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 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. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID 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 Augusta Chronicle March 14, 21, 28, April 4, 2013 Metro Courier March 20, 2013 Revised: 3/7/2013 Attachment number 1 \nPage 1 of 1 Item # 19 Description Est Quan Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Duty Belt 100 $50.00 $5,000.00 $60.45 $6,045.00 $53.17 $5,317.00 $52.64 $5,264.00 $48.85 $4,885.00 Retention Holster 100 $117.00 $11,700.00 $142.50 $14,250.00 $133.17 $13,317.00 $109.54 $10,954.00 $113.98 $11,398.00 Handcuff Case 100 $23.00 $2,300.00 $27.85 $2,785.00 $24.79 $2,479.00 $24.40 $2,440.00 $22.64 $2,264.00 Baton Carrier 100 $20.00 $2,000.00 $22.95 $2,295.00 $21.11 $2,111.00 $20.59 $2,059.00 $19.20 $1,920.00 Ammo Carrier 100 $25.50 $2,550.00 $30.45 $3,045.00 $27.14 $2,714.00 $26.71 $2,671.00 $24.84 $2,484.00 OC Carrier 100 $20.00 $2,000.00 $23.60 $2,360.00 $21.11 $2,111.00 $20.59 $2,059.00 $19.20 $1,920.00 Under Belt 100 $28.75 $2,875.00 $34.75 $3,475.00 $30.81 $3,081.00 $29.26 $2,926.00 $28.26 $2,826.00 Delivery Date MFG & Model SAVE FORM Yes Yes 318791 Yes Safariland Safariland 20 - 30 Days ARO 45 Days ARO Bid Item #13-131 Uniform Leather Accessories For Augusta, Georgia - Sheriff's Office Bid Opening: Friday, April 19, 2013 @ 11:00 a.m. 272348 482314 Yes Yes Yes 129350 VENDORS ATTACHMENT B E-VERIFY NUMBER Safariland 30 - 60 Days GT Distributors 100 McFaarland Ave Rossville, GA 30741 Artistic Design 1809 Gordon Highway Augusta, GA 30904 Law Enforcement Supply 1257 Kennestone Circle Marietta, GA 30066 Command Uniforms by John 511 Broad Street Augusta, GA 30901 30 Days 30 Days ARO Yes DGG Taser & Tactical 8725 Youngerman CT Jacksonville, FL 32244 Yes Yes Yes 434009 Safariland Safariland Attachment number 2 \nPage 1 of 1 Item # 19 Attachment number 3 \nPage 1 of 2 Item # 19 Attachment number 3 \nPage 2 of 2 Item # 19 Attachment number 4 \nPage 1 of 3 Item # 19 Attachment number 4 \nPage 2 of 3 Item # 19 Attachment number 4 \nPage 3 of 3 Item # 19 Attachment number 5 \nPage 1 of 2 Item # 19 Attachment number 5 \nPage 2 of 2 Item # 19 VENDORS Description Est Quan Unit Price Total Price Unit Price Total Price Mens 6 Pocket Pant 750 $72.75 $54,562.50 $65.00 $48,750.00 Womens 6 Pocket Pant 750 $72.75 $54,562.50 $65.00 $48,750.00 ATTACHMENT B E-VERIFY NUMBER SAVE FORM 434009 Artistic Design 1809 Gordon Highway Augusta, GA 30904 Bid Item #13-132 Uniform Pants For Augusta, Georgia - Sheriff's Office Bid Opening: Friday, April 19, 2013 @ 11:00 a.m. 272348 Yes Command Uniforms by John 511 Broad Street Augusta, GA 30901 Yes Yes Yes Attachment number 6 \nPage 1 of 1 Item # 19 Attachment number 7 \nPage 1 of 4 Item # 19 Attachment number 7 \nPage 2 of 4 Item # 19 Attachment number 7 \nPage 3 of 4 Item # 19 Attachment number 7 \nPage 4 of 4 Item # 19 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, Georgia. 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. Purpose. A significant portion of the Augusta, Georgia 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 each public tax dollar spent. A proven technique for obtaining this goal is through the annual bid contract process, Sec. 1-10-58. Annual contracts. Upon approval of an annual contract by the Board of Commissioners (or the Administrator for annual bids of up to $25,000), any using agency may order supplies or services under such annual contract as needed up to the maximum amount approved in the annual bid. Purchases on the following annual bid items will exceed $25,000.00 per order: Department Description Recommended Vendor Local Vendor 13-131 Sheriff’s Office Uniform Leather Accessories Uniforms by John Uniforms by John 12-132 Sheriff’s Office Uniform Pants Uniforms by John Uniforms by John Attachment number 8 \nPage 1 of 1 Item # 19 Commission Meeting Agenda 7/16/2013 5:00 PM Augusta, Georgia Citizen Participation Plan – Acceptance of Amendment Department:Housing and Community Development Department (AHCDD) Caption:Motion to approve updating the Augusta, Georgia Citizen Participation Plan to include the by-laws of the Citizen Advisory Committee in an effort to strengthen the overall intent of what citizen participation means. (Approved by Administrative Services Committee July 8, 2013) Background:Citizen Participation in consolidated planning (24 CFR 91.100- 91.115) is integral to the development of the Consolidated Plan. Further, a Citizen Participation Plan (CP Plan) must be adopted that encourages citizens to participate in the development of the Consolidated Plan, any amendments, and the performance report. Further, emphasis is placed especially on reaching and involving Low-to-Moderate income persons living in areas where proposed Community Development Block Grant (CDBG) activities would be undertaken. Analysis:If supported by the Administrative Services Committee and the Augusta City Commission, the Housing and Community Development Department will be able to show good faith in making sure citizen participation on every level (local citizens and Citizen Advisory Committee) is integral to the development of the Consolidated Plan. Financial Impact:Augusta Georgia has already adopted this Citizen Participation Plan. However, we are now in the process of adding the Citizen Advisory Committee By-Laws (approved by Commission in 2013) to this plan in an effort to strengthen our comprehensive citizen participation plan and to be sure the purpose and intent of the Citizen Advisory Committee (to act as a representative body for the citizens of Augusta, Georgia) is included in the overall participation plan. Alternatives:None Recommended Recommendation:Accept this amendment to the Augusta, Georgia Citizen Cover Memo Item # 20 Participation Plan by resolution Funds are Available in the Following Accounts: Not Applicable REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 20 Consolidated Plan & Annual Action Plans Housing and Community Development Department 925 Laney-Walker Boulevard, 2nd Floor Augusta, Georgia 30901 (706) 821-1797; Fax (706) 821-1874 Revised June 2013 Attachment number 1 \nPage 1 of 13 Item # 20 2 TABLE OF CONTENTS Page Introduction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Purpose of Citizen Participation Plan . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Citizens Participation and Involvement . . . . . . . . .. . . . . . . . . . . . . . . . . . 4 Citizens Advisory Committee . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Public Notices . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Public Access to Information . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 Public Hearings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Consolidated Plan Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Amendment Criteria . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Technical Assistance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Anti-Displacement and Relocation Assistance Plan. . . . . . . . . . . . . . . . . 11 Complaints . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 Complaint Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Attachment number 1 \nPage 2 of 13 Item # 20 3 INTRODUCTION This Citizen Participation Plan was drafted in accordance with Section 91.105 of the U.S. Department of Housing and Urban Development (HUD) Consolidated Plan regulations. The City is required to have a detailed Citizen Participation Plan which contains the City’s policies and procedures for public involvement in the Consolidated Plan process. The Consolidated Plan is a HUD requirement that combines the planning and application process of four HUD grants: the Community Development Block Grant (CDBG), HOME Investment Partnerships, Emergency Shelter Grant (ESG) and Housing Opportunities for People With AIDS (HOPWA). The Consolidated Plan examines the housing and community development needs of the city, sets priorities for the HUD grant monies and establishes an action plan for meeting current and future needs. The Consolidated Plan consists of the following parts: A housing and homeless needs assessment; a strategic plan; an action plan; certain certifications; and a monitoring plan. The entire Consolidated Plan is rewritten with citizen participation every five years. The action plan, which describes resources and their expected use in the coming program year, is written with citizen participation every year and constitutes an update to the larger 5-year Consolidated Plan. The City receives the above grants annually from HUD resulting from its classification as an “entitlement” community. The City is also eligible to apply for supplemental funds under the Section 108 Loan Guarantee Program. The City may exercise its option to apply for Section 108 Loan Guarantee funding and in so doing will follow the procedures outlined in this Citizen Participation Plan. Use of the term “Consolidated Plan” within this Citizen Participation Plan refers either to the entire five-year plan, or the annual action plan, depending on which year of the five- year planning cycle the city is in. Attachment number 1 \nPage 3 of 13 Item # 20 4 PURPOSE OF CITIZEN PARTICIPATION PLAN The purpose of the Citizen Participation Plan is to encourage citizen participation, emphasizing involvement by low and moderate income people – especially those living in low and moderate income neighborhoods in the development and implementation of the Consolidated Plan, the annual performance report and any necessary amendments to the Plans. The primary purpose of the CDBG, HOME, ESG and HOPWA programs covered by this Citizen Participation Plan is to improve communities by providing: decent housing, a suitable living environment and expanding economic opportunities – all principally for low and moderate income people. It is the City’s policy to encourage citizen participation from all sectors of the community, with particular emphasis on participation by persons below the federal poverty line, low and moderate income residents of blighted areas and of areas in which federal funds are used or are proposed to be used; and for the participation of minority and non- English speaking residents, as well as persons with mobility, visual, speech or hearing impairments. Community input will be gathered, through a variety of methods such as community meetings, surveys and other appropriate forums, regarding funding priorities for services provided by community-based organizations. Involvement by low income people will take place at each stage of the planning process. These stages include: 1. Identification of housing and community development needs. 2. Preparation of the draft Proposed Consolidated Plan or the Proposed Annual Action Plan. 3. Formal approval by the Commission of the Final Consolidated Plan or Annual Action Plan. 4. On occasion during the year, it might be necessary to change the use of the funds already budgeted in an Annual Action Plan, or to change the priorities CITIZEN PARTICIPATION AND INVOLVEMENT Attachment number 1 \nPage 4 of 13 Item # 20 5 established in the Five-Year Strategic Plan. In this case, a formal “Substantial Amendment” will be proposed, considered and acted upon. 5. After completion of a “program year”, a Consolidated Annual Performance and Evaluation Report will be available for public review and comment and then sent to HUD. The “program year” chosen by the City is January 1 through December 31. CITIZEN ADVISORY COMMITTEE It is the purpose and intent of the Citizen Advisory Committee (CAC) to act as a representative body for the citizens of Augusta, Georgia and act on their behalf in the following: 1. The Citizens Advisory Committee shall act as a representative body for the citizens of Augusta, Georgia and serve in an advisory capacity to the Housing & Community Development Department (formerly known as Housing & Economic Development) for all projects funded, or proposed to be funded, under the following HUD programs: Community Development Block Grant (CDBG), HOME Investment Partnership, Emergency Solutions Grant (ESG), and Housing Opportunities for Persons with AIDS. 2. The Citizen Advisory Committee shall be provided an opportunity to review and comment on the Five-Year Consolidated Plan and the Annual Action Plan, pursuant to relevant Federal laws and Guidelines. Such Plan(s) shall be submitted to the Augusta Commission and HUD for approval. As part of this responsibility, the Citizens Advisory Committee will be allowed to attend and observe different meetings with the public and neighborhood associations. 3. The Citizens Advisory Committee shall have the responsibility of reviewing all Citizenry comments submitted in regards to the expenditure of funding to the Housing & Community Development Department. The Citizens Advisory Committee shall serve as “a voice” for the citizens of Augusta, Georgia. All such comments will be submitted to the Housing & Community Development Department for consideration. 4. The Citizens Advisory Committee shall submit the Citizenry comments and concerns to the Director of the Housing & Community Development Department. Said concerns shall be taken under advisement and addressed in a manner deemed appropriate by the Augusta Housing and Community Development Department in consultation with the Augusta Commission. Attachment number 1 \nPage 5 of 13 Item # 20 6 The Citizens Advisory Committee shall consist of ten (10) members, each of whom shall represent one of the voting districts in August, Georgia. Each member of the Citizens Advisory Committee shall be nominated by the presiding Commissioner representing the applicable voting district, and confirmed by the full Augusta Commission. All members shall be residents of the City of Augusta. Terms of the office shall be for four (4) years and coincide with the term of the appointing Commissioner. No member of the Citizens Advisory Committee shall serve more than two (2) consecutive terms or eight (8) years consecutively. PUBLIC NOTICES The City will publish notices of Public Hearings and Comment Periods, summaries of the Consolidated Plan, amendments to the Consolidated Plan and the Consolidated Annual Performance and Evaluation Report (CAPER) in the Augusta Chronicle, Augusta Focus and the Metro Courier as a display ad in the non-legal section of the newspapers. Public Hearings will be advertised two weeks prior to the event. Notices announcing public comment periods will list the location where copies of the entire documents may be obtained and where public comments or complaints may be submitted. Public Comment Periods for the following documents are as indicated: Proposed Consolidated Plan and Proposed Action Plan - 30 days Amendments to Consolidated Plan - 30 days CAPER - 15 days Attachment number 1 \nPage 6 of 13 Item # 20 7 PUBLIC ACCESS TO INFORMATION The City will provide citizens, public agencies and all other interested parties with reasonable and timely access to information and records relating to the data or content of the Consolidated Plan, as well as the proposed, actual and past use of funds covered by this Citizen Participation Plan. Regarding the past use of funds, the law requires reasonable public access to records about any uses of these funds during the previous five years. This information will be provided upon written request. Also, the public will be provided reasonable and timely access to public hearings and meetings relating to the proposed or actual use of funds as indicated under the Public Notices section above. Standard documents to be available include: The Proposed and Final Consolidated Plan (five-year strategic plan). The Proposed and Final Annual Action Plans. Proposed and Final Substantial Amendments to either the Consolidated Plan or the Annual Action Plan. Annual Performance Reports (CAPER). The Citizen Participation Plan Anti-Displacement/Relocation Policy Standard documents for public review will be available at: Housing and Community Development Department 925 Laney-Walker Boulevard Augusta, GA 30901 Clerk of Commission 530 Greene Street, Room 806 Augusta, Georgia 30901 ARC Public Library 902 Greene Street Augusta, Georgia 30901 ARC Planning Commission 525 Telfair Street Augusta, Georgia 30901 Copies of the above documents will be provided to the public at no cost and within three (3) working days of request. Attachment number 1 \nPage 7 of 13 Item # 20 8 PUBLIC HEARINGS The City holds two annual public hearings which are intended to obtain citizens input and comments on the Consolidated Plan and/or Annual Action Plan. The first public hearing is held near the beginning of the program year. At this time citizens and organizations have an opportunity to identify needs in the community. The Community Needs Surveys are made available to record needs. In addition to this public hearing, the City may also conduct public meetings in different low income neighborhoods. The second public hearing is held shortly after approval of the Proposed Consolidated/Annual Action Plan by the Commission. Comments from individuals or groups will be solicited for a minimum of thirty days prior to submission of the plan to HUD. Written comments received during the comment period regarding the Consolidated Plan/Annual Action Plan, amendments and/or the CAPER will be documented and presented to the Commission for consideration. A summary of the comments or views, accepted or not accepted will be included in the documents and sent to HUD. Participation of all residents of Augusta, Georgia including minorities and non-English speaking persons, as well as persons with mobility, visual or hearing impairments are encouraged to comment. All public hearings and public meetings will be held at locations accessible to people with disabilities and provisions will be made for people with disabilities when requests are made at least five (5) workings days prior to a hearing. Translators will be provided for people who do not speak English when requests are made at least five (5) working days prior to a hearing. Attachment number 1 \nPage 8 of 13 Item # 20 9 CONSOLIDATED PLAN SCHEDULE The annual Consolidated Plan or Annual Action Plan schedule is anticipated to be: Month Action Purpose/Responsible Party January 1st Public Hearing Obtain input from citizens and agencies regarding needs in the community. Send letters to adjacent municipalities Solicit for applications Conduct application workshop February Public Meetings Technical Assistance Conduct Neighborhood Meetings Provide assistance to agencies applying for funds. March Technical Assistance Continue Technical Assistance April Application Deadline Last Friday of April by 5:00 p.m. May Staff Review Applications To be determine applicants to be funded June Staff & Citizens Advisory Committee Complete Application Review Make funding recommendations July Planning Commission Send funding recommendations, strategies and goals to Planning Commission for development of Consolidated Plan and/or Annual Action Plan August Planning Commission Completes Proposed Plan Administrative Services Committee considers Proposed Plan (last Monday of Month) September Proposed Plan 2nd Public Hearing - (Present Plan to Public for Review) Commission approves Proposed Plan (1st Tuesday of Month) Publish Proposed Plan in Newspapers for 30- day comment period October Proposed Plan Deadline for Citizens Comments Comments Submitted to Committee & Commission Administrative Services Committee considers comments & approve Plan (last Monday) November Final Plan Commission considers comments & approve Plan (1st Tuesday) AHEDD submits Plan to HUD for receipt by 15th December HUD Review Plan January Program Year Begins January 1 Attachment number 1 \nPage 9 of 13 Item # 20 10 CRITERIA FOR AMENDMENT/SUBSTANTIAL CHANGES Occasionally, amendments or changes may be needed to the Consolidated Plan or Annual Action Plan. The City will give citizens the opportunity to participate in the planning and development of any substantial change in five (5) year strategies or priorities and annual projects. A “substantial change” is defined as a change that affects the purpose, scope, location, beneficiaries, administrator of an activity or the transfer of $50,000 or more from any activity identified in the Consolidated Plan. The Citizens Advisory Committee and AHEDD will be responsible for soliciting views and comments from affected or interested persons before developing a recommendation to the Commission regarding proposed change(s). The changes described below will be subject to the citizen participation process as described in this guide. Consolidated Plan a. A decision to change the method for distribution of funds; b. Any change in priority strategies which may affect the activities to be funded from CDBG, HOME, ESG or HOPWA funds. Annual Action Plan a. Any new activity proposed for CDBG, HOME, ESG or HOPWA funding. b. The elimination of an activity originally described in the Consolidated Plan. c. Any revision in an approved activity which results in a change from one eligible activity to another or a change in the location, scope, beneficiaries or administrator of the activity. d. A change of $50,000 or more from one eligible activity to another eligible activity. TECHNICAL ASSISTANCE Technical assistance will be provided to neighborhood organizations, non-profits agencies, developers or any group representing low and moderate income citizens of Augusta on a case by case basis. All potential applicants for funding are encouraged to contact AHEDD staff to set up appointment for technical assistance before completing a proposal form. Attachment number 1 \nPage 10 of 13 Item # 20 11 ANTI-DISPLACEMENT AND RELOCATION ASSISTANCE PLAN It is the policy of the City to comply with the acquisition and relocation requirements of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 as amended (URA); the government-wide URA regulations at 49 CFR Part 24, revised section 104 (d) of the Housing and Community Development Act of 1974, as amended; and the final rule at 24 CFR 570.606. As required under section 104(d) of the Act, the City will follow a residential anti- displacement and relocation assistance plan providing one-for-one replacement units [(570.606(c)(1)]. Consistent with other goals and objectives of the CDBG, HOME, ESG and HOPWA programs, the City will comply with its Anti-Displacement/Relocation Policy to minimize the displacement of persons from their homes as a result of any activities assisted under the programs. Relocation assistance will be provided to each low/moderate income household displaced by the demolition of any housing unit or by the conversion of a low/moderate income dwelling to another use, occurring as a direct result of assisted activities. Persons will be provided assistance as described in 570.606(c)(1) or as described in the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. A copy of the Local Anti-Displacement and Relocation Policy can be obtained from the AHCDD. Attachment number 1 \nPage 11 of 13 Item # 20 12 COMPLAINTS All public inquiries and grievances regarding the CDBG, HOME, ESG and HOPWA programs will be provided a written response within fifteen (15) working days from receipt of complaint. COMPLAINT PROCESS a. Persons desiring to file a complaint must submit complaint in written form to Director of Augusta Housing and Community Development Department, 925 Laney-Walker Boulevard, 2nd Floor Augusta, Georgia, 30901. b. If the person filing the complaint does not get a satisfactory explanation from the Director, , the person may request that the complaint be included as an item on the agenda of the next scheduled Administrative Services Committee and Commission meeting. c. If the complainant does not receive a satisfactory response to the complaint from the Commission, the complainant may submit the complaint to the regional office of the Department of Housing and Urban Development: Ms. Mary Presley, Director U.S. Department of Housing and Urban Development Georgia State Office, Community Planning & Development Five Points Plaza 40 Marietta Street, NW, 15th Floor Atlanta, Georgia 30303-9812 e. All complaints shall be submitted on the form attached to this Citizen Participation Plan and shall be signed by the complainant. Attachment number 1 \nPage 12 of 13 Item # 20 13 COMPLAINT FORM AUGUSTA HOUSING AND COMMUNITY DEVELOPMENT DEPARTMENT (AHEDD) PLEASE PRINT OR TYPE 1. NAME OF PERSON OR ORGANIZATION SUBMITTING COMPLAINT(S) Name:_____________________________________________________________ Address: ___________________________________________________________ ____________________________________ Phone # ____________________ 2. NATURE OF COMPLAINT (Please summarize briefly the facts. If you need more space for additional details, you may attach additional page(s). If your complaint is against an individual, please include that person’s name.) ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ 3. PREVIOUS ACTION Have you expressed your complaint to any person at AHEDD verbally? ______ Who was that person? _____________________________________________ Have you expressed your complaint to any member of the Citizens Advisory Committee? ________________ Who was that person? ______________________________________________ 4. I HAVE READ THIS COMPLAINT (including any attachments) AND IT IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION AND BELIEF. _______________________________________ ______________________ Signature Date Attachment number 1 \nPage 13 of 13 Item # 20 Commission Meeting Agenda 7/16/2013 5:00 PM Award Copiers Services 13-144 Department:Procurement Caption:Motion to approve for Augusta to enter into a contract with the Pollock Company to be the service provider for "Copier Managment Service" for Augusta, Georgia. This contract provided for the placement of 57 copiers in various Augusta, Georgia Departments by Pollock Company. The pricing for this agreement was predicated by determining a combined monthly copy volume of all 52 devices with a single monthly invoice for all usage. The contract includes all required hardware, service support, parts, labor and consumable supply items (excludes papers) for the agreement term. The contract will be established as a three (3) year program with two (2) automatic one year (1) year renewal. (Approved by Administrative Services Committee July 8, 2013) Background:The Pollock Company was the successful bidder on the previous contract for "Copier Management Serivce". The Procurement Department bid the services as an RFP. Three (3) vendors responded with 1 being deemed as non-compliant. During the evaluation process, Ricoh and Pollock Company were requested to make presentations to the evaluation committee. Following a detail evaluation of the proposals and the vendor presentations, it was the recommendation of the committee to proceed with an award to Pollock Company. Analysis:Approving Pollock as our service provider will allow the vendor to begin implementing copiers in the indentified area timely and in a cost efficient manner. Financial Impact:It would be in the best interest to Augusta to award the contract to Pollock based on Pollock's service level and cost proposal. Alternatives:Purchase individual department copiers which will include adding the cost of supplies and maintenance or enter into negotations with the next compliant vendor Richo. Cover Memo Item # 21 Recommendation:Approve the award to enter into contract negotations with Pollock Company. Funds are Available in the Following Accounts: Each Departement will be responsible for the copiers which are located in their respective departments. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 21 Request for Proposal Request for Proposals will be received at this office until Tuesday, April 30, 2013 @ 3:00 p.m. for furnishing: RFP Item #13-144 Copier Lease Service for Various Departments RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. A Mandatory Pre Proposal Conference will be held on Tuesday, April 16, 2013 @ 10:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Thursday, April 18, 2013 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Bidders are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March 21, 28, April 4, 11, 2013 Metro Courier March 27, 2013 Revised: 3/5/2013 Attachment number 1 \nPage 1 of 1 Item # 21 VENDORS Attachment B E-Verify #Addendum 1-2 SAVE Form Original 6 Copies Fee Proposal POLLOCK COMPANY 1711 CENTRAL AVE AUGUSTA, GA 30904 Yes 235697 Yes Yes Yes Yes Yes RICOH 2743 PERIMETER PKWY BUILDING 100, STE 112 AUGUSTA, GA 30909 Yes 41099 Yes Yes Yes Yes Yes SIMPLIFIED OFFICE SYS 6220 BUSHRIVER ROAD COLUMBIA, SC 29212 DIGITAL OFFICE EQUIPMENT 611C NORTHSIDE DR W STATESBORO, GA 30458 RFP Opening RFP Item #13-144 Copier Lease Service for Augusta, Georgia - Various Departments RFP Due: Tuesday, April 30, 2013 @ 3:00 p.m. The following vendors did not respond: CSRA DOCUMENT SOL / 802 E MARTINTOWN RD, STE 162 / NORTH AUGUSTA, SC 29841 CAROLINA BUSINESS EQUIPMENT / 5123 BUSH RIVER ROAD / COLUMBIA, SC 29212 No RFP Response No RFP Response Page 1 of 1 Attachment number 2 \nPage 1 of 1 Item # 21 RICOH 2743 PERIMETER PKWY BUILDING 100, STE 112 AUGUSTA, GA 30909 POLLOCK COMPANY 1711 CENTRAL AVE AUGUSTA, GA 30904 RICOH 2743 PERIMETER PKWY BUILDING 100, STE 112 AUGUSTA, GA 30909 POLLOCK COMPANY 1711 CENTRAL AVE AUGUSTA, GA 30904 6.00 Ability to meet all RFP requirements . 3.75 4.75 4.500 5.700 3.00 Company history and the present organizational structure and list the contact person for this project. 4.75 5.00 2.850 3.000 3.00 Cover letter introducing the company and include the corporate name, address and telephone number of the corporate headquarters and local office. 5.00 5.00 3.000 3.000 Points 12.00 13.50 14.75 10.35 11.70 8.00 Provide sample of firm's reporting capabilities (invoicing by department). 2.50 4.75 4.000 7.600 5.00 Provide specification sheets/brochures of all proposed copiers - identify the location(s) on each sheet/brochures 5.00 5.00 5.000 5.000 4.00 Ability to meet all the requirements for equipment, installation and maintenance 3.00 5.00 2.400 4.000 3.00 Creative/Innovative Solutions for the five (5) volume range tiers of copiers 4.00 4.75 2.400 2.850 2.00 Firm's customer training, orientation and technical support for users 3.50 5.00 1.400 2.000 4.00 Ability to meet all the requirements for equipment service 4.25 5.00 3.400 4.000 7.00 Maintenance Service 3.50 4.75 4.900 6.650 3.00 Phase-In of new equipment/Implementation plan 3.75 5.00 2.250 3.000 3.00 Right sizing of equipment 4.00 5.00 2.400 3.000 3.00 Copier Malfunction Plan: Describe the maintenance plan to ensure reliability and availability of each copier type 3.50 5.00 2.100 3.000 3.00 Provide information regarding your firm’s customer training, orientation and technical support. 2.75 4.50 1.650 2.700 4.00 Replacement Plan 3.00 4.00 2.400 3.200 Points 49.00 42.75 57.75 34.30 47.00 TECHNICAL REQUIREMENTS 1.00 Integration with Augusta's Information Technology Department and Networking Capabilities 5.00 5.00 1.000 1.000 Points 1.00 5.00 5.00 1.00 1.00 10.00 The deliverables listed in this section are the minimum desired from each vendor. (Deliverables ar any attachments, license, and etc. requested in the Request for Proposal). 4.38 4.88 8.750 9.750 5.00 Equipment requirements - Show Plan Copiers will be located at the locations identified within RFP 13-144 3.63 5.00 3.625 5.000 Points 15.00 8.00 9.88 12.38 14.75 8.00 Experience related to performance of requested services 3.75 5.00 6.000 8.000 3.00 Financial/Administrative Stability 4.75 4.75 2.850 2.850 3.00 RFP Quality/Completeness 3.50 4.75 2.100 2.850 4.00 Character, Reputation, References 3.75 4.75 3.000 3.800 5.00 Overall Value Proposition 3.75 4.75 3.750 4.750 Points 23.00 19.50 24.00 17.70 22.25 Grand Total 100.00 164.00 208.00 75.73 96.70 2 1 Cumulative Phase II - Presentations (Ranking in order of preference - 1 being the number one choice) Presentation Cumulative Phase I - Evaluation Sheet Phase I - Augusta, Georgia - Copier Score Sheet RFP #13-144 Copier Lease Service for Augusta, Georgia - Procurement Department PROSPECTIVE CONTRACTOR'S CREDENTIALS AND RESPONSIVENESS PLAN ADMINISTRATION, SERVICES, TECHNICAL APPROACH AND QUALITY DELIVERABLES QUALIFICATIONS AND EXPERIENCE Rating Weighted Score General Description Points Vendors (Scale 0 (Low) to 5 (High)) Factor Vendors 1 Attachment number 3 \nPage 1 of 1 Item # 21 Attachment number 4 \nPage 1 of 3 Item # 21 Attachment number 4 \nPage 2 of 3 Item # 21 Attachment number 4 \nPage 3 of 3 Item # 21 Attachment number 5 \nPage 1 of 3 Item # 21 Attachment number 5 \nPage 2 of 3 Item # 21 Attachment number 5 \nPage 3 of 3 Item # 21 Attachment number 6 \nPage 1 of 1 Item # 21 Attachment number 7 \nPage 1 of 1 Item # 21 RFP 13-144 Copier Lease Service Page 1 of 5 Contract #CPRO13-144 RFP #13-144 Copier Lease Services DRAFT CONTRACT This contract is entered into on and as of _______________, 2013, by and between Augusta, Georgia, by and through the Augusta, Georgia Commission, and the___________________. This contract is prepared in accordance with the Procurement Regulations of Augusta, Georgia and shall be controlled by provision thereof. 1. DEFINITIONS As used in this Contract the terms below are defined as follows: a. “Augusta” shall mean Augusta, Georgia, acting by and through the Augusta, Georgia Commission. b. “Using Department” shall mean all departments listed on Attachment “A” attached hereto and incorporated herein by reference. c. “Contract Administrator” shall mean the individual and/or department assigned to administer this Contract, to wit: the Augusta, Georgia Procurement Department and its Director. d. “Contractor” shall mean the__________________, whose authorized representative is ________________________, who is responsible for the performance obligation of the Contractor under the Contract. e. “Commission” shall mean the Augusta, Georgia Commission. 2. TERM; TERMINATION a. This Contract shall be for an initial term of three (3) years, beginning __________, 2013. This Contract may be renewed for two additional terms of one (1) year each, by the mutual written consent of the parties, unless earlier terminated. b. The parties agree that Augusta may terminate this Contract or any work or delivery required hereunder, from time to time, either in whole or in part. c. Either party wishing to terminate this contact, must give a 90 day written notice of such intent. Termination by Augusta, in whole or in part, shall be affected by delivery of a Notice of Termination signed by the Mayor, mailed or delivered to Contractor, and specifically setting forth the effective date of termination. Upon receipt of such Notice, Contractor shall: i. Cease work and future deliveries due under this Contract, on the date, and as specified in the Notice of Termination; ii. Place no future orders with any subcontractors except as may be necessary to perform that portion of this Contract not subject to the Notice of Termination; iii. Terminate all subcontractors except those made with respect to Contract performance not subject to the Notice of Termination; iv. Settle all outstanding liabilities and claims which may arise out of such termination, with the ratification of the Procurement Department of Augusta; and v. Use its best efforts to mitigate any damages which may be sustained by Augusta as a consequence of termination under this clause. After complying with the provision of paragraph iii Above, the Contractor shall submit a termination claim, in no event later than six months after the effective date of termination, unless an extension is granted by the Director of Procurement. Attachment number 8 \nPage 1 of 5 Item # 21 RFP 13-144 Copier Lease Service Page 2 of 5 The Director of Procurement, with the approval of the Commission, shall pay from the Using Department’s budget reasonable costs of termination, including a reasonable amount for profit on services delivered or completed. In no event shall this amount be greater than the original contract price, reduced by any payments made prior to Notice of Termination, and future reduced by the price of the services not delivered, or those services not provided. This Contract shall be amended accordingly, and the Contractor shall be paid the agreed upon amount. In the event that the parties cannot agree on the whole amount to be paid to Contactor by reason of termination under this clause, the Director of Procurement shall pay to the Contractor the amount determined as follows, without duplicating any amount which may have already been paid under the preceding paragraph of this clause: i. With respect to all Contract performance prior to the effective date of Notice of Termination, the total of: a. Cost of the work performed; b. The cost of settling and paying any reasonable claims as provided in subparagraph iv above; c. A sum as determined by the Director of Procurement and approved by the Commission to be fair and reasonable. ii. The total sum to be paid shall not exceed the Contract price, as reduced by the amount of payments otherwise made, and as further reduced by the Contract price of services not terminated. In the event that Contractor is not satisfied with any payments which the Director of Procurement shall determine to be due under this clause, the Contractor may appeal any claim to the Commission in accordance with the “Disputes” clause of this Contract. Contractor shall include a provision similar to this one in any subcontract, and shall specifically include a requirement that subcontractors make all reasonable efforts to mitigate damages which may be suffered. Failure to include such provisions shall bar Contractor from any recovery from Augusta whatsoever of loss or damage sustained by a subcontractor as a consequence of termination. d. Either party may terminate this Contract, without further obligation, for the default of the other party or its agents or employees with respect to any agreement or provision contained herein. e. In the event Contractor sells, transfers or relinquishes, whether involuntarily or voluntarily, its ownership interest in the corporation, partnership or proprietorship identified in this Contact, this Contract shall terminate in accordance with this agreement. 3. INCORPORATION OF DOCUMENTS The following documents are hereby incorporated by reference into this Contract: a. Contractor’s Proposal: Copier Management Service for Augusta, Georgia RFP #13-144 b. Augusta’s RFP # 13-144, Copier Services, April 3, 2013 (date). In the event of any inconsistency between the Contractor’s Proposal and Augusta’s RFP, the terms and conditions of the RFP shall control. Attachment number 8 \nPage 2 of 5 Item # 21 RFP 13-144 Copier Lease Service Page 3 of 5 4. PROVISION OF SERVICES Contractor hereby agrees to provide to Augusta the services described herein and further outlined in, Scope of Work. The Scope of Work shall take precedence over the documents set forth in Section 3 in the event of inconsistency. 5. CONTRACT AMOUNT In return for the services identified above, and subject to the “Non-Appropriation of Funds” clause herein, Augusta certifies that sufficient funds are budgeted and appropriated and shall compensate the Contractor a base monthly amount of _______________________________ ($.00); in accordance with the pricing structure contained in the RFP which is attached hereto and incorporated herein by reference (the “Pricing Structure”), for the 36-month term of this Agreement. Contractor shall not invoice, or receive any payments in excess of this amount, except pursuant to the provisions of the Pricing Structure and/or Section 11 herein. Contractor specifically acknowledges and agrees that it shall not receive payment or reimbursement for expenses, including those relating to travel, purchase of supplies or related items. 6. METHOD OF PAYMENT Contractor shall submit monthly invoices listing the services performed and completed as outlined in the Pricing Structure. The invoice should cite the backup itemized charges separately for service to each cost center. An original summary invoice shall be sent to: Accounting Department, Room 105, 530 Greene Street, Augusta, Georgia 30901. Augusta will make payment to Contractor within 30 days of receipt of a correct invoice based upon the Pricing Structure. Payment will be based on unit prices. 7. TIME OF ESSENCE AND COMPLETION Time shall be of the essence to this Contract, except where it is herein specifically provided to the contrary. Contractor shall provide the contract services in accordance with RFP and to completed 30 days after receipt of the purchase order. 8. KEY PERSONNEL a. Contractor shall assign to this Contract the following key personnel: i. ______________- ii. ______________ iii. _______________ c. During the period of performance, Contractor shall make no substitutes to key personnel unless the substitution is necessitated by illness, death, or termination of employment. Contractor shall notify the Augusta, Georgia Director of Procurement within five (5) calendar days after the occurrence of any of these events and provide the following information, providing a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Augusta, Georgia Director of Procurement. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The Augusta, Georgia Director of Procurement will notify the Contractor within fifteen (15) calendar days after receipt of all required information of the decision on substitutions. This clause will be modified to reflect any approved changes of key personnel. 9. INSPECTION AND ACCEPTANCE All tasks and reports shall be conducted and completed in accordance with recognized and customarily accepted industry practices, and shall be considered complete when the products are approved as acceptable by the Contract Administrator in writing. In the event of rejection of any report or deliverable, Contractor shall be notified in writing and shall have ten (10) working days from date of insurance of notification to correct the deficiencies and re-submit the report/deliverable. Failure to submit acceptable work within said (10) ten-day period shall constitute a breach of this contract for which the Contractor may be held in default. 10. ASSIGNABILITY OF CONTRACT Neither this contract, nor any part hereof, may be assigned by Contractor to any other party without the prior express written permission of Augusta. Attachment number 8 \nPage 3 of 5 Item # 21 RFP 13-144 Copier Lease Service Page 4 of 5 11. MODIFICATIONS OR CHANGES TO THIS CONTRACT All modifications and changes to this Contract shall be in writing and signed by both parties. The Contract Administrator, with the approval of the Commission, shall have the authority to order changes in this Contract which affect the cost or time of performance. Such changes shall be ordered in writing specifically designated to be a “Change Order.” Such change orders shall be limited to reasonable changes in the services to be provided or the time of delivery; provided that the Contractor shall not be excused from performance under the changed Contract by failure to agree to such changes, and it is the express purpose of this provision to permit unilateral changes in the contract now subject to the conditions and limitations herein. Contractor need not perform any work described in any Change Order unless it has received a written certification from Augusta that there are funds budgeted and appropriated sufficient to cover the cost of such changes. Contractor shall make a demand for payment for completed Change Order work within thirty (30) days of completion of Change Order, unless such time period is extended in writing, or unless the Director of Procurement requires submission of a cost proposal prior to the initiation of any changed work or services. Later notification shall not bar the honoring of such claim or demand unless Augusta is prejudiced by such delay. No claim for changes ordered hereunder shall be considered if made after final payment in accordance with the Contract. 12. EMPLOYMENT DISCRIMINATION – CONTRACT OVER $10,000 During the performance of this Contract, Contractor agrees as follows: a. Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, gender, disability, or national origin, except where religion, gender, or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of Contractor. Contractor agrees to post, in conspicuous places, notices setting forth the provisions of this nondiscrimination clause. b. Contractor, in all solicitations or advertisements for employees placed by or on behalf of Contractor, will state that such Contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with Federal law, rule, or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. Contractor will include the provisions of the foregoing paragraphs a, b, and c in every subcontract or purchase order over $10,000 so that the provision will be binding upon each subcontractor or vendor. 13. EXAMINATION OF RECORDS Contractor agrees that Augusta or any duly authorized representative shall, until the expiration of three (3) years after final payment hereunder, have access to and the right to examine and copy any directly pertinent books, documents, papers, and records of Contractor involving transactions related to this Contract. Contractor further agrees to include in any subcontract for more than $10,000 entered into as a result of this contract, a provision to the effect that the subcontractor agrees that Augusta, or any duly authorized representative, shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and copy any Contractor involved in transactions related to such subcontract, or this Contract. The term subcontract as used herein shall exclude subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. The period of access provided in the paragraphs above for records, books, documents, and papers which may be related to any arbitration, litigation, or the settlement of claims arising out of the performance of this contract or any subcontract shall continue until any appeals, arbitration, litigation, or claims shall have been finally disposed of. Attachment number 8 \nPage 4 of 5 Item # 21 RFP 13-144 Copier Lease Service Page 5 of 5 14. DISPUTES Disputes by Contractor with respect to this Contract shall be decided in the first instance by the Augusta, Georgia Director of Procurement, who shall reduce his or her decision to writing. Further appeal shall be made in writing to the Commission. Decisions by the Commission shall be final and binding unless set aside by a court of competent jurisdiction as fraudulent, capricious, arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not be supported by any evidence. Pending a final determination of a properly appealed decision of the Director of Procurement, Contractor shall proceed diligently with the performance of the Contract in accordance with that decision. 15. INTEGRATION CLAUSE This contract, and any and all exhibits thereto, and/or documents incorporated by reference into this Contract, shall constitute the whole agreement between the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this Contract shall supersede all previous communications, representations, or agreements, written or verbal, between the parties hereto related to the Provision for Services described herein. IN WITHNESS WHEREOF, the parties here set their hands and seals as of the date first written above. AUGUSTA, GEORGIA _________________________ Date_________ By: Deke S. Copenhaver As its Mayor ATTEST: ___________________________Date __________ Lena Bonner As its Clerk (SEAL) THE __________________ COMPANY _________________________ Date__________ Printed name:___________________________ As its President ATTEST: ___________________________ Date ___________ Corporate Secretary (SEAL) _________________________ Date________ Geri Sams As Director of Procurement Attachment number 8 \nPage 5 of 5 Item # 21 Commission Meeting Agenda 7/16/2013 5:00 PM Meeting time for all committees Department:Clerk of Commission Caption:Motion to approve rotating the scheduled meeting time for all committees at two month intervals in accordance with proposed schedule presented by Commissioner Davis. (Approved by Administrative Services Committee July 8 2013) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 22 Attachment number 1 \nPage 1 of 1 Item # 22 Attachment number 2 \nPage 1 of 1 Item # 22 Commission Meeting Agenda 7/16/2013 5:00 PM Attorney Ruling EEO/DBE Coordinators Department: Caption:Receive ruling from the General Counsel regarding the matter of the EEO Director's Position/EEO/DBE Coordinators positions. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 23 Commission Meeting Agenda 7/16/2013 5:00 PM Commission Directives Department: Caption:Discuss Commission's authorized directives. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 24 Commission Meeting Agenda 7/16/2013 5:00 PM Ellis Albright Department:Clerk of Commission Caption:Consider for approval presentation by Mr. Ellis Albright of the CSRA Business League regarding minority, women and disadvantaged businesses. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 25 Attachment number 1 \nPage 1 of 1 Item # 25 Commission Meeting Agenda 7/16/2013 5:00 PM Evaluations Commission Direct Reports Department: Caption:Discuss evaluation process for Commission's direct reports. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 26 Commission Meeting Agenda 7/16/2013 5:00 PM Motion to approve an ordinance to amend Section 500.115 of the Personnel Policies and Procedures Manual regarding remployment of Augusta, GA retirees; to repeal all code sections and ordinances in conflict herewith; to provde an effective date; and to wai Department:Law Caption:Motion to approve an ordinance to amend Section 500.115 of the Personnel Policies and Procedures Manual regarding reemployment of Augusta, GA retirees; to repeal all code sections and ordinances in conflict herewith; to provide an effective date; and to waive second reading Background:Commission tasks the with developing an emergency plan in the event the current transit management service provider were to discontinue providing services prior to adequate transition to another transit management service provider and such emergency plan entails reemploying certain individuals who have previously retired from an Augusta, GA retirement plan which is currently prohibited by the PPPM. Analysis: Financial Impact: Alternatives:Deny Recommendation:Approve Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Cover Memo Item # 27 Administrator. Clerk of Commission Cover Memo Item # 27 ORDINANCE NO. ___________ AN ORDINANCE TO AMEND THE AUGUSTA, GA CODE TITLE ONE ARTICLE FOUR SECTION 1-7-51 RELATING TO THE ADOPTION OF PERSONNEL POLICIES AND PROCEDURES OF AUGUSTA, GEORGIA; TO AMEND SECTION 500.115 OF THE PERSONNEL POLICIES AND PROCEDURES MANUAL REGARDING REEMPLOYMENT OF RETIREES OF AUGUSTA, GEORGIA; TO REPEAL ALL CODE SECTIONS AND ORDINANCES AND PARTS OF CODE SECTIONS AND ORDINANCES IN CONFLICT HEREWITH; TO PROVIDE AN EFFECTIVE DATE AND FOR OTHER PURPOSES. WHEREAS, the Augusta, Georgia Board of Commissioners tasked the Administrator’s Office with creating an emergency plan in the event the current transit management service provider were to discontinue providing transit management services prior to adequate transition to another transit management service provider; WHEREAS, such emergency plan entails reemploying certain individuals who have previously retired under an Augusta, Georgia retirement plan; WHEREAS, Section 500.115 of the Personnel Policy and Procedures Manual prohibits rehiring, in a regular capacity, an employee who has previously retired under an Augusta, Georgia retirement plan; and WHEREAS, Augusta, Georgia desires to update and amend Section 500.115 of the Personnel Policy and Procedures Manual which is part of AUGUSTA, GA. CODE Section 1-7-51 to allow the rehiring of retired employees in a regular capacity. THE AUGUSTA, GEORGIA COMMISSION, ordains as follows: SECTION 1. AUGUSTA, GA. CODE Section 1-7-51 as set forth in the Augusta, Ga. Code, re- adopted March 1, 2011 (Ord. 7323), is hereby amended by striking Section 500.115 of the incorporated Personnel Policy and Procedures Manual in its entirety and inserting in lieu thereof new Section 500.115 as set forth in “Exhibit A” hereto. SECTION 2. This ordinance shall become effective upon its adoption in accordance with applicable laws. SECTION 3. All ordinances or parts of ordinances in conflict herewith are hereby repealed. Adopted this _____ day of , 2013. ___________________________ David S. Copenhaver As its Mayor Attachment number 1 \nPage 1 of 4 Item # 27 Attest: ______________________________ Lena J. Bonner, Clerk of Commission Seal: Published in the Augusta Chronicle. Date: ______________________ First Reading:___________________ Second Reading: Waived Attachment number 1 \nPage 2 of 4 Item # 27 EXHIBIT A STRIKE: Section 500.115 Retirees of Augusta, Georgia Statement of Policy Augusta, Georgia recognizes the valuable service provided by long-tenured employees and provides a retirement program for employees who have reached the end of their Augusta, Georgia career. As such, it is Augusta, Georgia’s policy that employees who have achieved retirement status will not be reemployed in a regular status. A retired employee may be hired back into a temporary part-time position only. If the former employee has received a retirement incentive upon retirement, they are not eligible to be rehired for twenty-four (24) months after their retirement date. REPLACE WITH: Section 500.115 Retirees of Augusta, Georgia Statement of Policy Augusta, Georgia recognizes the valuable service provided by long-tenured employees and provides a retirement program for employees who have reached the end of their Augusta, Georgia career. Employees who have achieved retirement status from an applicable Augusta, Georgia retirement plan may only be rehired in accordance with the applicable retirement plan documents. If the former employee has received a retirement incentive upon retirement, they are not eligible to be rehired for twenty-four (24) months after their retirement date. Attachment number 1 \nPage 3 of 4 Item # 27 REDLINE: Section 500.115 Retirees of Augusta, Georgia Statement of Policy Augusta, Georgia recognizes the valuable service provided by long-tenured employees and provides a retirement program for employees who have reached the end of their Augusta, Georgia career. Employees who have achieved retirement status from an applicable Augusta, Georgia retirement plan may only be rehired in accordance with the applicable retirement plan documents.As such, it is Augusta, Georgia’s policy that employees who have achieved retirement status will not be reemployed in a regular status. A retired employee may be hired back into a temporary part-time position only. If the former employee has received a retirement incentive upon retirement, they are not eligible to be rehired for twenty- four (24) months after their retirement date. Attachment number 1 \nPage 4 of 4 Item # 27 Commission Meeting Agenda 7/16/2013 5:00 PM CivicPlus Website Refresh Department:Information Technology Caption:Motion to approve contract addendum with CivicPlus. (Approved by Public Safety Committee July 8, 2013) Background:Augusta contracted with Icon Enterprises (DBA CivicPlus) in 2008 in order to secure hosting and design services related to the City of Augusta web site at www.augustaga.gov. The current Augusta web site features over 1,000 individual pages related to city departments, facilities, and programs. The appearance of the site has changed cosmetically since the initial implementation with CivicPlus in 2009, but there has been no major redesign. It is a stated internal goal of IT to see that the site is redesigned and refreshed every 3-4 years. As the means by which many citizens (and other parties around the world) get information about Augusta, the city’s web site needs to be updated in order to reflect changes in technology that have made web pages more dynamic, more mobile-accessible, and more social media-friendly as well. Analysis: CivicPlus has provided the opportunity to Augusta to perform a redesign of the web site at a reduced one-time rate due to the fact that we have been a loyal customer since 2008. The redesign effort includes a new look-and-feel for the site, a new top banner, enhancements to navigation and drop-down menus, updated graphic elements, content migration (to move all 1,000+ current pages to the new design), and access to a new feature (called Aurora) that permits Augusta personnel to make front-page changes on the fly. The contract proposal includes an increase in the annual maintenance. The intent of the increase is to fund the next redesign effort. In four years, Augusta will be entitled to another redesign, but there will be no charge at that time since it is tied in with annual maintenance. CivicPlus has over 1,400 government customers nationwide and many have gone through the redesign process. Contracting with CivicPlus to accomplish the redesign effort means that this endeavor can be accomplished with minimal City of Augusta staff time. In essence, Augusta Cover Memo Item # 28 advises them of our choices, CivicPlus implements the changes, and the new site is prepared. Financial Impact:The overall change in our annual maintenance with CivicPlus would be $1,200. The one-time charge for the redesign is $5,924. Alternatives:None Recommendation:Approve contract addendum with CivicPlus. Funds are Available in the Following Accounts: The redesign will be paid for using IT Capital funds. The annual maintenance will come from IT’s Operating Budget. REVIEWED AND APPROVED BY: Procurement. Information Technology. Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 28 Attachment number 1 \nPage 1 of 9 Item # 28 Attachment number 1 \nPage 2 of 9 Item # 28 Attachment number 1 \nPage 3 of 9 Item # 28 Attachment number 1 \nPage 4 of 9 Item # 28 Attachment number 1 \nPage 5 of 9 Item # 28 Attachment number 1 \nPage 6 of 9 Item # 28 Attachment number 1 \nPage 7 of 9 Item # 28 Attachment number 1 \nPage 8 of 9 Item # 28 Attachment number 1 \nPage 9 of 9 Item # 28 Service & License Agreement for Augusta, GA Page 1 of 2 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 CivicPlus Recurring Redesign Contract Addendum THIS CONTRACT ADDENDUM is agreed to on May 8, 2013, between Icon Enterprises, Inc., d/b/a CivicPlus (“CivicPlus”) with its principal place of business located at 317 Houston St., Ste. E, Manhattan, Kansas 66502, and Augusta, GA (“Client”), with its principal location at 530 Greene Street Annex 101, Augusta, GA 30911, and shall be effective as of the date of signing indicated at the end of this addendum. RECITALS WHEREAS, CivicPlus is engaged in the business of engaged in the business of developing, marketing and selling custom community engagement platforms that include web sites, web interfaces and portals and a proprietary government content management system and associated modules; in addition to project development, design, implementation, support and hosting services; WHEREAS, Client is currently engaged in a relationship with CivicPlus for Annual Support, Maintenance and Hosting services as set forth in the original contract signed on October 17, 2008; WHEREAS, Client and CivicPlus have agreed to alter certain terms as set forth in the original contract; specifically, the addition of terms and services as specified in this addendum. NOW, THEREFORE, Client and CivicPlus agree as follows: Scope of Services 1. Client has selected the Recurring Site-Redesign Package, which includes a CP Basic Redesign at contract signing and builds eligibility for a CP Basic Redesign. Client will be invoiced upon contract signing for the associated on-time fees and the increase in monthly recurring fees. Project details can be found in Exhibit A. 2. After initiation of this Recurring Site-Redesign Package addendum, Client will begin building eligibility for a CP Basic redesign. After 48 months under the terms of this addendum, as well as those of the original contract and all associated pricing, Client will be fully eligible for a CP Basic Redesign. Billing & Payment Terms 3. All other billing and payment terms reflected in the original contract, including invoice and payment dates, apply to this addendum. 4. The Client will be invoiced electronically through email. Upon request CivicPlus will mail invoices and the Client will be charged a $5.00 convenience fee. Agreement Renewal 5. Unless otherwise stated in the original contract, the original contract and this addendum shall remain in effect for a period of one year (12 months) from signing. In the event that neither party gives 60 days’ notice prior to the end of the initial or any subsequent term, this Agreement will automatically renew for an additional contract term. After 48 consecutive months under the terms of this contract and associated pricing, Client will be fully eligible for a CP Basic Redesign. 6. Either party may terminate the agreement at the end of the contract term by providing the other party with 60 days’ written notice, prior to the contract renewal date. 7. In the event of contract termination, Client forfeits eligibility for the CP Basic Redesign and all funds applied to such eligibility. In the event of early termination of this Agreement by the Client, full payment for services provided is due within 15 days of termination. Applicability 8. All other terms, conditions, contractual obligations and agreements acknowledged and agreed upon in the original contract remain in effect and are not altered or nullified by this addendum, except as indicated in Exhibit C: “Augusta, GA Procurement Provision Addendum”. Attachment number 2 \nPage 1 of 8 Item # 28 Service & License Agreement for Augusta, GA Page 1 of 2 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 Acceptance We, the undersigned, agreeing to the conditions specified in this document, understand and authorize the provision of services outlined in this Agreement. Augusta , GA Mayor Deke Copenhaver Date Attest Date CivicPlus Date Sign and E-mail or Fax this Copy And – Mail Two (2) Signed Originals Attn: Contract Manager E-mail: SalesCoordinators@CivicPlus.com Fax: 785-587-8951 CivicPlus Contract Manager 317 Houston St., Suite E Manhattan, KS 66502 We will e-mail or fax a counter-signed copy of the contract back to you so we can begin your project. Upon receipt of two signed originals, we will counter-sign and return one copy for your files. --Remainder of this page left intentionally blank— Attachment number 2 \nPage 2 of 8 Item # 28 Service & License Agreement for Augusta, GA Exhibit A 1 of 2 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 Exhibit A - CivicPlus Project Deliverables CivicPlus Project Development Services & Scope of Services for CP Basic Recurring Redesign Design & Project Overview Our designers will create a fresh new look for your site, and our CivicPlus Team will handle the content migration. Our developers will migrate all of the content from your existing site to your new site and ensure proper formatting and any new styles are applied. The Basic option works great for customers who have a few content contributors and have kept the site’s content in good condition but have little time to attempt a full migration on their own. Annual Fee $1,200 One Time Fee $5,924 Includes: · New design · Redevelop banner · Redevelop navigation method (may choose top drop-down or other options) · Design setup - wireframe · Redevelop graphic elements of website (Newsflash, FAQs, Calendar, etc.) · Project Management · Testing · Review · Content Migration – Includes retouching of all existing published pages to ensure proper formatting, menu structure, and application of new site styles. Note: Content will not be rewritten, reformatted or pages broken up (shortened or re-sectioned) · Site styles and page layouts will be touched so all pages match the new design and migrate cleanly · Spelling and broken links will be checked and reported if unable to correct Add-On Options Inclusion of all standard modules (see module listing) Included Content Development – Develop all Content Pages Optional Portal Page Optional Portal page with Flash Optional Additional Banners Optional 12 hours interactive webinar training (up to 6 employees) Quote includes free use of up to 6 webcams and headsets Optional Annual Increase $1,200 Total Project Development Fee $5,924 Total Fees $7,124 Attachment number 2 \nPage 3 of 8 Item # 28 Service & License Agreement for Augusta, GA Exhibit A 2 of 2 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 Project Development Includes the Following: Modules Functionality · Agenda Center · Action Items Queue · Alerts Center & Emergency Alert Notification · Audit Trail / History Log · Archive Center · Automated PDF Converter · Bid Postings · Automatic Content Archiving · Blog · Content Library · Business/Resource Directory · Dynamic Breadcrumbs · Calendar · Dynamic Sitemap · Carbon Calculator · Expiring Items Library · Citizen Request Tracker™ (5 users) · Generic Mobile App (iOS & Android) · Community Voice™ · Graphic Link Administration · Document Center · Links Redirect and Broken Links Finder · ePayment Center · Menu Management · Facilities & Reservations · Mouse-over Menu Structure · Frequently Asked Questions · MuniMobile™ · Forms Center · Online Editor for Editing and Page Creation (WYSIWYG) · Healthy City · Online Web Statistics (Only with CivicPlus Hosting) · Intranet · Page Wizard w/Multiple Layouts · Job Postings · Printer Friendly/Email Page · License & Permits · Rotating Content · Media Center with Live Streaming Video · RSS · My Dashboard · Search Engine Registration · News Flash · Site Layout Options · Notify Me® Email & SMS Text Subscription · Site Search & Entry Log · Online Job Application with 1 Generic Application · Slideshow · Opinion Poll · Social Media Integration (Facebook & Twitter) · Photo Gallery · User & Group Administration Rights · Postcard · Web Page Upload Utility · Quick Links · Website Administrative Log · Real Estate Locator · Spotlight · Staff Directory Attachment number 2 \nPage 4 of 8 Item # 28 Service & License Agreement for Augusta, GA Exhibit C 1 of 3 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 Exhibit B - Annual Support, Maintenance and Hosting Services Current Annual Support, Maintenance and Hosting Fee Server Storage not to exceed 40 GB Media Center Storage not to exceed 10 GB $10,881.96 Annual Increase $1,200.00 New Annual Fee (Effective upon Contract Signing) $12,081.96 Annual Support, Maintenance & Hosting Service Include the Following: Support Maintenance of CivicPlus Application & Modules Hosting 7-7 (CST) Mon-Fri (excluding holidays) Install Service Patches for OS Shared Web/SQL Server 24/7 Emergency Support Upgrades DNS Consulting & Maintenance Dedicated Support Personnel Fixes Monitor Bandwidth-Router Traffic 2-hour Response during Normal Hours Improvements Redundant ISP Usability Improvements Integration Redundant Cooling Integration New & Upgraded Services Testing Natural Gas Powered Generator Proactive Support for Updates & Fixes Development Daily Tape Backup Online Training Manuals Usage License Intrusion Detection & Prevention Monthly Newsletters Antivirus Protection Phone Consulting Upgrade Hardware CivicPlus Connection Attachment number 2 \nPage 5 of 8 Item # 28 Service & License Agreement for Augusta, GA Exhibit C 1 of 3 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 Exhibit C – Augusta, GA Procurement Provision Addendum The following provisions, stipulated to be included in Augusta, Georgia contracts by the Augusta Commission effective 6/21/2011, are hereby attached to and supersede the conditions of any existing contracts and contract addendums between Augusta, GA and Icon Enterprises, Inc., d/b/a CivicPlus (“CivicPlus”). In the event of conflict between sections of existing contracts between Augusta, GA and CivicPlus, Inc., the provisions as stated in this addendum shall prevail. Certain provisions of this Addendum are addressed in the original Software License Agreement (hereinafter “Original Agreement”) between CivicPlus and Augusta, Georgia, signed October 17, 2008. These are noted where relevant below when the original language meets current Augusta Procurement Code. 1. Temporary Suspension or Delay of Performance of Contract: To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by CivicPlus under this agreement. 2. Defective Pricing: To the extent that the pricing provided by CivicPlus is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. 3. Liquidated Damages: The Consultant agrees to pay as liquidated damages to Augusta the sum of $100 for each consecutive calendar day after expiration of the expected Go-Live Date, except for authorized extensions of time by Augusta, which shall not be unreasonably withheld. This Section is independent of any contract, addendum, or Original Agreement section regarding the Default of CivicPlus. The parties agree that these provisions for liquidated damages are not intended to operate as penalties for breach of Contract. The liquidated damages set forth above are not intended to compensate Augusta for any damages other than inconvenience and loss of use or delay in services. The existence or recovery of such liquidated damages shall not preclude Augusta from recovering other damages in addition to the payments made hereunder which Augusta can document as being attributable to the documented CivicPlus failures. In addition to other costs that may be recouped, Augusta may include costs of personnel and assets used to coordinate, inspect, and re-inspect items within this Contract as well as attorney fees if applicable. 4. Specified Excuses for Delay or Non-Performance: CivicPlus is not responsible for delay in performance caused by acts of nature, strikes, lockouts, accidents, or other events beyond the control of CivicPlus. In any such event, the contract price and schedule shall be equitably adjusted. 5. Termination for Default 5.1. Events of Default. Each of the following events shall constitute an “Event of Default”: 5.2. CivicPlus shall fail to observe, perform or comply with any material term, covenant, agreement or condition of this Agreement which is to be observed, performed or complied with by CivicPlus, if such failure continues uncured for thirty (30) calendar days after Augusta gives CivicPlus written notice of the failure and the specific nature of such failure. 5.3. CivicPlus shall commit any fraud, misrepresentation, breach of fiduciary duty, willful misconduct, or intentional breach of any provision of this Agreement. 5.4. Termination Upon Event of Default. In addition to any other available legal or equitable rights or remedies, upon an Event of Default by CivicPlus, Augusta shall have the right to terminate this Agreement upon at least thirty (30) days written notice to CivicPlus. 6. Termination for Convenience: Attachment number 2 \nPage 6 of 8 Item # 28 Service & License Agreement for Augusta, GA Exhibit C 2 of 3 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 6.1. Upon advance written notice to CivicPlus, Augusta may, without cause and without prejudice to any other right or remedy of CivicPlus, elect to terminate the Agreement. In such case, CivicPlus shall be paid (without duplication of any items): 6.2. For completed and acceptable work executed in accordance with the terms of the agreement prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such work; 6.3. For expenses incurred prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the contract documents in connection with uncompleted work, plus fair and reasonable sums for overhead and profit on such expenses; 6.4. For all claims, costs, losses and damages incurred in settlement of terminated contracts with subcontractors, suppliers and others, and; for reasonable expenses directly attributable to termination. 7. Hold Harmless: CivicPlus has agreed to hold harmless provisions on page 8, Section 2 of the Original Agreement. 8. Prohibition against Contingent Fees: CivicPlus is prohibited from directly or indirectly advocating in exchange for compensation that is contingent in any way upon the approval of this contract or the passage, modification, or defeat of any legislative action on the part of the Augusta, Georgia Commission. CivicPlus shall not hire anyone to actively advocate in exchange for compensation that is contingent in any way upon the passage, modification, or defeat of any contract or any legislation that is to go before the Augusta, Georgia Commission. 9. Venue: CivicPlus has agreed to venue in Superior Court of Richmond County, Georgia on page 8, Section 4(b) of the Original Agreement. 10. Georgia Prompt Pay Act not applicable: The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. 11. Acknowledgement Regarding Contractual Obligations of Augusta, Georgia: CivicPlus 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, CivicPlus is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of CivicPlus' provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that CivicPlus may be precluded from recovering payment for such unauthorized goods or services. Accordingly, CivicPlus agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if CivicPlus provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by CivicPlus. CivicPlus assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. 12. Georgia E-Verify Requirements: All contractors and subcontractors entering into contracts with Augusta, Georgia 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, Georgia has registered with and is participating in a federal work authorization program. CivicPlus agrees to provide their E- Verify number and to be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract term. Additionally, CivicPlus agrees that, should it employ or contract with any subcontractor(s) in Attachment number 2 \nPage 7 of 8 Item # 28 Service & License Agreement for Augusta, GA Exhibit C 3 of 3 CivicPlus • 317 Houston St., Suite E • Manhattan, KS 66502 • www.CivicPlus.com Toll Free 888-228-2233 • Accounting Ext. 291 • Support Ext. 307 • Fax 785-587-8951 connection with the physical performance of services pursuant to its contract with Augusta, Georgia CivicPlus will secure from such subcontractor(s) each subcontractor’s E-Verify number as evidence of 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. CivicPlus agrees to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. 13. Right to Inspect Premises: Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of CivicPlus or any subcontractor of CivicPlus or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. 14. Local Small Business Language: In accordance with Chapter 10B of the AUGUSTA, GA. CODE, CivicPlus agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), the contractor is required to provide local small business utilization reports. CivicPlus shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment. Attachment number 2 \nPage 8 of 8 Item # 28 Commission Meeting Agenda 7/16/2013 5:00 PM New World Gang and Narcotics Modules Department:Information Technology Caption:Motion to approve Additional Software License Agreement for New World Gangs and Narcotics Software. (Approved by Public Safety Committee July 8, 2013) Background:New World software is used at the Richmond County Sheriff’s Office (RCSO), E911, and the Fire Department. Augusta is currently implementing the Microsoft Product (MSP) of the New World Aegis software. As part of this implementation, Sheriff’s Office personnel have been evaluating the modules that we currently own and use, and they have determined that the Gang Tracking module and the Narcotics Management module of MSP would be extremely useful for Richmond County. Analysis:The two modules in question provide the following benefits: Gang Tracking: The Gang Tracking module allows users to enter and maintain records on gangs, gang-related intelligence (information), and gang informants. Users can also track and search the following gang-related information: Locations, MO, Weapons, Vehicles, Gang Activity, Gang Colors, Members, Intelligence, and Informants. Narcotics Management: The Narcotics Management module allows users to enter and maintain records related to Narcotics Investigations, Narcotics-related Intelligence gathered, Narcotics-related Informants, and a Narcotics Fund Ledger. The module gives jurisdictions a method of efficiently tracking narcotics offenders and related contacts. This can also be utilized to support departmental Drug Enforcement activities. Narcotics Management can also serve as a support mechanism for undercover surveillance by tracking individuals, businesses, equipment, private residences and more. The Additional Software License Agreement for these two modules would become part of the existing Standard Software Subscription Agreement that Augusta maintains with New World Systems. Financial Impact:The overall change in our annual maintenance with New World Systems would be an increase of $5,760 per year. The cost of Cover Memo Item # 29 implementation, licensing, and travel would not exceed $40,000. Alternatives:None Recommendation:Approve Additional Software License Agreement for New World Gangs and Narcotics Software Funds are Available in the Following Accounts: The annual maintenance will come from IT’s Operating Budget. The cost for implementation, licensing, and travel would be paid for from 212032110.5424220 REVIEWED AND APPROVED BY: Procurement. Information Technology. Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 29 Document #: 0400-13A1B Sheriff Richard Roundtree Richmond County Sheriff's Office 400 Walton Way Augusta, GA 30901 Dear Sheriff Roundtree: NEW WORLD SYSTEMS® CORPORATION AUGUSTA / RICHMOND COUNTY, GA (New World)(Customer) By: ________________________________By: ________________________________ Larry D. Leinweber, President Authorized Signature Title By: ________________________________ Authorized Signature Title Date: ________________________________Date: ________________________________ May 31, 2013 ADDITIONAL SOFTWARE LICENSE AGREEMENT New World Systems is pleased to license you additional software per your request. The attached forms (Exhibit AA and Proposal Summary dated 5/31/2013) are to be reviewed and approved by you and/or your authorized representative. They describe the additional software and services you have requested along with the related fees. Other than for the purposes of internal review, we ask that you treat our fees as confidential information. This is due to the competitive nature of our business. The General Terms and Conditions from our original License Agreement are incorporated and continue to apply. Any taxes or fees imposed from the course of this Agreement are the responsibility of the Customer. We thank you for your continued business with New World Systems. We look forward to working on this project with you. ACKNOWLEDGED AND AGREED TO BY: Each individual signing above represents that (s)he has the requisite authority to execute this Agreement on behalf of the organization for which (s)he represents and that all the necessary formalities have been met. PRICING VALID FOR 30 DAYS FROM DATE REFERENCED ABOVE. The “Effective Date” of this Agreement is the latter of the two dates in the above signature block. 0400-13A1B 0531 Add Gang & Narcotics Corporate: 888 West Big Beaver Road, Suite 600, Troy, Michigan 48084-4749 248-269-1000 www.newworldsystems.com Page 1 Attachment number 1 \nPage 1 of 4 Item # 29 I.Total Costs Summary: Licensed Standard Software and Implementation Services DESCRIPTION OF COST COST A.LICENSED STANDARD SOFTWARE as further detailed in the Proposal Summary $30,600 B.IMPLEMENTATION AND TRAINING SERVICES as further described in the Proposal Summary 5,280 ONE TIME PROJECT COST:$35,880 C.TRAVEL EXPENSES (Estimate)$3,000 II.Payments for Licensed Standard Software and Implementation Services DESCRIPTION OF PAYMENT COST A.ONE TIME PROJECT PAYMENT: 1. Amount due upon the Effective Date (100%)$35,880 ONE TIME PROJECT PAYMENT:$35,880 B.TRAVEL EXPENSES (Estimate)$3,000 1. 2 trips are anticipated, to be billed at actual cost for reasonable expenses incurred for airfare, rental car, lodging, tolls, mileage, and daily per diem expenses. All travel costs will be billed weekly for services provided in the previous calendar week. III.Standard Software Maintenance Services $5,760 Standard Software Maintenance Agreement (SSMA)fees for the software listed on the attached proposal will be added to Customer's current SSMA fees and will commence 90 days after delivery of the software;year one cost to be prorated to run concurrently with Customer’s existing SSMA.Subsequent year SSMA fees for the above software will be consistent with the SSMA agreement currently in effect. EXHIBIT AA TOTAL COST SUMMARY AND PAYMENT SCHEDULE ALL PAYMENTS ARE DUE WITHIN FIFTEEN (15) DAYS FROM RECEIPT OF INVOICE 0400-13A1B 0531 Add Gang & Narcotics NEW WORLD SYSTEMS' Aegis PUBLIC SAFETY SOFTWARE CONFIDENTIAL AND PROPRIETARY Page 2 Attachment number 1 \nPage 2 of 4 Item # 29 A.STANDARD APPLICATION SOFTWARE 1,2,3,4 INVESTMENT LAW ENFORCEMENT RECORDS 1.Additional Aegis/MSP Software for Law Enforcement Records - Gang Tracking 18,000 - Narcotics Management 18,000 NEW WORLD STANDARD SOFTWARE LICENSE FEE $36,000 LESS DEMONSTRATION SITE DISCOUNT (5,400) TOTAL SOFTWARE LICENSE FEE 5,6 $30,600 B. INVESTMENT IMPLEMENTATION SERVICES 1.5,280 TOTAL IMPLEMENTATION SERVICES $5,280 TOTAL ONE TIME COST $35,880 C.MAINTENANCE INVESTMENT 1. 90-Day Warranty from Date of Delivery No Charge Year 1 SSMA $5,760 D.TRAVEL AND LIVING EXPENSES (Estimate) INVESTMENT 1.TRAVEL AND LIVING EXPENSES (Estimate) Estimated 2 trips at $1,500 per trip.$3,000 DESCRIPTION AUGUSTA / RICHMOND COUNTY, GA Budgetary Proposal Summary May 31, 2013 DESCRIPTIONITEM IMPLEMENTATION SERVICES 7 ITEM Up to 4 days of Implementation and Training Services are included for: - Software Tailoring and Set Up - User Education and Training - Other Technical Support - Travel Time Included * Assumes train-the-trainer approach DESCRIPTION Annual SSMA to begin at the end of the warranty period; year one cost to be prorated to run concurrently with Customer's existing SSMA. ITEM PRICING VALID FOR 30 DAYS FROM DATE REFERENCED ABOVE. COMBINED STANDARD SOFTWARE MAINTENANCE AGREEMENT (SSMA) (Per Year Cost) DESCRIPTION ITEM 0400-13A1B 0531 Add Gang & Narcotics ______________________________ Augusta / Richmond County, GA Proposal Summary NEW WORLD SYSTEMS' Aegis PUBLIC SAFETY SOFTWARE CONFIDENTIAL AND PROPRIETARY Page 3 Attachment number 1 \nPage 3 of 4 Item # 29 1 2 3 4 5 6 7 Licensed Software, and third party software embedded therein, if any, will be delivered in a machine readable form to Customer via an agreed upon network connection. Any taxes or fees imposed are the responsibility of the purchaser and will be remitted when imposed. Travel and expenses are described in Section IIB of Exhibit AA. MSP ENDNOTES Personal Computers must meet the minimum hardware requirements for New World Systems' Aegis products. Microsoft Windows XP or later is required for all client machines. Windows 2003/2008Server and SQL Server 2005/2008 are required for the Application and Database Server(s). New World Systems' Aegis product requires Microsoft Windows 2003/2008 Server and SQL Server 2005/2008 including required Client Access Licenses (CALs) for applicable Microsoft products. Servers must meet minimum hardware requirements provided by New World Systems. Prices assume that all software is licensed. Prices are quoted as preliminary estimates only and are subject to further clarification and confirmation. New World recommends a 100/1000MB (GB) Ethernet network for the local area network. Wide area network requirements vary based on system configuration, New World will provide further consultation for this environment. New World Systems' Aegis product requires Microsoft Excel or Windows Search 4.0 for document searching functionality; Microsoft Word is required on the application server for report formatting. 0400-13A1B 0531 Add Gang & Narcotics ______________________________ Augusta / Richmond County, GA Proposal Summary NEW WORLD SYSTEMS' Aegis PUBLIC SAFETY SOFTWARE CONFIDENTIAL AND PROPRIETARY Page 4 Attachment number 1 \nPage 4 of 4 Item # 29 Attachment number 2 \nPage 1 of 1 Item # 29 Attachment number 3 \nPage 1 of 33 Item # 29 Attachment number 3 \nPage 2 of 33 Item # 29 Attachment number 3 \nPage 3 of 33 Item # 29 Attachment number 3 \nPage 4 of 33 Item # 29 Attachment number 3 \nPage 5 of 33 Item # 29 Attachment number 3 \nPage 6 of 33 Item # 29 Attachment number 3 \nPage 7 of 33 Item # 29 Attachment number 3 \nPage 8 of 33 Item # 29 Attachment number 3 \nPage 9 of 33 Item # 29 Attachment number 3 \nPage 10 of 33 Item # 29 Attachment number 3 \nPage 11 of 33 Item # 29 Attachment number 3 \nPage 12 of 33 Item # 29 Attachment number 3 \nPage 13 of 33 Item # 29 Attachment number 3 \nPage 14 of 33 Item # 29 Attachment number 3 \nPage 15 of 33 Item # 29 Attachment number 3 \nPage 16 of 33 Item # 29 Attachment number 3 \nPage 17 of 33 Item # 29 Attachment number 3 \nPage 18 of 33 Item # 29 Attachment number 3 \nPage 19 of 33 Item # 29 Attachment number 3 \nPage 20 of 33 Item # 29 Attachment number 3 \nPage 21 of 33 Item # 29 Attachment number 3 \nPage 22 of 33 Item # 29 Attachment number 3 \nPage 23 of 33 Item # 29 Attachment number 3 \nPage 24 of 33 Item # 29 Attachment number 3 \nPage 25 of 33 Item # 29 Attachment number 3 \nPage 26 of 33 Item # 29 Attachment number 3 \nPage 27 of 33 Item # 29 Attachment number 3 \nPage 28 of 33 Item # 29 Attachment number 3 \nPage 29 of 33 Item # 29 Attachment number 3 \nPage 30 of 33 Item # 29 Attachment number 3 \nPage 31 of 33 Item # 29 Attachment number 3 \nPage 32 of 33 Item # 29 Attachment number 3 \nPage 33 of 33 Item # 29 Commission Meeting Agenda 7/16/2013 5:00 PM Update Downtown Safety Plan Department:Planning and Development Caption:Motion to approve the Updated Downtown Safety Plan consisting of a wide variety of components as presented by Sheriff Richard Roundtree. (Approved by Public Safety Commmittee July 8, 2013) Background:Recent events in the downtown area have led Sheriff Roundtree and the City Administrator to put together a comprehensive plan to increase safety through a variety of measures. Analysis:The Sheriff and Administrator’s Downtown Safety Plan will greatly bolster safety and the positive perception of Augusta’s downtown as a family friendly destination. The plan will be presented to the Commission and incorporates best practices from around the country. Financial Impact:The financial impact is dependent on several factors that are still being finalized. By the date of the Public Safety Committee meeting those figures should be more evident. Alternatives:N/A Recommendation:Approve the Updated Downtown Safety Plan Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Cover Memo Item # 30 Clerk of Commission Cover Memo Item # 30 Commission Meeting Agenda 7/16/2013 5:00 PM Motion to Approve Resolution Authorizing Coverage of Sheriff's Reserve Deputies and Recue Workers Under Workers' Compensation Department:RCSO Caption:Motion to approve Resolution Authorizing Coverage of Sheriff's Reserve Deputies and Recue Workers Under Workers' Compensation Background:Pursuant to statute, volunteer law endorcement officers are not covered under a governing authorities workers' compensation program unless specifically added by resolution. The Sheriff has created a reserve program which contains volunteer law enforcement officers and would like them covered by Augusta's Workers Compensation in the same manner as other employees Analysis: Financial Impact: Alternatives:Deny Recommendation:Approve Funds are Available in the Following Accounts: Fund 273 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 31 RESOLUTION A RESOLUTION AUTHORIZING CERTAIN RESERVE DEPUTIES AND RESCUE WORKERS OF THE RICHMOND COUNTY SHERIFF’S OFFICE TO BE COVERED UNDER WORKERS’ COMPENSATION WHEREAS, the Augusta, Georgia Board of Commissioners desires to provide workers’ compensation coverage in the same manner as other Augusta, Georgia employees for certain reserve deputies and rescue workers, including volunteers, who perform services for the Richmond County Sheriff’s Office; THE COMMISSION OF AUGUSTA, GEORGIA HEREBY RESOLVES that those individuals providing services for the Richmond County Sheriff’s Office on a reserve basis as deputies and rescue workers shall be covered under the workers’ compensation laws of the State of Georgia in the same manner as other Augusta, Georgia employees. To the extent any of the reserve deputies are serving as volunteer law enforcement personnel, they must be certified by P.O.S.T. to be subject to the coverage provided for herein and their average weekly wage shall be calculated in accordance with O.C.G.A. §34-9-260(5), as may be amended. Duly adopted this _____ day of July. AUGUSTA, GEORGIA By:____________________________ David S. Copenhaver As its Mayor ATTEST: ________________________________ Lena J. Bonner, Clerk of Commission Attachment number 1 \nPage 1 of 1 Item # 31 Commission Meeting Agenda 7/16/2013 5:00 PM 2013 - Engineering Maintenance Department:Finance Department - Fleet Management Division Caption:Motion to approve the replacement one F-150 (4X4), one F-250, one F-250 (4X4) and one F-350, dual rear wheel for Engineering Department. (Approved by Finance Committee July 8, 2013) Background:The Engineering Director is requesting the replacement of the 4 trucks mentioned above as they are beyond the age and mileage requirements of the Replacement Criteria and policy. The F-150 (4X4) is replacing a 1998 Ford Ranger (4x4) asset # 984158,that has 231,367 miles on it . The one F-250 , asset # 940298, has 195,344 miles and the GMC 2500, asset# 930325 has 168,357 miles on it. The 2000 Ford F-350 has 190,877 miles on it. Analysis:The Procurement Department published a competitive bid using the Demand Star application for the Ford F-150 4X4, Bid 12-213. Bids were received from two venders; Allan Vigil Ford at $24,642.00 and Bobby Jones Ford at $24,427.00 which was the low bidder. See attached documents. For the F-250, 4X4, bid 12- 214, bids were received from Allan Vigil Ford at $25,912.00 and Bobby Jones Ford at $25,590.00. Bobby Jones was the low bidder For the F-250,bid 214, bids were received from Allan Vigil Ford at $23,583.00 and Bobby Jones Ford at $23,583.00. Bobby Jones was the low bidder. For the F-350,DWD, bid 12-215, bids were received from Allan Vigil Ford at $32,111.00 and Bobby Jones Ford at $32,017.00. Bobby Jones Ford the low bidder. Financial Impact:The approval the purchase of 4 vehicles for Engineering Maintenance for a total of $105,662.00. Alternatives:1, Approve the request 2. Approve the request in part. 3. Do not approve the request. Recommendation:Approve the request to purchase 4 vehicles for $105,662.00 and declare the 4 replaced vehicles as excess and available for auction. Cover Memo Item # 32 Funds are Available in the Following Accounts: Capital Outlay: 272-01-6440/5422210 REVIEWED AND APPROVED BY: Cover Memo Item # 32 Attachment number 1 \nPage 1 of 4 Item # 32 Attachment number 1 \nPage 2 of 4 Item # 32 Attachment number 1 \nPage 3 of 4 Item # 32 Attachment number 1 \nPage 4 of 4 Item # 32 Attachment number 2 \nPage 1 of 4 Item # 32 Attachment number 2 \nPage 2 of 4 Item # 32 Attachment number 2 \nPage 3 of 4 Item # 32 Attachment number 2 \nPage 4 of 4 Item # 32 Attachment number 3 \nPage 1 of 2 Item # 32 Attachment number 3 \nPage 2 of 2 Item # 32 Attachment number 4 \nPage 1 of 3 Item # 32 Attachment number 4 \nPage 2 of 3 Item # 32 Attachment number 4 \nPage 3 of 3 Item # 32 Invitation to Bid Sealed bids will be received at this office on Tuesday, November 27, 2012 @ 11:00 a.m. for furnishing: Bid Item 12-213 6000 GVW Pickup Truck for Fleet Management Bid Item 12-214 8500 GVW Pickup Truck for Fleet Management Bid Item 12-215 10,000 GVW Pickup Truck for Fleet Management 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 viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. 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 by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, November 9, 2012 @ 5:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID 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 Augusta Chronicle October 18, 25, November 1, 8, 2012 Metro Courier October 24, 2012 cc: Tameka Allen Deputy Administrator Ron Crowden Fleet Management Russell Sanders Fleet Management Revised: 8/15/2011 Attachment number 5 \nPage 1 of 1 Item # 32 Allan Vigil Ford Lincoln Mercury 6790 Mount Zion Boulevard Bobby Jones Ford 3480 Wrightsboro Road Augusta, GA 30909 Yes Yes 94460 117480 SAVE Form Yes Yes Delivery Time 8-10 weeks 90-120 days 5.01 Full-Size Truck-Reg Cab $16,286.00 $16,550.00 5.02 Full-Size Truck-Ext Cab $22,090.00 $18,902.00 5.03 Full-Size Truck-Ext CabSW $19,489.00 $19,683.00 5.04 Full-Size Truck-Ext Cab $22,188.00 $22,511.00 5.05 Full-Size Truck-Crew Cab $23,075.00 $23,299.00 5.06 Full-Size Truck-Crew Cab4 $25,497.00 $25,988.00 5.07 Speed Control $187.00 $187.00 5.08 Tilt Steering Wheel No Charge standard 5.09 Heavy Duty Cooling Pack n/a n/a 5.10 Heavy Duty Electrical Pack n/a n/a 5.11 Heavy Duty Suspension Pk n/a $1,279.00 5.12 Skid Plate Package 4X4 $137.00 $137.00 5.13 Roof Clearance Lights $47.00 $592.00 5.14 Speed Control/Tilt Steering $197.00 $200.00 5.15 Skid Plate Pack (4X4 only)$84.00 $85.00 5.13 Minimum 8 Foot Bed 2.01-5.04 $279.00 5.05-5.06 $1125.00 $278.00 5.14 Trailer Tow Package $320.00 $320.00 6.01 Fire Extinguisher $110.00 $46.00 6.02 Outlet Receptacle $67.00 $55.00 6.03 Bedliner $325.00 $300.00 6.04 Toolbox $350.00 $240.00 6.05 Trailer Hitch $380.00 $230.00 6.06 Trailer Wiring included w/6.05 $25.00 6.07 Trailer Ball $30.00 $10.00 6.08 Window Tint, Reg Cab $120.00 $110.00 6.09 Window Tint, Ext Cab $135.00 $125.00 6.10 Window Tint, Crew Cab $155.00 $135.00 6.11 Safety Cone Holder $161.00 $60.00 6.12 Safety Cones $130.00 $120.00 7.01 Backup Alarm $55.00 $62.00 7.02 Magnetic LED Light $612.00 $446.00 E-Verify Number Attachment B E-Verify Number Bid Item #12-213 6000 GVW Pickup Truck for Augusta, Georgia - Fleet Department Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. Vendors The following vendors did not respond: Thomposn Motor Cent / 21587 Washington Rd. / Thomson, GA 30824 Hardy Chev Pontiac / 1249 Charles Hardy Parkway / Dallas, GA 30157 Team Ford of Marietta / 869 Cobb Parkway / Marietta, GA 30060 7.00 Alert Warning Systems 5.00 Vehicle/Options Required5.00 Vehicle/Options Required 6.00 Outfitter's Specialty Items Page 1 of 1 Attachment number 6 \nPage 1 of 1 Item # 32 Attachment number 7 \nPage 1 of 1 Item # 32 Attachment number 8 \nPage 1 of 2 Item # 32 Attachment number 8 \nPage 2 of 2 Item # 32 Bobby Jones Ford 3480 Wrightsboro Road Augusta, GA 30909 Allan Vigil Ford Lincoln Mercury 6790 Mount Zion Boulevard Legacy Ford, Inc 413 Industrial Boulevard McDonough, GA Thomson Motor Centre 2158 Washington Rd. NE Yes Yes 117480 94460 Yes Yes 90-120 days 8-10 weeks 5.01 Full-Size Truck-Reg Cab $19,726.00 $19,290.00 5.02 Full-Size Truck-Reg Cab $22,038.00 $21,494.00 5.03 Full-Size Truck-Ext Cab $21,793.00 $21,388.00 5.04 Full-Size Truck-Ext Cab $24,106.00 $23,472.00 5.05 Full-Size Truck-Crew Cab4 $23,070.00 $22,586.00 5.06 Full-Size Truck-Crew Cab4 $25,382.00 $24,690.00 5.07 Diesel Engine, min 6.0 lite $6,787.00 $6,687.00 5.08 Heavy Duty Cooling Pack n/a included 5.09 Heavy Duty Electrical Pack n/a included 5.10 Rear Seat (Extended Cab)n/a not available 5.11 Pickup Box Deleted -$281.00 -$225.00 5.12 Trailer Tow Mirrors standard standard 5.13 Roof Clearance Lights $592.00 $47.00 5.14 Speed Control/Tilt Steering $200.00 $197.00 5.15 Skid Plate Pack (4X4 only)$85.00 $84.00 6.01 Fire Extinguisher $46.00 $101.00 6.02 Outlet Receptacle $55.00 $67.00 6.03 Bedliner $300.00 $325.00 6.04 Electric Brake Controller $125.00 $210.00 6.05 Service Body $4,550.00 $4,795.00 6.06 Service Body Bumper BH $325.00 $346.00 6.07 Service Body Bumper PH $280.00 $368.00 6.08 Spotlight $295.00 $333.00 6.09 Spotlights $590.00 $600.00 6.10 Toolbox $240.00 $298.00 6.11 Trailer Hitch $225.00 $45.00 6.12 Trailer Wiring $25.00 $75.00 6.13 Trailer Ball $10.00 $30.00 6.14 Pintle Hook $125.00 $135.00 6.15 Pipe Vise $258.00 $350.00 6.16 Tommy Gate Lift $2,250.00 $2,332.00 6.17 Window Tint, Reg Cab $110.00 $125.00 6.18 Window Tint, Ext Cab $125.00 $145.00 6.19 Window Tint, Crew Cab $135.00 $180.00 6.20 Safety Cone Holder $60.00 $161.00 6.21 Safety Cones $120.00 $130.00 7.01 Backup Alarm $62.00 $75.00 7.02 Magnetic LED Light $360.00 $550.00 7.03 LED Top Mount Light $446.00 $625.00 Bid Item #12-214 8500 GVW Pickup Truck for Augusta, Georgia - Fleet Department Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. Vendors 7.00 Alert Warning Systems 5.00 Vehicle/Options Required 6.00 Outfitter's Specialty Items Attachment B E-Verify Number Delivery Time SAVE Form Page 1 of 1 Attachment number 9 \nPage 1 of 1 Item # 32 Attachment number 10 \nPage 1 of 3 Item # 32 Attachment number 10 \nPage 2 of 3 Item # 32 Attachment number 10 \nPage 3 of 3 Item # 32 Attachment number 11 \nPage 1 of 2 Item # 32 Attachment number 11 \nPage 2 of 2 Item # 32 Vendors Bobby Jones Ford P.O. Box 15398 Augusta, GA 30919 Team Ford Of Marietta 869 Cobb Parkway, SE Marietta, GA 30060 Allan Vigil Ford 6790 Mt. Zion Blvd Morrow, GA 30260 Attachment B Yes Yes E-Verify Number 117480 94460 SAVE Form Yes Yes Year 2013 2013 Brand Ford Ford Model F350 F350 Delivery Date 90-120 days 8-10 weeks 5.01 Fullsize Truck, Rg Cab $27,094.00 $26,494.00 5.02 Fullsize Truck, Rg Cab $28,196.00 $27,496.00 5.03 Fullsize Truck, R 8FT $29,318.00 $28,688.00 5.04 Fullsize Truck, R 8FT $30,362.00 $29,692.00 5.05 Fullsize Truck, Ext C $29,182.00 $28,582.00 5.06 Fullsize Truck, Ext C $30,244.00 $29,594.00 5.07 Fullsize Truck Ext C $31,506.00 $30,696.00 5.08 Fullsize Truck , Ext C $32,570.00 $31,650.00 5.09 Fullsize Truck, Crew $30,450.00 $29,800.00 5.10 Fullsize Truck, Crew $31,182.00 $30,792.00 5.11 Fullsize Truck, Crew $32,774.00 $31,894.00 5.12 Fullsize Truck, Crew $33,863.00 $32,988.00 5.13 Min 6.2L Gas Engine standard -$6,300.00 5.14 Heavy Duty Cool Pkg n/a standard 5.15 Heavy Duty Elect Pkg n/a standard 5.16 Heavy Duty Suspen Package front and rear Stabilizer $137.00 $105.00 Bid #12-215 10,000 GVW Series Pickup Truck for Augusta, Georgia - Fleet Management Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. 5.00 Vehicle/Options Required Page 1 of 3 Attachment number 12 \nPage 1 of 3 Item # 32 Vendors Bobby Jones Ford P.O. Box 15398 Augusta, GA 30919 Team Ford Of Marietta 869 Cobb Parkway, SE Marietta, GA 30060 Allan Vigil Ford 6790 Mt. Zion Blvd Morrow, GA 30260 Bid #12-215 10,000 GVW Series Pickup Truck for Augusta, Georgia - Fleet Management Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. 5.17 Rear Seat deleted n/a n/a 5.18 Pickup Box deleted -$281.00 -$225.00 5.19 Trailer Tow Mirrors standard standard 5.20 Roof Clearance Lights $48.00 $47.00 5.21 Speed Con/Tilt Steer $200.00 $197.00 5.22 Skid Plate Pkg (4X4)$85.00 $84.00 5.23 Power Take-Off Provis $239.00 $235.00 5.24 All veh keyed diff 3 ste $35.00 $25.00 6.01 Fire Extinguisher $46.00 $101.00 6.02 Outlet receptacle $55.00 $67.00 6.03 Bedliner $300.00 $350.00 6.04 Electric brake contro $125.00 $210.00 6.05 Service body $4,550.00 $4,795.00 6.06 Service body-dual $5,250.00 $5,731.00 6.07 Crane service body $7,100.00 $8,073.00 6.08 Service crane $8,600.00 $4,927.00 6.09 Slide rod lock system $300.00 $373.00 6.10 J-hook railing $210.00 $159.00 6.11 Panel top-60 inch $3,348.00 $4,142.00 6.12 Panel Top-72 inch $3,895.00 $4,989.00 6.13 Service body bump SR $325.00 $346.00 6.14 Service body bump D $413.00 $380.00 6.15 Service body bump, S $260.00 $368.00 6.16 Service body bump, D $343.00 $390.00 6.17 Flatbed Body $2,995.00 $2,914.00 6.18 Tool box $865.00 $500.00 6.00 Outfitter's Speciality Items Page 2 of 3 Attachment number 12 \nPage 2 of 3 Item # 32 Vendors Bobby Jones Ford P.O. Box 15398 Augusta, GA 30919 Team Ford Of Marietta 869 Cobb Parkway, SE Marietta, GA 30060 Allan Vigil Ford 6790 Mt. Zion Blvd Morrow, GA 30260 Bid #12-215 10,000 GVW Series Pickup Truck for Augusta, Georgia - Fleet Management Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. 6.19 Spotlight $295.00 $333.00 6.20 Spotlights $590.00 $600.00 6.21 Toolbox $240.00 $298.00 6.22 Trailer hitch $240.00 $55.00 6.23 Trailer Wiring $25.00 $75.00 6.24 Trailer Ball $10.00 $35.00 6.25 Pintle Hook $100.00 $145.00 6.26 Pintle Hook-Dual $125.00 $420.00 6.27 Tommy Lift Gate $2,225.00 $2,332.00 6.28 Pipe Vise $288.00 $350.00 6.29 Spot mirrors n/a $10.00 6.30 Window tint, reg cab $110.00 $135.00 6.31 Window tint, ext cab $125.00 $155.00 6.32 Window tint, cre cab $135.00 $200.00 6.33 Safety Cone Holder $60.00 $161.00 6.34 Safety Cones $120.00 $130.00 7.01 Backup alarm $62.00 $55.00 7.02 Cab mount light $446.00 $612.00 7.03 Traffic advisor light br $590.00 $884.00 7.04 Traffic advisor light br $1,180.00 $1,768.00 7.00 Alert Warning Systems Page 3 of 3 Attachment number 12 \nPage 3 of 3 Item # 32 Commission Meeting Agenda 7/16/2013 5:00 PM 2013 - Recreation Trucks Department:Finance Department - Fleet Management Caption:Motion to approve the replacement of 4 trucks for Recreation Department. (Approved by Finance Committee July 8, 2013) Background:The Recreation Department has numerous maintenance requirements s well as supporting maintenance requirements by other departments. Fleet Management recommends the replacement of 4 vehicles of the Department. 994170 is a 1999 Ford Ranger with 119,567 miles since Ford Rangers are no longer in production we recommend replacing this vehicle with an F-250 to enhance their maintenance ability. 994201 is a 2000 Ford F-250 with 171,880 miles and Fleet Management replacing it with a F-250. 940299 is a Ford F-150 with 108,258 miles which is too small for the work done be the Construction and Maintenance section that supports all Departments of Augusta and Fleet Management recommends replacing it with an F-250. 960514 is a 1997 Ford F-250 with 134, 473 miles on it and Fleet Management recommends it be replaced with an F-350. Evaluations on each vehicle is attached for your review. Analysis:: The Procurement Department published a competitive bid using the Demand Star application for the : Bid 12-214: F-250; Allen Vigil Ford at $23583 and Bobby Jones at $25,572. Bobby Jones the low bidder. Bid 12-215: F-350; Allen Vigil Ford at $32,111.00 and Bobby Jones Ford at $32,073. Bobby Jones low bidder Financial Impact:The approval of two F-250’s and two F-350’s totals $111,290 Alternatives:1. Approve the recommendation 2. Approve the recommendation in part. 3. Disapprove the recommendation. Recommendation:Approve the purchase of 2 F-250’s and 2 F-350”s and declare the replaced vehicles as surplus and available for auction Funds are Available Cover Memo Item # 33 in the Following Accounts:Capital Outlay: 272-01-6440/5422210 REVIEWED AND APPROVED BY: Cover Memo Item # 33 Attachment number 1 \nPage 1 of 4 Item # 33 Attachment number 1 \nPage 2 of 4 Item # 33 Attachment number 1 \nPage 3 of 4 Item # 33 Attachment number 1 \nPage 4 of 4 Item # 33 Attachment number 2 \nPage 1 of 2 Item # 33 Attachment number 2 \nPage 2 of 2 Item # 33 Attachment number 3 \nPage 1 of 2 Item # 33 Attachment number 3 \nPage 2 of 2 Item # 33 Invitation to Bid Sealed bids will be received at this office on Tuesday, November 27, 2012 @ 11:00 a.m. for furnishing: Bid Item 12-213 6000 GVW Pickup Truck for Fleet Management Bid Item 12-214 8500 GVW Pickup Truck for Fleet Management Bid Item 12-215 10,000 GVW Pickup Truck for Fleet Management 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 viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. 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 by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, November 9, 2012 @ 5:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID 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 Augusta Chronicle October 18, 25, November 1, 8, 2012 Metro Courier October 24, 2012 cc: Tameka Allen Deputy Administrator Ron Crowden Fleet Management Russell Sanders Fleet Management Revised: 8/15/2011 Attachment number 4 \nPage 1 of 1 Item # 33 Attachment number 5 \nPage 1 of 2 Item # 33 Attachment number 5 \nPage 2 of 2 Item # 33 Attachment number 6 \nPage 1 of 3 Item # 33 Attachment number 6 \nPage 2 of 3 Item # 33 Attachment number 6 \nPage 3 of 3 Item # 33 Attachment number 7 \nPage 1 of 2 Item # 33 Attachment number 7 \nPage 2 of 2 Item # 33 Attachment number 8 \nPage 1 of 3 Item # 33 Attachment number 8 \nPage 2 of 3 Item # 33 Attachment number 8 \nPage 3 of 3 Item # 33 Bobby Jones Ford 3480 Wrightsboro Road Augusta, GA 30909 Allan Vigil Ford Lincoln Mercury 6790 Mount Zion Boulevard Legacy Ford, Inc 413 Industrial Boulevard McDonough, GA Thomson Motor Centre 2158 Washington Rd. NE Yes Yes 117480 94460 Yes Yes 90-120 days 8-10 weeks 5.01 Full-Size Truck-Reg Cab $19,726.00 $19,290.00 5.02 Full-Size Truck-Reg Cab $22,038.00 $21,494.00 5.03 Full-Size Truck-Ext Cab $21,793.00 $21,388.00 5.04 Full-Size Truck-Ext Cab $24,106.00 $23,472.00 5.05 Full-Size Truck-Crew Cab4 $23,070.00 $22,586.00 5.06 Full-Size Truck-Crew Cab4 $25,382.00 $24,690.00 5.07 Diesel Engine, min 6.0 lite $6,787.00 $6,687.00 5.08 Heavy Duty Cooling Pack n/a included 5.09 Heavy Duty Electrical Pack n/a included 5.10 Rear Seat (Extended Cab)n/a not available 5.11 Pickup Box Deleted -$281.00 -$225.00 5.12 Trailer Tow Mirrors standard standard 5.13 Roof Clearance Lights $592.00 $47.00 5.14 Speed Control/Tilt Steering $200.00 $197.00 5.15 Skid Plate Pack (4X4 only)$85.00 $84.00 6.01 Fire Extinguisher $46.00 $101.00 6.02 Outlet Receptacle $55.00 $67.00 6.03 Bedliner $300.00 $325.00 6.04 Electric Brake Controller $125.00 $210.00 6.05 Service Body $4,550.00 $4,795.00 6.06 Service Body Bumper BH $325.00 $346.00 6.07 Service Body Bumper PH $280.00 $368.00 6.08 Spotlight $295.00 $333.00 6.09 Spotlights $590.00 $600.00 6.10 Toolbox $240.00 $298.00 6.11 Trailer Hitch $225.00 $45.00 6.12 Trailer Wiring $25.00 $75.00 6.13 Trailer Ball $10.00 $30.00 6.14 Pintle Hook $125.00 $135.00 6.15 Pipe Vise $258.00 $350.00 6.16 Tommy Gate Lift $2,250.00 $2,332.00 6.17 Window Tint, Reg Cab $110.00 $125.00 6.18 Window Tint, Ext Cab $125.00 $145.00 6.19 Window Tint, Crew Cab $135.00 $180.00 6.20 Safety Cone Holder $60.00 $161.00 6.21 Safety Cones $120.00 $130.00 7.01 Backup Alarm $62.00 $75.00 7.02 Magnetic LED Light $360.00 $550.00 7.03 LED Top Mount Light $446.00 $625.00 Bid Item #12-214 8500 GVW Pickup Truck for Augusta, Georgia - Fleet Department Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. Vendors 7.00 Alert Warning Systems 5.00 Vehicle/Options Required 6.00 Outfitter's Specialty Items Attachment B E-Verify Number Delivery Time SAVE Form Page 1 of 1 Attachment number 9 \nPage 1 of 1 Item # 33 Vendors Bobby Jones Ford P.O. Box 15398 Augusta, GA 30919 Team Ford Of Marietta 869 Cobb Parkway, SE Marietta, GA 30060 Allan Vigil Ford 6790 Mt. Zion Blvd Morrow, GA 30260 Attachment B Yes Yes E-Verify Number 117480 94460 SAVE Form Yes Yes Year 2013 2013 Brand Ford Ford Model F350 F350 Delivery Date 90-120 days 8-10 weeks 5.01 Fullsize Truck, Rg Cab $27,094.00 $26,494.00 5.02 Fullsize Truck, Rg Cab $28,196.00 $27,496.00 5.03 Fullsize Truck, R 8FT $29,318.00 $28,688.00 5.04 Fullsize Truck, R 8FT $30,362.00 $29,692.00 5.05 Fullsize Truck, Ext C $29,182.00 $28,582.00 5.06 Fullsize Truck, Ext C $30,244.00 $29,594.00 5.07 Fullsize Truck Ext C $31,506.00 $30,696.00 5.08 Fullsize Truck , Ext C $32,570.00 $31,650.00 5.09 Fullsize Truck, Crew $30,450.00 $29,800.00 5.10 Fullsize Truck, Crew $31,182.00 $30,792.00 5.11 Fullsize Truck, Crew $32,774.00 $31,894.00 5.12 Fullsize Truck, Crew $33,863.00 $32,988.00 5.13 Min 6.2L Gas Engine standard -$6,300.00 5.14 Heavy Duty Cool Pkg n/a standard 5.15 Heavy Duty Elect Pkg n/a standard 5.16 Heavy Duty Suspen Package front and rear Stabilizer $137.00 $105.00 Bid #12-215 10,000 GVW Series Pickup Truck for Augusta, Georgia - Fleet Management Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. 5.00 Vehicle/Options Required Page 1 of 3 Attachment number 10 \nPage 1 of 3 Item # 33 Vendors Bobby Jones Ford P.O. Box 15398 Augusta, GA 30919 Team Ford Of Marietta 869 Cobb Parkway, SE Marietta, GA 30060 Allan Vigil Ford 6790 Mt. Zion Blvd Morrow, GA 30260 Bid #12-215 10,000 GVW Series Pickup Truck for Augusta, Georgia - Fleet Management Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. 5.17 Rear Seat deleted n/a n/a 5.18 Pickup Box deleted -$281.00 -$225.00 5.19 Trailer Tow Mirrors standard standard 5.20 Roof Clearance Lights $48.00 $47.00 5.21 Speed Con/Tilt Steer $200.00 $197.00 5.22 Skid Plate Pkg (4X4)$85.00 $84.00 5.23 Power Take-Off Provis $239.00 $235.00 5.24 All veh keyed diff 3 ste $35.00 $25.00 6.01 Fire Extinguisher $46.00 $101.00 6.02 Outlet receptacle $55.00 $67.00 6.03 Bedliner $300.00 $350.00 6.04 Electric brake contro $125.00 $210.00 6.05 Service body $4,550.00 $4,795.00 6.06 Service body-dual $5,250.00 $5,731.00 6.07 Crane service body $7,100.00 $8,073.00 6.08 Service crane $8,600.00 $4,927.00 6.09 Slide rod lock system $300.00 $373.00 6.10 J-hook railing $210.00 $159.00 6.11 Panel top-60 inch $3,348.00 $4,142.00 6.12 Panel Top-72 inch $3,895.00 $4,989.00 6.13 Service body bump SR $325.00 $346.00 6.14 Service body bump D $413.00 $380.00 6.15 Service body bump, S $260.00 $368.00 6.16 Service body bump, D $343.00 $390.00 6.17 Flatbed Body $2,995.00 $2,914.00 6.18 Tool box $865.00 $500.00 6.00 Outfitter's Speciality Items Page 2 of 3 Attachment number 10 \nPage 2 of 3 Item # 33 Vendors Bobby Jones Ford P.O. Box 15398 Augusta, GA 30919 Team Ford Of Marietta 869 Cobb Parkway, SE Marietta, GA 30060 Allan Vigil Ford 6790 Mt. Zion Blvd Morrow, GA 30260 Bid #12-215 10,000 GVW Series Pickup Truck for Augusta, Georgia - Fleet Management Bid Opening Date: Tuesday, November 27, 2012 @ 11:00 a.m. 6.19 Spotlight $295.00 $333.00 6.20 Spotlights $590.00 $600.00 6.21 Toolbox $240.00 $298.00 6.22 Trailer hitch $240.00 $55.00 6.23 Trailer Wiring $25.00 $75.00 6.24 Trailer Ball $10.00 $35.00 6.25 Pintle Hook $100.00 $145.00 6.26 Pintle Hook-Dual $125.00 $420.00 6.27 Tommy Lift Gate $2,225.00 $2,332.00 6.28 Pipe Vise $288.00 $350.00 6.29 Spot mirrors n/a $10.00 6.30 Window tint, reg cab $110.00 $135.00 6.31 Window tint, ext cab $125.00 $155.00 6.32 Window tint, cre cab $135.00 $200.00 6.33 Safety Cone Holder $60.00 $161.00 6.34 Safety Cones $120.00 $130.00 7.01 Backup alarm $62.00 $55.00 7.02 Cab mount light $446.00 $612.00 7.03 Traffic advisor light br $590.00 $884.00 7.04 Traffic advisor light br $1,180.00 $1,768.00 7.00 Alert Warning Systems Page 3 of 3 Attachment number 10 \nPage 3 of 3 Item # 33 Commission Meeting Agenda 7/16/2013 5:00 PM 2013 - Utilities Sewer Flusher Department:Finance Department - Fleet Management Caption:Motion to approve request from the Augusta Utilities Department – Fort Gordon Division to purchase one trailer mounted sewer flusher.(Approved by Finance Committee July 8, 2013) Background:The Utilities Department-Fort Gordon Division requests the acquisition of one trailer mounted sewer flusher to utilize for cleaning the many miles of sewer pipes located on Fort Gordon. They are currently borrowing one from the Construction and Maintenance Division whenever it is available. The flusher unit is a critical piece of equipment which is used on a weekly basis and is actually required in order for them to honor their maintenance contract on the base. The purchase would increase their production significantly Analysis:Fleet Management submitted a request for bids for the sewer flusher 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. The results of the submittals are as follows: P & H Supply Co. = $62,847.00 each; Adams Equipment Co. = $78,955 each; See attachment Financial Impact:The sewer flusher will be purchased for a total of $62,847.00 using the GMA Lease Program with 3 annual payments of $20,949.00 Alternatives:1. Approve the request 2. Not approve the request Recommendation:Approve request to purchase the sewer flusher for the Augusta Utilities Department-Fort Gordon Division Funds are Available in the Following Accounts: GMA lease: 631-00-0000-11-19114 Cover Memo Item # 34 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 34 Attachment number 1 \nPage 1 of 1 Item # 34 Invitation to Bid Sealed bids will be received at this office on Wednesday, June 5, 2013 @ 11:00 a.m. for furnishing: Bid Item 13-141 Maintenance Truck for Fleet Management Bid Item 13-147 Aerial Bucket Truck for Fleet Management Bid Item 13-150 Trailer Mounted Sewer Flusher for Fleet Management 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 viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. 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 by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, May 24, 2013 @ 5:00 P.M. 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 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. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID 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 Augusta Chronicle May 2, 9, 16, 23, 2013 Metro Courier May 8, 2013 Revised: 3/7/2013 Attachment number 2 \nPage 1 of 1 Item # 34 VENDORS P & H Supply Co 101 Lennox Avenue Warrenton, GA 30828 Adams Equipment Co 1431 Lanier Road White Plains, GA 30678 ASC Construction Equipment 2303 Edmund Highway Cayce, SC 28269 Attachment B Yes Yes E-Verify Number 217394 224309 SAVE Form Yes Yes Year 2013 2013 Brand O'Brien Sewer Equipment Co Model 704030SC 747-FR2000ECO Bid Price $62,847.60 $78,955.00 No Bid Response Delivery Schedule 10 Weeks 127 Days ARO Bid Opening Bid Item #13-150 Trailer Mounted Sewer Flusher for Augusta, Georgia - Fleet Management Department Bid Due: Wednesday, June 5, 2013 @ 11:00 a.m. TRAILER MOUNTED SEWER FLUSHER: Page 1 of 1 At t a c h m e n t n u m b e r 3 \ n P a g e 1 o f 1 It e m # 3 4 Attachment number 4 \nPage 1 of 2 Item # 34 Attachment number 4 \nPage 2 of 2 Item # 34 Attachment number 5 \nPage 1 of 3 Item # 34 Attachment number 5 \nPage 2 of 3 Item # 34 Attachment number 5 \nPage 3 of 3 Item # 34 Commission Meeting Agenda 7/16/2013 5:00 PM Approve the Purchase of Absentee Ballot Printing System Department:Board of Elections Caption:Motion to approve the purchase of the Balotar Ballot on Demand Absentee Ballot Printing System.(Approved by Finance Committee July 8, 2013) Background:The Board of Elections is required by law to provide paper absentee ballots for any voter who desires to have a ballot mailed to them and to adhere to the strict federal timelines for doing so. This includes any military or overseas citizens. We are also required to provide paper ballots for provisional voting during Advance Voting and on Election Day and must have paper ballots on hand as a backup for Election Day polling place voting in the event of a failure of the electronic voting system. Currently, the Board is dependent on an outside vendor for printing ballots. This printing system provides a cost savings to the City and, most importantly, severs Augusta's dependency on outside vendors for this very important process. Balotar is a proven product and is currently in use in Fulton, Dekalb, Athens-Clarke, and Lee counties in Georgia. Analysis:The equipment contract covers a 5 year period of time. This analysis, therefore, is based on the number of paper ballots used over the past 5 years. The Board has expended $83,100 for ballot printing and shipping over the specified time period. Because not having enough ballots for any given election is not an option, ample ballots are ordered for each election and following each election thousands of unused ballots must be shredded. The Balotar ballot on demand printing system will allow the Board of Elections to print paper ballots in-house, as needed. Benefits of the system include a decrease in the cost of printing ballots, the elimination of the printing of more ballots than we actually need, gaining control of the process so that we are not dependent on outside vendors to ensure that we meet very important federal deadlines for mailing absentee ballots and, eliminating any potential errors of inadvertently issuing an incorrect ballot by facilitating a more efficient process by which our ballots are issued. Cover Memo Item # 35 Financial Impact:The cost of the system is $54,465. The price includes all necessary consumables (paper, toner, etc.) and software and hardware support and services for a 5 year period. There is an additional fee of .45 cents per ballot printed . The per ballot fee price is contractual and will not change during the 5 year period of time. The ballot fee for 5 years will be approximately $12,600 and will be prorated and budgeted as a line item each year during the 5 year time period. The complete cost for implementing and using the system for 5 years will be approximately $67,100, providing a total cost savings of $16,000. Funding to purchase the printing system was approved in the 2013 Capital Outlay Budget. Alternatives:Continue to use an outside vendor to provide absentee ballots. Recommendation:Purchase the printing system. Funds are Available in the Following Accounts: 272-01-4110-54.24910 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 35 l? LlerQfi5?rr( Sole Source Justification (Reference Article 6, Procurement Source Selection Methods and contract Awards, s 1-1049. soLE souRcE PROCUREMENT Vendor: Election Systems and Software Commodity: Printing System Estimated annual expenditure for the above commodity or service: $ 54,465.00 Initial all entries below that apply to the proposed ourchase. Attach a memorandum containing complete justification and support documentation as directed in initialed entry. (More than oni entry will apply to most sole source products/services requested). o/Lb I. SoLE SoURCE REQUEST IS FoR THE oRIGINAL MANUFACTURER OR PROVIDER, THERE ARE NO REGIONAL DISTRIBUTORS. (Attach the manufacturer's written certification that no regional distributors exist. Item no. 4 also must be completed.) 2. SoLE SoURCE REQUEST IS FoR oNLY THEAUGUSTA GEoRGIA AREA DISTRIBUTOR OF THE ORIGINAL MANUFACTURER OR PROVIDER. (Attach the manufactursl'5 - nsf the distributor's - \ nitten certification that identifies all regional distributors. Item no. 4 also must be completed.) 3. THE PARTS/EQUIPMENT ARE NoT INTERCHANGEABLE wITH SIMILAR PARTS OF ANOTHER MANUFACTURER. (Explain in separate memorandum.) tub Mrb Department Head Signafure: Approval Authority: COMMENTS: 4. w12 THIS IS THE ONLY KNOWN ITEM OR SERVICE THAT WILL MEET THE SPECIALIZED NEEDS OF THIS DEPARTMENT OR PERFORM THE INTENDED FLTNCTION. (Attach memorandum with details of specialized function or application.) THE PARTSIEQUIPMENT ARE REQUIRED FROM THIS SOURCE TO PERMIT STANDARDIZATION. (Attach memorandum describing basis for standardization request.) NONE OF THE ABOVE APPLY. A DETAILED EXPLANATION AND JUSTIFICATION FOR THIS SOLE SOURCE REQUEST IS CONTAINED IN ATTACHED MEMORANDUM. The undersigned requests that competitive procurement be waived and that the vendor identified as the supplier of the service or material described in this sole source justification be authorized as a sole source for the service or material. 5. 6. Name: L1n rt Ao; luy Department, bor/ o{ €1"'lL!^(,5 (o - t(,-/3 Date: 6'/b-/3 Date: /t/u ADMIN ISTRATOR APPROVAL D^rE: (//dtb Attachment number 1 \nPage 1 of 12 Item # 35 BOARD OF ELECTIONS LYNN BAILEY Executive Director TRAVIS DOSS, JR. Assistant DirectorSANFORDLOYD Chair CHIP BARBEE SHERRY T. BARNES TERENCE A. DICKSL.S4EMORANDUM TO: FROM: DATE: RE: Geri Sams, Director of Procurement Lynn Bailey, Board of Elections June 16, 2013 Sole Source Purchase You will f,rnd attached a Sole Source Procurement Justification form. This form is being submitted to you in regards to the purchase of the Balotar Ballot on Demand Printing System from Election Systems and Software. Election Systems and Software is the manufacturer for all voting equipment used in the state of Georgia and as such by law is the only vendor from whom we may purchase voting equipment. Documentation to justiff the Sole Source purchase, the quote for the product, cost justification, and documentation from the Finance Department indicating that Capital Outlay has been approved for the purchase of this equipment are attached. It is my understanding that once this request has gone through the procurement process, it will be forwarded back to me so that I may enter the item onto an agenda for a Commission Meeting for their final approval. If anything else further is required of my office, please do not hesitate to contact me. Thank you in advance for your assistance. 530 Greene Street, Room 104 Augusta, Georgia 30901 (706) 821-2340 (Otrice) (706) 821-2814 (Fax) wu/w.augustaga.gov Attachment number 1 \nPage 2 of 12 Item # 35 Background: The Board of Elections is required by law to provide paper absentee ballots for any voter who desires to have a ballot mailed to them and to adhere to the strict federal timelines for doing so.This includes any military or overseas citizens. We are also required to provide paper ballo-ts forprovisional voting during Advance Voting and on Election Day and must have paper ballots on hand as a backup for Election Day polling place voting in the event of a failure olthe electronicvoting system. Currently, the Board is dependent on an outside vendor for printing ballots. This printing system provides a cost savings to the City and, most importantly, severs Augusta's dependency on outside vendors for this very important process. Balotar is a proven produ-e and is currently in use in Fulton, Dekalb, Athens-Clarke, and Lee counties in Getrgia. Analysis: The equipment contract covers a 5 year period of time. This analysis, therefore, is based on the number of paper ballots used over the past 5 years. The Board has expended $83,100 for ballot printing and shipping over the specified time period. Because not having enough ballots for any given election is not an option, ample ballots are ordered for each election and following each election thousands of unused ballots must be shredded. The Balotar ballot on demand printing system will allow the Board of Elections to print paper ballots in-house, as needed. Benefits of the system include a decrease in the cost oipriniing ballots, the elimination of the printing of more ballots than we actually need, gaining control of the process so that we are not dependent on outside vendors to ensure that we meet very important federal deadlines for mailing absentee ballots and, eliminating any potential errors of inadvertently issuing an incorrect ballot by facilitating a more efficient process by which our ballots are issued. Financial Summary: The cost of the system is $54,465. The price includes all necessary consumables (paper, toner, etc.) and software and hardware support and services for a 5 year period. There is an additional fee of .45 cents per ballot printed . The per ballot fee price is contractual and will not change during the 5 year period of time. The ballot fee for 5 years will be approximately $12,600 and will be prorated and budgeted as a line item each year during the 5 year time period. The complete cost for implementing and using the system for 5 years will be approximately $67,100, providing a total cost savings of $16,000. Funding to purchase the printing system was approved in the 2013 Capital Outlay Budget. Attachment number 1 \nPage 3 of 12 Item # 35 Donna B. Williams, CGFM Director To:Lynn Bailey, Board of Election Director From: Timothy Schroer, Deputy Director, Finance Department f Date: March 8,2013 Re: Capital The 2013 capital outlay funds have been allocated and your distribution is as follows: Amount Ore Kev/Obiect Description 54,700 35,000 272014110-5424910 2720t4n0-54t3120 Other Computer System Bldg. Renovation 89,700 Total Amount Please remember to use the BTR (budget transfer request) form when moving budgeted amounts from one object code to another; you can download this form on the CityNet under Finance. Ifyou have any questions concerning the above please contact Edie Colem an at 821 -2403. Thank You 530 Greene Street, Augusta Georgia 30901 office (j06) s2l-2429 Fax 706-g21-2520 Timothy E. Schroer, CpA Deputy Director WW\\"AL]GUSTAGA.GO\I Attachment number 1 \nPage 4 of 12 Item # 35 College of Science and Mathematics Center for Election Systems June 17,2013 Lynn Bailey, Executive Director Augusta-Richmond County Board of Elections and Registration 530 Greene Street Room 104 Augusta, Georgia 30901 Dear Lynn: The ABS Balotar Printing system (BPS) 2.2.0.9, is currently the only ballot on-demand printing system to undergo and successfully complete verification testing as conducted by our office. The successful completion of this verification test indicates the system is compatible with the state's current uniform system ofvoting. lf you may have any other questions, please do not hesitate to contact me. Sincerely, Michael Barnes Director Center for Election Systems - Kennesaw State University Linda Ford, Georgia Secretary of State Elections Division 1000 Chastain Road o MD 5700 . 00 . Bldg. 57 . Rm. 00 . Kennesaw, GA30144-ss9l Phone: 77 0-423-6900 . F ax: 770-423-6905 . www.kennesa*.edu Attachment number 1 \nPage 5 of 12 Item # 35 The Office of Secretary of State @ianA,Kpq SECRETARYOFSTATE Lirrt4.ford DrRrqroRoF ELEcnoNs June 17,2013 Via Email : lbailey@augus taga. gov Lynn Bailey, Executive Director Richmond County Board of Elections 530 Greene Sheet, Room 104 Augusta, GA 30901 Re: Advanced Ballot Solutions Balotar printing System 2.Z.O,g Dear Lynn: Afterreviewing the P1o{u_ct Review Report on the ABS Balotar Printing system (BpS) 2.2.0.9,1have concluded that the BPS 2.2.A,9 and its intended use are in conform-ance wittr Official Code ofthe State of Georgia statutes related to voting machines and election adminiskation and the applioable rules of the State Election Board and Rules of the Secretary of State of Georgia. The system conforms to commonly accepted standards for information technology products and documentation. The BPS 2.2.0.9 successfullypassed all tests in the Test Plan desigaed and administered by the Center for Election Systems at Kennesaw State University. The BPS 2.2.0.gdoe-s not directly interface with any of the components of the certified voting system in Georgia. Because of the lack of a direct interface to the voting system, I have "on"lud"dat this time that the BPS 2.2.0.9 system does aot fall within the scope of certification of voting system as required by the state of Georgia. I also note that this general class of product - a ballot-on-demand (BOD) system is currently not subjected to federal certification testing. Therefore, I amauthorizing the use of the BPS 2.2.0.9 in Richmond County, subject to the Officii CoAe of GeorgiaAnnotated, the State Election Rules, and the secretary of state rules. z Mertin Luther King Jr', Drive s.E' ' suitc 8o2 west Towet . Auanta, Georgia r 80334 . (4o4) 657.sggo . (4o4) 6s7-sgz1 paxr.ww.sos.,stqtg.f a!!IE Attachment number 1 \nPage 6 of 12 Item # 35 The Office of Secretary of State @bnQ,ffgtttp SECRETARYOFSTAIS Please call or email me if you have any questions. Linlalfiotd DIRECToR oF ELrcToNs Sincerely, ,4*erd";- Linda Ford Director of Elections cc: Michael Barnes, KSU Center for Election Systems Jeb Cameron, Election Systems and Software Axiver Harris, Secretary of State Elections Division Merle King, KSU Center for Election Systerns Cam-Anh Le, Georgia Secretary of State Elections Division s Mattin Luther KingJr", Drive S.B. r Suite 8oe West Tower . Atlanta, Georgia . gogg4 . (4o4) 657_5Jg o . (4o4) 657_SB7t?a1(ul|.n&sg{r9lat&Btol&$ Attachment number 1 \nPage 7 of 12 Item # 35 A@Xgr* .Jr st*s &rf*rN} June 17,2013 Lynn Bailey Richmond County Elections Supervisor Municipal Building 530 Greene Street, Room 104 Augusta, Georgia 30901 RE: Advanced Ballot solutions, LLc. ("ABS") Balotar printing system Dear Ms. Bailey: This letter is in response to your request for information regarding ABS'Balotar Printing System. Please be advised that ABS is the sole Jnd exilusivedeveloper and supplier of the ABS Balotar Printing System Software. As such, ABS owns all patents, copyrights and trademarks in and to the Balotar Printing System Software. No other company in the market today has the right to license the BalotarPrinting System Software in order to print ballots utilizing the Balotar printing System. ln addition and as of the date of this letter, ABS' Balotar Printing System is the only ballot on demand system which has been reviewed and approved for use in the State of Georgia by Kennesaw State University. Such Balotar Printing system allows for the printing of on demand ballots for use with the State of Georgii's voting system which has been provided by Election System & Software lf you have any questions or need additional information, please do not hesitate to contact me directly. Sincerely, Timothy J. Hallett Associate General Counsel Attachment number 1 \nPage 8 of 12 Item # 35 NCHD BALL$T S(}LUTISNS tichmond County, GA Purchore Frcporol Quole St"rbrnitted Sy Ele,cfion Sysfems & Jollwsre ,} 0 2 I L X X "2 2 x C?d5W Dl',I Printer wltlr firnnwcrp J-$eries Printer Cort l-optop C*mpuier l"optop Truy Fteci*ion lnput Faed lruy (Far ?d0s/r650 $B{iel printeu udng J-$eries or B-$*rier ccrt} 3:olkrl F{}ldsr wilh Chute, .$totrksr, Caver, cnrJ Tsble Frirttsr & Soft$rqre Troining End lnstnllction Pte-Election Eemsle Srrppori lnch.,rding: ' Creqtion o{ sollot rspsrilories ryrd nqcsr&qry *enfigurotion &l*c fo{ euch elaction " Fre-eleclion set up ond lerling supporl t6r soch Sclotar sptem hotore esch election. Creoliqn of lest bollols far eoch election for qu*lily verificotion Balolsr Soffw<rrs tr-icense & Supporl: lnlegfsted Prinlsr A$dit Saporting $*fiwrye S-Yeor Licence [Qn€ Licen.tg p€r Bintsr Baquiod] Single *equest $ottwure (Sf.Sf &*lilpte Rsquo$ $ottrrxore $yaor l"icenrc {MRif Shipping and Hfindling Iutol Purchcrs $rlution Le*: Di*coant l{cf FurchoEa $o*u!lo* Annvsl [e*ra ?sym6ntlor lha r-yacr?ann w*tft trllllul Foymeal Due ol contrscl Exacutlsn snd Annuolly lhereoser. Bollol Praceldng f*a for ecch Eslel Sh*el Pdnlpd ln lxcEcr d I l,GA0 Esllol Shceb FrlntEd hr iha 5.Ys{r Tsrn (Block tnk Or*y}: Slsck l*fier wsrte Ioner E*xes 316€L lmsgs Brurfi Colcr To+rrs C+lsr Drurns ?rc*trler Belh tus€& Slflnt B*ll€f Stgck &equired Otis{ Terrn qf Oq€lCon:umst:olet ond Elsnk Bollot St6ck Shippifig ond H€ndlingHordw{re 6reoUF&. li.l oht6r]x{-rce Elsctbn Sct.Up fcc per Ekctisn Evrnl: Ramole "Accesr: $250.00 bose fee + gl .00 per eoch unique .pdf {siyle or precincl} On-Site: S1,5f5.00 per day per pe{son fl*cs lncludad N/A lnclr.rded lncludad lnetud*d lficlilded lncludad lficluded lncluded lncluded l*cluded $f,{.465.00, ,+9.,n0 ____l$14e5,00_ $13,306.00 $0.45 Ioolno*fi: 1. Ihls quate h on BttimslE 6nd I subj€ct 10 flnsl rsv**.w 6nd dppftrv{:l hy both fs&t and lhe CuE}omar.?. ftster vo{ld far dO derfs ar}d lhor*afl*r moy chonge.3. Any apFlicqble [cify & stcrte] ssler lsxes have nol heen includedin pricing {rnd qre lhe rerp*n5bility of lhe cu:lom*r.4 lhs quontlty ol servk* daYi r*fl*etr o rcas*nchts *stimdls {*rirnpl*m*nlotio* r:nd $€t€c}ed ongoing 6t6cti6n i64y6ei. eirofiatit$ m*y crxlng*5, Ab6llstlhset&dctsredososhoslol Pop6rtplsolofol l6n$lhsf 19",regordlerso,whrtnerprinrsdon |*rIslder, gdl*lusog*wlll badetemhed by the Bslolqr print audit Eoftwore, which *ril occo{"rnt lor every trollat r*quest, b}. bsflol tyFe, prsce:sed lh{ough the rufiwore fcrprinting. v6dseoti6n al uso6a ihi:lt b.s mods nvoiiable rs th6 currofigr w€n roquerl_ Attachment number 1 \nPage 9 of 12 Item # 35 The future of Ballot on Demand printing The Balotar is an integrated, highly secure printing system specifically designed to automate generating ballots, on request, for governmental elections, eliminating the waste that typically occurs with absentee and early voting. The Balotar combines commercially available printing components that are consolidated with proprietary hardware and software modi{ications that enable it to meet the demanding printing and audit needs of our election customers. Key Features: . lntegrated software with your voter registration system provides an easy to use interface . Precision ,A,lignment Feeder ensures readable ballots . Printing audit system for built-in accountability . Heavy duty construction for reliable ballot production exPenence reliability secu rity innovation Attachment number 1 \nPage 10 of 12 Item # 35 Advanced voting is on the rise as more voters cast their ballot before Election day in-person at voting centers or local election offices or through absentee vote by mail. According to the U.S. Census, early voting in-person and by mail has grown steadily since 1992, and exceeded a third of all votes cast in 2008. HOW WILL YOU RESPOND TO THE DEMAND? ln the 2010 General :*@ All ES&S BOD printers p**l@ cost of a two page ballot.-rc A'l l" 2000 -"a"" "- ."a ""--"4""-"-"1)"" 2002 2004 2006 2008 Presidential I Gubernatorial O "-a 2010 Cost Efficient . Avoid pre-printing mass quantities . Limit overtime costs . Lower temporary staffing needs for ballot processing and inventory . Fees are flexible {or your budget Stress Relief . Gain control over pre-election ballot production . No delayed ballot deliveries for election day . Reduce Poll Worker error by getting the voter the correct ballot style . Eliminate ballot shortages . UOCAVA and Absentee ballots ready immediately Friendly . Less paper waste . Lower energy usage, i.e. save fuel costs by avoiding ballot shipment and saving energy at the press plant . Reduces chemical use and waste Management . Eliminate need for organizing and storing mass quantities of ballots . Save time spent estimating the number of ballots to order from a commercial printer Environmentally Automated Ballot Attachment number 1 \nPage 11 of 12 Item # 35 Balo&r on Dernand Print & Distribution System Fnrrr Ax a Orgrnrs$iuox Ouenvrrw Advanced &llot Solutbrx, has developed a cnmprehensiv*, integrated solution suite t0 automate *ndsfwmline all the face& of ballot production and distrlbution. This integrated set of products andservirc provldts tlsdion officials srxiahle and fiexiblq options to address all ol'the various methods to meet their ballst needs. Our comprehensive solutiicns include: Surarrt*trp 6*rt*v Pnt*txue So pxff Afi,e: " Absentee Mail Bathts. Ballot Duplication. Frsvlslonal Sallots 8*u"ov rm Drxanp FRItttTIIttG: * Accurate, relSable ballet prduction Co*rnrx exs$rs Rrp**rrxr : r Ballot Production There are sevEral integrated comBsnenE $at comprbe &e BaloHr Prtnt and Dlstribuflon So{utiorr.They indude:+ Salotar On 0ernand Print $ofhuare. $alotar Print Flaffonn* Inte$rated Corrputer ffi Attachment number 1 \nPage 12 of 12 Item # 35 Commission Meeting Agenda 7/16/2013 5:00 PM Request for approval to designate McBean Enterprise Zone Department:Planning and Development Caption:Motion to approve an ordinance to designate “McBean Enterprise Zone”. (Approved by Commission June 18, 2013 second reading) Background:Georgia law provides for local governments to offer several types of economic development incentives, among them are Enterprise Zones (EZ), Opportunity Zones (OZ), and Tax Allocation Districts (TAD). In order to make the Augusta Corporate Park more competitive the Augusta Development Authority has proposed designating that property as an EZ and an OZ. They contracted with the CSRA Regional Development Commission to find a way to make the designation conform to the standards in the law. The RDC was able to do that by incorporating the Corporate Park into a larger area that includes the properties along Mike Padgett Highway south of the Park to the county line. In order for an area to be designated as an Opportunity Zone (OZ) it first has to be designated as an Enterprise Zone (EZ). The purpose of this agenda item is to designate the area as an EZ. Approval would abate property taxes for employers who create 5 or more jobs for up to 10 years; 100% for the first 5 years and then 80%, 60%, 40%, 20% and 10%. Data provided by the RDC indicates that the area is eligible for designation. Analysis:The action would encourage economic development by abating property taxes on investments that probably wouldn’t happen otherwise. Financial Impact:Potentially significant as a positive if successful in attracting investment that would not otherwise occur. Alternatives:Approve or deny Recommendation:Approve Cover Memo Item # 36 Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 36 Attachment number 1 \nPage 1 of 6 Item # 36 Attachment number 1 \nPage 2 of 6 Item # 36 Attachment number 1 \nPage 3 of 6 Item # 36 Attachment number 1 \nPage 4 of 6 Item # 36 Attachment number 1 \nPage 5 of 6 Item # 36 Attachment number 1 \nPage 6 of 6 Item # 36 Attachment number 2 \nPage 1 of 28 Item # 36 Attachment number 2 \nPage 2 of 28 Item # 36 Attachment number 2 \nPage 3 of 28 Item # 36 Attachment number 2 \nPage 4 of 28 Item # 36 Attachment number 2 \nPage 5 of 28 Item # 36 Attachment number 2 \nPage 6 of 28 Item # 36 Attachment number 2 \nPage 7 of 28 Item # 36 Attachment number 2 \nPage 8 of 28 Item # 36 Attachment number 2 \nPage 9 of 28 Item # 36 Attachment number 2 \nPage 10 of 28 Item # 36 Attachment number 2 \nPage 11 of 28 Item # 36 Attachment number 2 \nPage 12 of 28 Item # 36 Attachment number 2 \nPage 13 of 28 Item # 36 Attachment number 2 \nPage 14 of 28 Item # 36 Attachment number 2 \nPage 15 of 28 Item # 36 Attachment number 2 \nPage 16 of 28 Item # 36 Attachment number 2 \nPage 17 of 28 Item # 36 Attachment number 2 \nPage 18 of 28 Item # 36 Attachment number 2 \nPage 19 of 28 Item # 36 Attachment number 2 \nPage 20 of 28 Item # 36 Attachment number 2 \nPage 21 of 28 Item # 36 Attachment number 2 \nPage 22 of 28 Item # 36 Attachment number 2 \nPage 23 of 28 Item # 36 Attachment number 2 \nPage 24 of 28 Item # 36 Attachment number 2 \nPage 25 of 28 Item # 36 Attachment number 2 \nPage 26 of 28 Item # 36 Attachment number 2 \nPage 27 of 28 Item # 36 Attachment number 2 \nPage 28 of 28 Item # 36 Attachment number 3 \nPage 1 of 14 Item # 36 Attachment number 3 \nPage 2 of 14 Item # 36 Attachment number 3 \nPage 3 of 14 Item # 36 Attachment number 3 \nPage 4 of 14 Item # 36 Attachment number 3 \nPage 5 of 14 Item # 36 Attachment number 3 \nPage 6 of 14 Item # 36 Attachment number 3 \nPage 7 of 14 Item # 36 Attachment number 3 \nPage 8 of 14 Item # 36 Attachment number 3 \nPage 9 of 14 Item # 36 Attachment number 3 \nPage 10 of 14 Item # 36 Attachment number 3 \nPage 11 of 14 Item # 36 Attachment number 3 \nPage 12 of 14 Item # 36 Attachment number 3 \nPage 13 of 14 Item # 36 Attachment number 3 \nPage 14 of 14 Item # 36 Attachment number 4 \nPage 1 of 23 Item # 36 Attachment number 4 \nPage 2 of 23 Item # 36 Attachment number 4 \nPage 3 of 23 Item # 36 Attachment number 4 \nPage 4 of 23 Item # 36 Attachment number 4 \nPage 5 of 23 Item # 36 Attachment number 4 \nPage 6 of 23 Item # 36 Attachment number 4 \nPage 7 of 23 Item # 36 Attachment number 4 \nPage 8 of 23 Item # 36 Attachment number 4 \nPage 9 of 23 Item # 36 Attachment number 4 \nPage 10 of 23 Item # 36 Attachment number 4 \nPage 11 of 23 Item # 36 Attachment number 4 \nPage 12 of 23 Item # 36 Attachment number 4 \nPage 13 of 23 Item # 36 Attachment number 4 \nPage 14 of 23 Item # 36 Attachment number 4 \nPage 15 of 23 Item # 36 Attachment number 4 \nPage 16 of 23 Item # 36 Attachment number 4 \nPage 17 of 23 Item # 36 Attachment number 4 \nPage 18 of 23 Item # 36 Attachment number 4 \nPage 19 of 23 Item # 36 Attachment number 4 \nPage 20 of 23 Item # 36 Attachment number 4 \nPage 21 of 23 Item # 36 Attachment number 4 \nPage 22 of 23 Item # 36 Attachment number 4 \nPage 23 of 23 Item # 36 ORDIACE O. _______________ A ORDIACE TO AMED THE AUGUSTA GEORGIA CODE SO A S TO AMED SECTIO 2-4 BY ADDIG A EW SUBSECTIO 23 ETITLED “MCBEA ETERPRISE ZOE”, TO PROVIDE A EFFECTIVE DATE, TO REPEAL COFLICTIG ORDIACES AD FOR OTHER PURPOSES. WHEREAS, a method has been provided by the General Assembly of the State of Georgia through the enactment of the Enterprise Zone Employment Act of 1997 as amended (O.C.G.A. § 36-88-1 et. seq.) to promote investment in areas of disinvestment, underdevelopment and economic decline; and, that said Act promotes reinvestment and rehabilitation efforts in such areas by qualifying businesses though the abatement of state, county and municipal ad valorum taxes, and other fee abatement incentives; and, WHEREAS, O.C.G.A. § 36-88-6 establishes the criteria by which an area may be designated as an enterprise zone, such criteria being listed in subsections (b), (c) , (d), (e), and (f, and quantifying conditions of “pervasive poverty”, “unemployment”, “general distress”, “underdevelopment”, an “general blight”, respectively; and, that nominated areas must meet at least three (3) of the five (5) established for qualification; and, WHEREAS, the Augusta Development Authority commissioned a study examining conditions of disinvestment, underdevelopment and economic decline in a portion of the city of Augusta located in the vicinity of the McBean community the boundary of such study area being specified and illustrated in Exhibit A as the McBean Enterprise Zone; and, WHEREAS, the McBean Opportunity Study presented to the Augusta Georgia Commission by the Augusta Development Authority and as provided in Exhibit B, confirms that the McBean Enterprise Zone meets four (4) of the five (5) criteria qualifying it for enterprise zone designation; and, WHEREAS, designation of the McBean Enterprise Zone is consistent with the goals and objectives of the city of Augusta’s comprehensive plan; OW THEREFORE, THE AUGUSTA GEORGIA COMMISSIO ordains as follows: SECTIO 1 . AUGUSTA GEORGIA CODE, Section 2-4, is amended by adding a new Section 2-4-23 which reads as follows: 2-4-23 Designation the “McBean Enterprise Zone.” The Augusta Georgia Commission hereby designates the area hereafter described as an Enterprise Zone to be known as the “McBean Enterprise Zone” to wit: BOUNDARY DESCRIPTION Beginning at a point where S.R. 56 (Mike Padgett Highway) intersects the Burke County, Georgia line, and proceeding northward roughly 4.2 miles; incorporating Attachment number 5 \nPage 1 of 2 Item # 36 parcels fronting on and flanking both sides of the highway corridor, and including parcels in close proximity to and projecting from either side of the corridor with or without frontage on Alden Drive, Amarillo Circle, Black Road, Blackberry Lane, Cemetery Drive, Clark Road, Cannon Court, Corinth Road, Hephzibah- McBean road, Horseshoe Road, McCombs Road, McKinely Lane, Mosley Road, Old Mike Padgett Highway, Piney Grove Road, Rollins Road and Union Cemetery Drive; such area being contained within 2010 Census Block Groups 109.05 (1), and 109-05 (2); and , such area consisting of roughly 3,686 acres, the meandering boundary of which is highly variable as specified and illustrated in Exhibit A. SECTIO 2 . Consistent with the applicable provisions of O.C.G.A., 36-88-1 et. seq., qualifying businesses and service enterprises within the McBean Enterprise Zone, generating the minimum investments for which they may receive access to state enterprise zone incentives, shall be exempted from state, county, and municipal ad valorum taxes in the amount not o exceed the following schedule: One hundred percent of property taxes shall be exempt for the first five (5) years; Eighty percent of property taxes shall be exempt for the next two (2) years; Sixty percent of property taxes shall be exempt for the next year; Forty percent of property taxes shall be exempt for the next year; and Twenty percent of property taxes shall be exempt for the last year. SECTIO 3. This Ordinance shall become effective on its adopting in accordance with applicable laws. SECTIO 4. All ordinances or parts of ordinances in conflict herewith are hereby repealed. Adopted this _________ day of ______________, 2013. __________________________________ Davis S. Copenhaver, As its Mayor ATTEST: __________________________________ Lena Bonner, Clerk of Commission Attachment number 5 \nPage 2 of 2 Item # 36 Commission Meeting Agenda 7/16/2013 5:00 PM 2012 Audit Report Department:Financce Caption:Receive as information the results of the 2012 financial audit. Background:As part of the annual financial audit, the results of the audit are presented to the commission by our audit firm- Mauldin & Jenkins Analysis: Financial Impact: Alternatives:None Recommendation:recoeve as information Funds are Available in the Following Accounts: n/a REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 37 Commission Meeting Agenda 7/16/2013 5:00 PM Dorothy Platte Department:Clerk of Commission Caption:Consider a request from Ms. Dorothy Platte regarding property tax relief for property located at 2713 Fleming Drive. (No recommendation from Finance Committee July 8, 2013) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 38 Attachment number 1 \nPage 1 of 2 Item # 38 Attachment number 1 \nPage 2 of 2 Item # 38 Commission Meeting Agenda 7/16/2013 5:00 PM Recommend 2013 Mill Rates by Taxing District Department:Finance Caption:Discuss and approve 2013 Mill Rates by Taxing District, publish required Current Digest with 5 year history of Levy, and advertise time, location and date the mill rates will be adopted. Background:The State of Georgia Department of Revenue sets the requirements for each taxing district which levies ad valorem taxes. After the Commission proposes the 2013 millage rates to be levied to generate the amount of ad valorem tax revenue necessary to support operations, a prescribed sequence of events must happen. A 5 year history and the current year's digest and levy must appear in the newspaper. In the body of that notice, a time, location and date for a public meeting to adopt the proposed mill rates must be included. That date must be at least two weeks from the date of advertisement. Analysis: Financial Impact:Setting the millage rates in a timely manner is necessary to obtain digest approval from the state. Approval of the digest must be received from DOR before the Tax Commissioner can produce and mail tax bills. Each requirement must be met and all actions must be taken at the advertised time and date. Alternatives:none Recommendation:Discuss the information presented and approve the mill rates to be advertised for adoption. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 39 Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 39 Commission Meeting Agenda 7/16/2013 5:00 PM Water and Sewer Bonds Series 2013 - Supplemental Resolution Department:Utilites and Finance Caption:Motion to approve Water and Sewer Revenue Bonds Series 2013 supplemental resolution. Background:At the April 2, 2013 Commission meeting the Commission approved the process to issue Water and Sewer Bonds, series 2013. At the June 18, 2013 Commission meeting the Commission approved the parameters resolution, the next step in the process. Approval of the supplemental (pricing) resolution is the last step in the process of issuing the bonds. Analysis:This is the final step in the process of issuing the Water and Sewer Bonds, Series 2013. Financial Impact:n/a Alternatives:none Recommendation:Approve Bond Resolution Funds are Available in the Following Accounts: n/a REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 40 A RESOLUTION TO SPECIFY THE PRINCIPAL AMOUNT TO MATURE IN EACH YEAR AND THE OPTIONAL AND MANDATORY REDEMPTION PROVISIONS OF THE SERIES 2013 BONDS BEING ISSUED PURSUANT TO THE PARITY BOND RESOLUTION ADOPTED BY THE AUGUSTA-RICHMOND COUNTY COMMISSION ON JUNE 18, 2013; TO AUTHORIZE AND APPROVE THE SALE OF THE SERIES 2013 BONDS TO THE WINNING BIDDER; TO PROVIDE FOR THE DELIVERY OF THE SERIES 2013 BONDS; TO RATIFY, AUTHORIZE AND APPROVE THE PREPARATION, USE AND DISTRIBUTION OF A PRELIMINARY OFFICIAL STATEMENT AND A FINAL OFFICIAL STATEMENT IN CONNECTION WITH THE OFFER AND SALE OF THE SERIES 2013 BONDS; TO PROVIDE FOR THE APPLICATION OF THE PROCEEDS OF THE SERIES 2013 BONDS; AND FOR OTHER PURPOSES. SUPPLEMENTAL BOND RESOLUTION ADOPTED JULY __, 2013 BY THE AUGUSTA-RICHMOND COUNTY COMMISSION PROVIDING FOR THE ISSUANCE OF $______________ Augusta, Georgia Water and Sewerage Taxable Revenue Bonds (Second Resolution) Series 2013 Attachment number 1 \nPage 1 of 10 Item # 40 A RESOLUTION TO SPECIFY THE PRINCIPAL AMOUNT TO MATURE IN EACH YEAR AND THE OPTIONAL AND MANDATORY REDEMPTION PROVISIONS OF THE SERIES 2013 BONDS BEING ISSUED PURSUANT TO THE PARITY BOND RESOLUTION ADOPTED BY THE AUGUSTA-RICHMOND COUNTY COMMISSION ON JUNE 18, 2013; TO AUTHORIZE AND APPROVE THE SALE OF THE SERIES 2013 BONDS TO THE WINNING BIDDER; TO PROVIDE FOR THE DELIVERY OF THE SERIES 2013 BONDS; TO RATIFY, AUTHORIZE AND APPROVE THE PREPARATION, USE AND DISTRIBUTION OF A PRELIMINARY OFFICIAL STATEMENT AND A FINAL OFFICIAL STATEMENT IN CONNECTION WITH THE OFFER AND SALE OF THE SERIES 2013 BONDS; TO PROVIDE FOR THE APPLICATION OF THE PROCEEDS OF THE SERIES 2013 BONDS; AND FOR OTHER PURPOSES. WHEREAS, pursuant to the Master Bond Resolution (the “Master Bond Resolution”) adopted by the Augusta-Richmond County Commission (the “Commission”) on October 12, 2012 and the Parity Bond Resolution (the “Parity Bond Resolution”, and together with the Master Bond Resolution, the “Bond Resolution”) adopted by the Commission on June 18, 2013, the Consolidated Government has been authorized to issue not to exceed $22,300,000 aggregate principal amount of its Water and Sewerage Taxable Revenue Bonds (Second Resolution), Series 2013 (the “Series 2013 Bonds”); and WHEREAS, the Parity Bond Resolution provides that the Series 2013 Bonds are to be dated not later than the date of issuance and delivery, to be initially issued as book-entry only bonds in fully registered form without coupons, transferable to subsequent owners as therein provided, in the denomination of $5,000 or any integral multiple thereof, numbered from R-1, upwards, bearing interest from date at a rate or rates not exceeding 6 percent per annum, all interest payable October 1, 2013 and semiannually thereafter on April 1 and October 1 in each year, and the principal maturing on April 1 in the year or years not later than October 1, 2033, in such principal amounts such that the highest principal and interest coming due on the Series 2013 Bonds in any Bond Year shall not exceed $2,000,000; and WHEREAS, the Consolidated Government has offered the Series 2013 Bonds pursuant to an Official Notice of Sale and a Preliminary Official Statement, dated July 9, 2013 (the “Preliminary Official Statement”) and wishes to approve the award of the sale of the Series 2013 Bonds to _________________________ (the “Purchaser”), the winning bid of which is attached hereto as Exhibit A; and WHEREAS, the rates of interest offered by the Purchaser for the Series 2013 Bonds do not exceed the maximum rate of interest for any year over the life of the Series 2013 Bonds as set forth in the Parity Bond Resolution, the maximum annual principal and interest requirements in any Bond Year on the Series 2013 Bonds at such rates do not exceed $2,000,000, and the Series 2013 Bonds shall bear interest from date at the rates per annum hereinafter set forth, and the sale of the Series 2013 Bonds at such prices will provide the Consolidated Government with sufficient funds to (a) fund a portion of the reserve requirement for the Prior Lien Bonds, Attachment number 1 \nPage 2 of 10 Item # 40 (b) fund a debt service reserve account for the Series 2013 Bonds and (c) pay the costs of issuance of the Series 2013 Bonds., all as set forth in the Parity Bond Resolution; and WHEREAS, it was provided in the Parity Bond Resolution that, subsequent to the negotiated sale of the Series 2013 Bonds, the Consolidated Government would adopt a supplemental resolution specifying, among other things, the interest rate or rates per annum which the Series 2013 Bonds would bear, the principal amount of Series 2013 Bonds to mature in each year, the optional and mandatory sinking fund redemption provisions applicable to the Series 2013 Bonds, would provide for the application of the proceeds of the Series 2013 Bonds, and would provide for the actual issuance and delivery of the Series 2013 Bonds upon payment therefor by the Purchaser; and WHEREAS, the Consolidated Government wishes to proceed with the authorization of the sale of the Series 2013 Bonds and to provide for their delivery in accordance with the terms set forth in the Parity Bond Resolution; and WHEREAS, it is proposed that the Consolidated Government should ratify the preparation, use and distribution of the Preliminary Official Statement and authorize the execution, use and distribution of an Official Statement relating to the Series 2013 Bonds; and WHEREAS, it is further proposed that the Consolidated Government should authorize the execution, delivery and performance of the Series 2013 Disclosure Certificate (as defined in the Parity Bond Resolution); and WHEREAS, the Series 2013 Bonds should now be executed, issued and delivered. NOW, THEREFORE, BE IT RESOLVED by the Augusta-Richmond County Commission, and it is hereby resolved by authority of the same, as follows: Section 1.1 Definitions. Capitalized terms used in this Supplemental Bond Resolution and not otherwise defined herein are used with the meanings assigned to such terms by the Parity Bond Resolution and the Master Bond Resolution. Section 1.2 Issuance of Series 2013 Bonds. There are hereby authorized to be issued pursuant to the Parity Bond Resolution $____________ aggregate principal amount of Water and Sewerage Taxable Revenue Bonds (Second Resolution), Series 2013. The Series 2013 Bonds shall be dated the date of issuance and delivery, numbered from R-1 upward, and shall be initially issued in book-entry only form as fully-registered bonds without coupons. The Series 2013 Bonds shall bear interest from date at the rates set forth below (based on a 360 day year comprised of twelve 30-day months), all interest payable October 1, 2013 and semiannually thereafter on April 1 and October 1 in each year, and the principal; shall mature on October 1 in the years and in the amounts set forth below: Attachment number 1 \nPage 3 of 10 Item # 40 Year Principal Amount Interest Rate Section 1.3 Optional Redemption of the Series 2013 Bonds. The Series 2013 Bonds maturing on or after October 1, 2024, may be redeemed prior to their respective maturities at the option of the Consolidated Government on or after October 1, 2023, in whole or in part at any time, in the order of maturities selected by the Consolidated Government (less than all of such Series 2013 Bonds of a single maturity to be selected by lot in a manner as the Consolidated Government may determine) from any moneys available therefor at the redemption price equal to the principal amount of the Series 2013 Bonds to be redeemed plus accrued interest to the redemption date. Section 1.4 Mandatory Redemption of the Series 2013 Bonds. The Series 2013 Bonds shall be subject to mandatory redemption prior to maturity on October 1, ________ and on each succeeding October 1 to and including October 1, ______ (the last maturity to be paid rather than redeemed), in part, by lot in such manner as may be designated by the Bond Registrar, at par plus accrued interest to the redemption date, in the following years and principal amounts: Year Amount The Series 2013 Bonds shall be subject to mandatory redemption prior to maturity on October 1, _____ and on each succeeding October 1 to and including October 1, ________ (the last maturity to be paid rather than redeemed), in part, by lot in such manner as may be Attachment number 1 \nPage 4 of 10 Item # 40 designated by the Bond Registrar, at par plus accrued interest to the redemption date, in the following years and principal amounts: Year Amount The Series 2013 Bonds shall be subject to mandatory redemption prior to maturity on October 1, _____ and on each succeeding October 1 to and including October 1, ________ (the last maturity to be paid rather than redeemed), in part, by lot in such manner as may be designated by the Bond Registrar, at par plus accrued interest to the redemption date, in the following years and principal amounts: Year Amount The Consolidated Government shall be entitled to receive a credit in respect of its mandatory sinking fund redemption obligation for Series 2013 Bonds delivered, purchased, or redeemed, as hereinafter described, if the Consolidated Government at its option purchases in the open market and delivers to the Paying Agent for cancellation Series 2013 Bonds or redeems Series 2012 Bonds (other than through mandatory sinking fund redemption) and such Series 2013 Bonds have not theretofore been applied as a credit against any mandatory redemption obligation. Each such Series 2013 Bond so purchased or redeemed shall be credited by the Paying Agent at 100% of the principal amount thereof on the obligation of the Consolidated Government on such mandatory redemption payment date, and any excess shall be credited on future mandatory sinking fund redemption obligations in chronological order, and the principal amount of such Series 2013 Bonds to be redeemed by operation of mandatory redemption shall be accordingly reduced. Section 1.5 Provisions Relative to Redemption. The redemption of the Series 2013 Bonds shall be in accordance with the provisions of Article III of the Master Bond Resolution. The Series 2013 Bonds subject to optional redemption may be made subject to conditional redemption as provided in Section 3.3 of the Master Bond Resolution. Notice having been given in the manner and under the conditions provided in the Master Bond Resolution, the Series 2013 Bonds so designated for redemption shall, on the redemption date designated in such notice, become and be due and payable at the redemption price hereinabove specified, and from and after the date of redemption so designated, unless default shall be made in the payment of the Attachment number 1 \nPage 5 of 10 Item # 40 Series 2013 Bonds so designated for redemption, interest on the Series 2013 Bonds so designated for redemption shall cease to accrue after the redemption date. Section 1.6 Application of Proceeds of Series 2013 Bonds. From the proceeds derived from the sale of the Series 2013 Bonds, the following payments shall be made, simultaneously with the issuance and delivery of the Series 2013 Bonds, to the extent and in the manner herein set forth: (a) The sum of $___________, or such other amount as shall be necessary, derived from the sale of the Series 2013 Bonds shall be deposited into the Prior Lien Reserve Account established under the Prior Lien Resolution for the benefit of the Prior Lien Bonds. (b) The sum of $_____________, or such other amount as shall be necessary, derived from the sale of the Series 2013 Bonds shall be deposited into the Debt Service Reserve Account created under the Master Bond Resolution to fund the Debt Service Reserve Requirement under the Bond Resolution. (c) The sum of $____________, or such other amount as shall be necessary, shall be paid to the Purchaser from the proceeds of the Series 2013 Bonds, representing the underwriter’s discount for the Series 2013 Bonds. (d) The sum of $____________, or such other amount as shall be necessary, shall be deposited to the 2013 Expense Account and used to pay the remaining expenses incurred in connection with the issuance of the Series 2013 Bonds. Section 1.7 Offering Materials and Winning Bidder. The preparation, use and distribution of the Official Notice of Sale and the Preliminary Official Statement, is hereby authorized, ratified and approved. The preparation and distribution of a final Official Statement with respect to the Series 2013 Bonds in substantially the form as the Preliminary Official Statement but containing the information with respect to the Series 2013 Bonds set forth in this Supplemental Bond Resolution is hereby authorized and approved. The execution and delivery by the Mayor or Mayor Pro-Tem of the Consolidated Government of a “deemed final certificate” required by Rule 15c2-12 of the Securities Exchange Act of 1934, as amended, are hereby ratified. The execution and delivery of the Series 2013 Disclosure Certificate in substantially the form attached to the Preliminary Official Statement is hereby authorized, ratified and approved. The Mayor or Mayor Pro-Tem of the Consolidated Government is authorized to execute such final Official Statement and the Series 2013 Disclosure Certificate on behalf of the Consolidated Government. _________________ is hereby approved as the winning bidder for the Series 2013 Bonds upon the terms set forth in its bid. The purchase price for the Series 2013 Bonds is equal to the par amount of $______________ plus net original issue premium of $____________ less Purchaser’s discount of $_________________. Section 1.8 Mayor Pro Tem May Act. The Mayor Pro Tem is authorized, empowered and directed to prepare, execute, file and deliver such instruments, certificates or other documents, including this Supplemental Bond Resolution, and to take such other and Attachment number 1 \nPage 6 of 10 Item # 40 further action as may be necessary or desirable to consummate the issuance of the Series 2013 Bonds and to give full force and effect to the Bond Resolution. Section 1.9 Repealer. Any and all resolutions or parts of resolutions in conflict with this Supplemental Resolution this day adopted be and the same are hereby repealed, and this Supplemental Resolution shall be in full force and effect from and after its adoption. Attachment number 1 \nPage 7 of 10 Item # 40 Adopted July __, 2013. AUGUSTA, GEORGIA By: Mayor ATTEST: _______________________________ Clerk Attachment number 1 \nPage 8 of 10 Item # 40 EXHIBIT A WINNING BID Attachment number 1 \nPage 9 of 10 Item # 40 Attachment number 1 \nPage 10 of 10 Item # 40 Commission Meeting Agenda 7/16/2013 5:00 PM Accept terms of contract agreement with Georgia Department of Transportation concerning the costs of relocating water and sanitary sewer mains on GDOT Project # CSSTP-0006-00(431), Richmond County, PI 0006431 Department:Augusta Utilities Department Caption: Motion to provide necessary signatures on furnished agreement to include Augusta Utilities Department water and sanitary sewer main relocations in the Georgia Department of Transportation contract for the widening of SR 56 FM CR 17/Bennock Mill Rd to CR 1516/Old Waynesboro Rd. The estimated cost of construction is $4,709,621.00. Background:The Georgia Department of Transportation is widening SR 56 FM CR 17/Bennock Mill Rd to CR 1516/Old Waynesboro Rd. Due to these improvement the Augusta Utilities Department needs to relocate existing water and sewer lines. The Augusta Utilities Department will be solely responsible for the cost of the relocations, which is the estimated cost reflected in the agreement furnished by GDOT. Analysis:Approving this agreement will allow GDOT to award their contract including the cost for Augusta Utilities Department water and sewer relocation. This water line will fulfill goals set forth in the master plan, most notably to assist in the water supply to the Augusta Corporate Park. Financial Impact:Funds for this work are available in account 511043410-5425110 / 80313125-5425110. Alternatives:No alternatives are recommended. Recommendation:We recommend the Commission agree to the terms of the preliminary cost agreement with Georgia Department of Transportation in the amount of $4,709,621.00. Funds are Available in the Following Funds for this work are available in account 511043410-5425110 / 80313125-5425110.Cover Memo Item # 41 Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 41 0006431- Richmond - Augusta -Richmond Water CIA - Bid Item Cost 5/15/2013 CSSTP-0006-00(431), Richmond County PI# 0006431 WATER DISTRIBUTION ITEMS Orig Plan Orig Est Orig Est Orig Plan In-Kind Actual Bid Actual Total Actual In-KindPay Item AUGUSTA-RICHMOND COUNTY Unit Total Qty Unit Price Cost Total Qty Total Qty Unit Price Bid Cost Bid Cost Water Items 610-1840 Remove Asbestos Cement Pipe LF 4250 $53.93 229,203$ 610-7015 Remove Vault EA 2 $2,000.00 4,000$ 611-8050 Adjust Manhole to Grade EA 4 $792.43 3,170$ 611-8140 Adjust Water Valve Box to Grade EA 4 $376.97 1,508$ 615-1000 Jack or Bore Pipe, Steel, 16 IN, 0.250 IN Thickness LF 330 $375.26 123,836$ 615-1000 Jack or Bore Pipe, Steel, 24 IN, 0.250 IN Thickness LF 135 $375.26 50,660$ 615-1000 Jack or Bore Pipe, Steel, 30 IN, 0.312 IN Thickness LF 290 $375.26 108,825$ 615-1100 Directional Bore Pipe, 16 IN, HDD Pipe LF 2220 $74.64 165,701$ 615-1200 Directional Bore Pipe, 16 IN, HDD LF 2220 $17.10 37,962$ 660-0004 Sanitary Sewer Pipe, 4 IN, PVC LF 50 $30.61 1,531$ 660-0008 Sanitary Sewer Pipe, 8 IN, PVC LF 375 $57.71 21,641$ 660-0336 Sanitary Sewer Pipe, 36 IN, RCP LF 20 $210.00 4,200$ 660-0820 Sanitary Sewer Pipe, 20 IN, Ductile Iron, Force Main LF 150 $191.71 28,757$ 660-0824 Sanitary Sewer Pipe, 24 IN, Ductile Iron, Force Main LF 120 $216.75 26,010$ 668-3300 Sanitary Manhole, TP 1 EA 4 $2,467.38 9,870$ 670-1080 Water Main, 8 IN, Class 350, Ductile Iron LF 1280 $55.97 71,642$ 670-1100 Water Main, 10 IN, Class 350, Ductile Iron LF 85 $64.16 5,454$ 670-1120 Water Main, 12 IN, Class 350, Ductile Iron LF 525 $70.20 36,855$ 670-1140 Water Main, 14 IN, Class 350, Ductile Iron LF 60 $100.00 6,000$ 670-1160 Water Main, 16 IN, Class 350, Ductile Iron LF 24000 $118.33 2,839,920$ 670-1500 Cap and Plug existing water line EA 15 $85.00 1,275$ 670-2060 Gate Valve, 6 IN EA 20 $891.76 17,835$ 670-2080 Gate Valve, 8 IN EA 15 $1,470.99 22,065$ 670-2100 Gate Valve, 10 IN EA 5 $1,619.51 8,098$ 670-2120 Gate Valve, 12 IN EA 12 $2,534.10 30,409$ 670-2140 Gate Valve, 14 IN EA 5 $5,637.45 28,187$ 670-2160 Gate Valve, 16 IN EA 42 $5,637.45 236,773$ 670-4000 Fire Hydrant EA 35 $3,442.09 120,473$ 670-5010 Water Service Line, 1 IN LF 10000 $18.85 188,500$ 670-5020 Water Service Line, 2 IN LF 3000 $34.01 102,030$ 670-7000 Steel Casing, 16 IN, 0.250 IN Thickness LF 255 $145.33 37,059$ 670-7000 Steel Casing, 24 IN, 0.250 IN Thickness LF 100 $145.33 14,533$ 4,709,621$ -$ SUBTOTAL =4,709,621$ SUBTOTAL =-$ -$ TOTAL EST COST =4,709,621$ TOTAL EST COST =-$ -$ AUGUSTA-RICHMOND SHARE 100%TOTAL In-Kind EST 4,709,621$ TOTAL In-Kind EST TOTAL BID -$ -$ GDOT SHARE 0.00%-$ TOTAL BETTERMENT COST AUGUSTA-RICHM TOTAL In-Kind EST -$ GDOT Share -$ In-Kind Items - Reimbursable *Actual Bid Costs Attachment number 1 \nPage 1 of 1 Item # 41 Revised 8/22/11 GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT Contract No. and Name: WATER DISTRIBUTION FACILITIES CSSTP-0006-00 (431), RICHMOND COUNTY Name of Contracting Entity: AUGUSTA–RICHMOUND COUNTY By executing this affidavit, the undersigned person or entity verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with the Georgia Department of Transportation has registered with, is authorized to participate in, and is participating in the federal work authorization program commonly known as E-Verify,* in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. The undersigned person or entity further agrees that it will continue to use the federal work authorization program throughout the contract period, and it will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the undersigned with the information required by O.C.GA. § 13-10-91(b). The undersigned person or entity further agrees to maintain records of such compliance and provide a copy of each such verification to the Georgia Department of Transportation at the time the subcontractor(s) is retained to perform such service. _______________________________________ ___________________________ EEV / E-VerifyTM User Identification Number Date of Authorization _______________________________________ ___________________________ BY: Authorized Officer or Agent Date (Name of Person or Entity) _______________________________________ Title of Authorized Officer or Agent _______________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _____ DAY OF ______________________, 201_ ________________________________________ [NOTARY SEAL] Notary Public My Commission Expires: ___________________ * or any subsequent replacement 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 Attachment number 2 \nPage 1 of 1 Item # 41 May 15, 2013 Mayor Deke Copenhaver Augusta-Richmond County 530 Greene Street Augusta, GA 30901 Project No.: CSSTP-0006-00(431), Richmond County P.I. No: 0006431 Contract Item Agreement for Water Distribution Facilities SR 56 FM CR 17/BENNOCK MILL RD TO CR 1516/OLD WAYNESBORO RD Dear Mayor Copenhaver, In accordance with your request, the adjustment of water distribution facilities belonging to the Augusta- Richmond County is being included in the Department's contract for the roadway work on the above numbered project. We are transmitting three counterparts of an undated Contract Item Agreement which sets forth the conditions under which the State agrees to have its Contractor perform the work and by which Augusta-Richmond County will reimburse the Department for this work. As outlined in Article 8, the non-binding pre-let estimate including betterment for this work is $4,709,621.00 of which the Department will bear 00.00% or $0.00 and Augusta-Richmond County will bear 100.00% or $4,709,621.00. Also, attached is a cost estimate supporting the Agreement. If the Agreement meets with your approval, please handle for execution on behalf of Augusta-Richmond County and return all three (3) counterparts to the State of Georgia, Office of Utilities, One Georgia Center, 600 West Peachtree Street, 10th Floor, Atlanta, Georgia 30308 for execution on behalf of the Department. In this connection, be sure to have two witnesses (one of which must be a notary public) sign the Agreement. Please be certain that the notary public affixes his/her seal alongside their signature. Also, complete the attached resolution form and insert the date of resolution on page 4 of the Agreement. The Official Seal of Augusta- Richmond County is also required to be affixed to each counterpart in compliance with instructions from our Attorney General's Office. In accordance with Articles 8, 9, and 10 of the Agreement, the Department shall notify Augusta-Richmond County in writing of the amount due the Department based on actual bid prices. At that time a check for the amount required to perform the work will be requested as outlined in the Agreement. GEORGIA DEPARTMENT OF TRANSPORTATION One Georgia Center, 600 West Peachtree Street, NW Atlanta, Georgia 30308 Telephone: (404) 631-1000 Keith Golden, P.E., Commissioner Attachment number 3 \nPage 1 of 2 Item # 41 Project No.: CSSTP-0006-00(431) Richmond County P.I. No.: 0006431 Contract Item Agreement for Water Distribution Facilities May 15, 2013 Page 2 As soon as practicable, after the opening of bids, the Department will multiply the estimated quantities by the actual bid prices. The Department will refund any overpayment or request in writing that Augusta-Richmond County pay the Department the revised amount as determined by the aforesaid method. If you have any questions or need further information, please contact Charity Belford at 404-631-1363 or by email at cbelford@dot.ga.gov. Please send correspondence by mail addressed to State of Georgia, Office of Utilities, One Georgia Center, 600 West Peachtree Street, 10th Floor, Atlanta, Georgia 30308 for execution on behalf of the Department. Very truly yours, Lee E. Upkins Assistant State Utilities Engineer For: Michael J. Bolden State Utilities Engineer MJB: LU:PA: CLB Attachment cc: Jimmy Smith, District Engineer, Tennille, Georgia Attn: Lynn Bean, District Utilities Engineer Attachment number 3 \nPage 2 of 2 Item # 41 Account No. – Class: 733005 – 309 Department ID: 4848010000 Program No.: 4181401 STANDARD UTILITY AGREEMENT GDOT Contract ID No.: CSOOUUTL CONTRACT ITEM AGREEMENT Georgia Project No.: CSSTP-0006-00(431), Richmond County G.D.O.T. P.I. No.: 0006431 THIS AGREEMENT, made this ___________________________ , by and between the Department of Transportation, an agency of the State of Georgia, hereinafter called the DEPARTMENT, first party, and Augusta-Richmond County, a political subdivision of the State of Georgia, hereinafter called the LOCAL AGENCY, second party; WITNESS that: WHEREAS, the DEPARTMENT proposes under the above numbered project to widen State Route 56 from County Road 17/Bennock Mill Road To County Road 1516/Old Waynesboro Road in Richmond County, Georgia; and WHEREAS, due to the construction of this project, it will become necessary to make certain adjustments or additional installation of utility facilities of the LOCAL AGENCY, the cost of which shall be determined in accordance with Articles 8, 9, & 10 below; and WHEREAS, the LOCAL AGENCY has requested that the DEPARTMENT include the adjustment or installation of water distribution facilities in its highway construction contract as shown on the attached plans; and WHEREAS, this Agreement being for the sole purpose of providing a contractor for work performed on the LOCAL AGENCY'S water distribution facilities, the LOCAL AGENCY shall bear the cost of said work to be determined as hereinafter set forth; WHEREAS, the preliminary engineering, including preparation of detailed plans and contract estimate for adjustment of the utilities described above have been accomplished by the LOCAL AGENCY; WHEREAS, the plans for the utility work have been approved by both the DEPARTMENT and the LOCAL AGENCY prior to commencing work; NOW THEREFORE, in consideration of the premises and the mutual covenants of the parties hereinafter set forth, it is agreed: 1. All construction engineering and contract supervision shall be the responsibility of the DEPARTMENT and the DEPARTMENT shall be responsible to assure that all utility work is accomplished in accordance with plans and specifications and to consult with the LOCAL AGENCY or LOCAL AGENCY’S Consultant before authorizing any changes or deviations which affect the LOCAL AGENCY’S facility. Attachment number 4 \nPage 1 of 5 Item # 41 STANDARD UTILITY AGREEMENT CONTRACT ITEM AGREEMENT 2 2. The LOCAL AGENCY or the LOCAL AGENCY’S Consultant shall have the right to visit and inspect the work at any time and advise the DEPARTMENT’S Engineer of any observed discrepancies or potential problems. The DEPARTMENT agrees to notify the LOCAL AGENCY when all utility work is completed and ready for final inspection by the LOCAL AGENCY. 3. It is specifically understood that the project number shown above is for the DEPARTMENT'S identification purposes only and may be subject to change by the DEPARTMENT. In the event it becomes necessary for the DEPARTMENT to assign a different project number, the DEPARTMENT shall notify the LOCAL AGENCY of the new project designation. Such change in project designation shall have no effect whatsoever on any of the other terms of this Agreement. 4. The DEPARTMENT shall include in its contract for this project all work necessary to accomplish the adjustment of the LOCAL AGENCY'S facilities as shown on the highway plans along with the necessary specifications to assure that the work conforms to sound construction practices. 5. In the event it becomes necessary to add pay items that are not provided for in the contract, the DEPARTMENT shall negotiate prices with the contractor and enter into a supplemental agreement with the contractor for completion of the additional items. Upon notification, the LOCAL AGENCY shall furnish a check for the additional cost as determined in Article 8 below. 6. The DEPARTMENT shall furnish on the project the construction engineering inspection and testing by its own forces required to assure that the work is done in accordance with the plans, specifications and Special Provisions. 7. Upon completion of the work and upon certification by the DEPARTMENT'S engineers that the work has been completed in accordance with the aforesaid plans and specifications, the LOCAL AGENCY shall accept the adjusted and additional facilities and shall thereafter operate and maintain the adjusted and additional facilities without further cost to the DEPARTMENT or its contractor. Such maintenance and all operations and activities shall be subject to the DEPARTMENT'S rules, policies and procedures as contained in its Utility Accommodation Policy and Standards, current edition. 8. The DEPARTMENT shall include in its highway contract those items shown as "materials" for permanent installation on the aforesaid plans attached hereto. The price bid for the appropriate items shall include all labor, materials and incidentals necessary to complete the work. The cost of the requested work shall be determined from unit quantities and unit prices as shown in the DEPARTMENT’S tabulation of bids. The approximate non-binding pre-let estimate is $4,709,621.00 based on the LOCAL AGENCY’S estimate attached hereto of which the Department shall bear $0.00 and the LOCAL AGENCY shall bear $4,709,621.00. 9. It is mutually agreed that as soon as practicable after the opening of bids and acceptance of a bid by the DEPARTMENT, the DEPARTMENT shall notify the LOCAL Attachment number 4 \nPage 2 of 5 Item # 41 STANDARD UTILITY AGREEMENT CONTRACT ITEM AGREEMENT 3 AGENCY in writing of the amount due the DEPARTMENT. The LOCAL AGENCY shall pay to the DEPARTMENT the amount due within sixty (60) days. 10. It is further mutually agreed that the final cost of the work performed on behalf of the LOCAL AGENCY shall be determined by measurement of the actual quantities of installed materials, including added items under Article 5, multiplied by the actual bid prices. Accordingly, after the project has been completed, the DEPARTMENT shall determine the final cost to be borne by the LOCAL AGENCY and, as the case may be, shall refund to the LOCAL AGENCY or shall request of the LOCAL AGENCY an additional payment in the amount of the difference between the final cost to be borne by the LOCAL AGENCY and the amount which the LOCAL AGENCY has previously paid to the DEPARTMENT. In the event additional payment is due to the DEPARTMENT, the LOCAL AGENCY agrees to pay same within sixty (60) days after the statement is received from the DEPARTMENT. In the event a refund is due the LOCAL AGENCY, the DEPARTMENT agrees to pay the LOCAL AGENCY within sixty (60) after the refund amount is determined or final acceptance is made by the DEPARTMENT. 11. The covenants herein contained shall, except as otherwise provided, accrue to the benefit of and be binding upon the successors and assigns of the parties hereto. 12. It is mutually agreed between the parties hereto that this document shall be deemed to have been executed in the Fulton County, Georgia, and that all questions of interpretation and construction shall be governed by the laws of the State of Georgia. Attachment number 4 \nPage 3 of 5 Item # 41 STANDARD UTILITY AGREEMENT CONTRACT ITEM AGREEMENT 4 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in three counterparts, each to be considered as original by their authorized representative the day and date hereinabove written. WITNESS AS TO SECOND PARTY: Augusta-Richmond County BY:_____________________________ WITNESS BY:_____________________________ BY:____________________________ NOTARY PUBLIC (SEAL) MAYOR SWORN TO AND SUBSCRIBED BEFORE ME THIS __ DAY OF _______________, 20_______. _________________________ Notary Public My commission expires: Signed on behalf of Augusta-Richmond County pursuant to resolution dated ____________________________. ************************************ FEIN____________________ BY:_____________________________ ************************************ CITY CLERK (OFFICIAL SEAL) ______________________________________________________________________ RECOMMENDED: ACCEPTED: DEPARTMENT OF TRANSPORTATION BY:_____________________________ STATE UTILITIES ENGINEER BY:______________________________ COMMISSIONER PROJECT NO.: CSSTP-0006-00(431) Signed, sealed and delivered this ______ COUNTY: Richmond day of ____________________, 20______, G.D.O.T. P.I. NO.: 0006431 DATE: May 15, 2013 CLB (OFFICIAL SEAL OF THE DEPARTMENT) I attest that the seal imprinted herein is the Official Seal of the DEPARTMENT. BY:______________________________ TREASURER OFFICIAL CUSTODIAN OF THE SEAL Attachment number 4 \nPage 4 of 5 Item # 41 STANDARD UTILITY AGREEMENT CONTRACT ITEM AGREEMENT 5 RESOLUTION STATE OF GEORGIA AUGUSTA-RICHMOND COUNTY BE IT RESOLVED by the Mayor and the County Commission, and it is hereby resolved, that the foregoing attached Agreement, relative to project CSSTP-0006-00(431) P.I. No. 0006431, to widen State Route 56 from County Road 17/Bennock Mill Road To County Road 1516/Old Waynesboro Road in Richmond County Richmond County, Georgia, and that Deke Copenhaver as Mayor and ______________________, as Commission Clerk, be and they are, thereby authorized and directed to execute the same for and in behalf of said Mayor and County Commission Of Augusta-Richmond County. Passed and adopted, this the _____________ day of __________________, 20___. ATTEST: ___________________________ BY:______________________________ COMMISSION CLERK MAYOR STATE OF GEORGIA, AUGUSTA-RICHMOND COUNTY I, ____________________, as Commission Clerk, do hereby certify that I am custodian of the books and records of the same, and that the above and foregoing copy of the original is now on file in my office, and was passed by the Mayor and County Commission of Augusta-Richmond County. WITNESS my hand and official signature, this the ________ day of _______________, 20_________. BY:__________________________________ COMMISSION CLERK Attachment number 4 \nPage 5 of 5 Item # 41 Commission Meeting Agenda 7/16/2013 5:00 PM Approve purchase of Vaporooter panel and power unit to allow Augusta Utilities Department to complete chemical root control using in house crews. Department:Utilities Caption:Motion to approve Augusta Utilities Department to purchase one Vaporooter panel and power unit to chemically treat sanitary sewer lines for roots to help prevent sanitary sewer overflows. Background:Augusta Utilities Department has been using a Vaporooter panel and power unit, which has been on loan, to chemically treat sanitary sewer lines to remove root intrusions that inhibit flow in gravity sewer mains and contribute to backups in service lines. During the loan period, we have seen a benefit to using the system, which is the only user friendly system we have found that is easily retrofitted to existing equipment already in service. Utilizing a root control chemical is a much safer way of removing roots, compared to traditional methods used. Chemical treatment has no adverse effect on the tree and does not require a saw to remove the roots. Documentation from the manufacturer is included to verify that Environmental Products of Georgia is the only source for this type of equipment in Georgia. Environmental Products of Georgia’s e-verify number is 312637. The cost of the Vaporooter panel and power unit is $36,000.00. Analysis:Approving the purchase will allow Augusta Utilities Department to continue to safely treat sanitary sewer lines for root intrusions so we may continue to provide a high level of customer service that our customers deserve. Financial Impact:Funds are available in account 506043410-5422510 Alternatives:No alternatives recommended. Recommendation:We recommend approval to allow Augusta Utilities Department to purchase the Vaporooter panel and power unit. Funds are Available Cover Memo Item # 42 in the Following Accounts:506043410-5422510 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 42 V AP O R O O T E R C O M M AN D E R P R O P O S A L Prepared for: AUGUSTA UTILITIES Prepared by: JOE LAGANKE Date: MARCH 25, 2013 Attachment number 1 \nPage 1 of 3 Item # 42 3/25/2012 Augusta Utilities Jody Crabtree 1840 Wylds Rd Augusta, GA 30909 I am pleased to present the following proposal for One (1) Vaporooter Commander Skid Mount. Please review the following specifications to make sure they meet your requirement. I hope the proposal meets your favor. FEATURES Commander Skid Mount (Generator/Compressor included) Jet-Set Hydraulic Root Foamer (Hyd. Drive) Two Stage Foamer Nozzle, 1" Tank not included Air Compressor 4 cyl. (Splash Lubricated) Chemical Resistant Diaphragm Pump Hydraulic Motors w/Speed Control Control Panel Speed Control 3-5 GPM Flow Meter Air Pressure Gauge, 0-200 Psi Water Pressure Gauge, 0-200 Psi Attachment number 1 \nPage 2 of 3 Item # 42 Washdown Hose Plumbed to Water Tank Pump output = 16 GPM W/ truck at idle Hyd. pump for Jet-Set must be separate from hydraulics for jetter One-Year Warranty On Parts & Labor System Training, Safety and Operational TOTAL PRICE: $36,000.00 I appreciate the opportunity and your interest in our products. Please feel free to contact me if you have any questions. Thank you, Joe LaGanke, Central/South Regional Manager Environmental Products of Georgia 4815 Mendel Court SW Atlanta, GA 30336 Office 404.693.9700 Cell 404.964.8339 jlaganke@epofc.com www.epofc.com Attachment number 1 \nPage 3 of 3 Item # 42 1550 East Old 210 Highway • Liberty, MO 64068 Monday, March 25, 2013 To whom this may concern: Douglas Products and Packaging LLC is an ISO 9000 certified chemical manufacturer of patented, registered chemical products and related application equipment for a broad spectrum of industries. Vaporooter, the Sanitary Sewer Division of Douglas Products, has over 40 years of expertise and proven success in eradicating root and grease problems in sanitary sewer systems. These products have been used by hundreds of cities and contractors to treat millions of feet of pipe; eliminating sanitary sewer overflows caused by tree roots and excess F.O.G. (Fats, oils, and grease). Douglas Products has authorized Environmental Products of Georgia, as the sole, authorized re-seller of both new equipment and materials for the State of Georgia. This includes but is not limited to: Sanafoam Vaporooter II®, Sanafoam Roo-Pru®, Jet Set Commander Foaming Systems, Grease Release, Grease Release Metering Systems, BioPlugs, and MicroJet. Thank you and feel free to contact me should any questions or concerns arise. Best regards, Hunter Dance Business Development Manager Douglas Products and Packaging, LLC Attachment number 2 \nPage 1 of 1 Item # 42 Attachment number 3 \nPage 1 of 4 Item # 42 Attachment number 3 \nPage 2 of 4 Item # 42 Attachment number 3 \nPage 3 of 4 Item # 42 Attachment number 3 \nPage 4 of 4 Item # 42 Commission Meeting Agenda 7/16/2013 5:00 PM CNG Maintenance Services Department:Environmental Services Caption:Motion to approve bid item #13-126 and contract for CNG maintenance services to Atlanta Gas and Light (AGL) Resources. Background:The Environmental Services Department installed the first of several public CNG stations which went online and became operational as of June 1, 2013. Operations are currently limited to internal/contracted customers associated with the solid waste collections contract. This station will initially be used to fuel a fleet of approximately 50 garbage trucks with plans to expand the municipal fleet and to market the station to private companies. Augusta has initial plans of installing at least one and possibly two additional stations in the near future. The CNG station is currently owned and overseen by the Environmental Services Department (ESD). At this time, the ESD is relying on the contractor who installed the system along with the manufacturer to support maintenance on the system. This serves us in the short-term, but is not suited to maintaining the station in the most effective and efficient manner. The Environmental Services Department released and Bid for CNG Station Maintenance Services on February 11, 2013. Bids were received and a contract has been negotiated with the compliant proposer. Analysis:At this point, the CNG station is a critical element to the operations of solid waste program. All the trucks operating under contract to Augusta run on CNG. With only one station currently built, this makes this infrastructure essential to operations. The maintenance contract requires 24 hour monitoring of the station, as well as emergency response times of 2 hours or less, in the event that the station becomes non-operational. Additionally, the CNG station requires periodic preventive maintenance and service to ensure efficient and continuous operation of the station. Augusta will perform daily inspections and report any findings to AGL. Additional stations will require the same maintenance and service once they are installed and operational. Today, Augusta does not have qualified technicians who are trained and able to service the CNG station(s). Cover Memo Item # 43 Financial Impact:To fund this project, monies will need to be transferred from 542- 04-4110/5319140 to 542-04-4110/5223112. For the remaining portion of the year, we have allocated $75,000. For future years of the contract, the ESD will work with the contractor to develop an annual budget and submit that for approval through the annual budget process. Alternatives:1. Hire and train staff to perform maintenance. Recommendation:Approve bid item #13-126 and contract for CNG maintenance services to Atlanta Gas and Light (AGL) Resources. Funds are Available in the Following Accounts: 2013 - Transfer $75,000 from 542-04-4110/5319140 to 542-04- 4110/5223112. For future years, budget through the annual budget process. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 43 Invitation to Bid Sealed bids will be received at this office on Friday, April 26, 2013 @ 11:00 a.m. for furnishing: Bid Item 13-126 CNG Maintenance Services for Environmental Services 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 viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. 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 by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Monday, April 8, 2013 @ 5:00 P.M. 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 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. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID 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 Augusta Chronicle March 14, 21, 28, April 4, 2013 Metro Courier March 20, 2013 Revised: 3/7/2013 Attachment number 1 \nPage 1 of 1 Item # 43 Vendors: AGL Resources P. O. Box 4569 Atlanta, GA 30302 ZeitEnergy 1717 Mckinney Ave Suite 700 Dallas, TX 75202 Attachment B Yes Yes E-Verify Number 63448 No SAVE Form Yes Yes CNG Maintenance Services Base Charge $450.00/ Per month Non- Compliant Hourly Rate $90.00 Bid Item #13-126 CNG Maintenance Services For the City of Augusta - Environmental Services Department Bid Opening Date: Friday, April 26, 2013 at 11:00 a.m. Page 1 of 1 At t a c h m e n t n u m b e r 2 \ n P a g e 1 o f 1 It e m # 4 3 Attachment number 3 \nPage 1 of 1 Item # 43 Attachment number 4 \nPage 1 of 3 Item # 43 Attachment number 4 \nPage 2 of 3 Item # 43 Attachment number 4 \nPage 3 of 3 Item # 43 Attachment number 5 \nPage 1 of 8 Item # 43 Attachment number 5 \nPage 2 of 8 Item # 43 Attachment number 5 \nPage 3 of 8 Item # 43 Attachment number 5 \nPage 4 of 8 Item # 43 Attachment number 5 \nPage 5 of 8 Item # 43 Attachment number 5 \nPage 6 of 8 Item # 43 Attachment number 5 \nPage 7 of 8 Item # 43 Attachment number 5 \nPage 8 of 8 Item # 43 Commission Meeting Agenda 7/16/2013 5:00 PM Maintenance Highway Agreement – GDOT – Doug Bernard Department:Abie Ladson, PE Director Caption:Motion to accept maintenance responsibilities from the Georgia Department of Transportation for the portion of Tobacco Road between Mike Padgett Highway (Hwy 56) and Doug Barnard Parkway, which is currently designate Highway 56 Spur. Background:At its January 15, 2013 meeting, the Augusta Commission passed a resolution to accept maintenance responsibilities for the portion of the Highway 56 Spur known as Doug Barnard Parkway. The purpose of this acceptance was to allow Augusta, Georgia to install streetscape and gateway elements between Augusta Regional Airport and Gordon Highway that, while being uniform with other streetscape corridors in the county, would not necessarily meet current Georgia DOT guidelines. This request was submitted to Georgia DOT Planning office in Atlanta, which commented that only accepting the Doug Barnard Parkway portion without accepting the Tobacco Road portion of Highway 56 Spur would create a non-connective element of the state route system which is contrary the mission of Georgia DOT. Therefore, they requested that we include the Tobacco Road portion in our request in order to allow the proposed project to move forward. Analysis:Accepting the Tobacco Road portion of Highway 56 Spur into the county road system will allow the gateway project along Doug Barnard Parkway to move forward and beautify one of our more visible corridors to out-of-town visitors Financial Impact:The cost of periodic resurfacing and routine maintenance consistent with what the county is currently responsible for along the rest of Tobacco Road. Alternatives:1) Approve request and allow gateway project along Doug Barnard Parkway to move forward. 2) Do not approve. Recommendation:Approve Alternative Number One.Cover Memo Item # 44 Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 44 Commission Meeting Agenda 7/16/2013 5:00 PM Meeting time for all committees Department:Clerk of Commission Caption:Motion to approve rotating the scheduled meeting time for all committees at two month intervals in accordance with proposed schedule presented by Commissioner Davis. (Approved by Administrative Services Committee June 10, 2013) (Referred from the June 18 Commission meeting) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 45 Attachment number 1 \nPage 1 of 1 Item # 45 Attachment number 2 \nPage 1 of 1 Item # 45 Commission Meeting Agenda 7/16/2013 5:00 PM On-Call Concrete Repair, Concrete Construction, Emergency Repair (Bid 11-159) Department:Abie Ladson, PE Director Caption:Motion to approve $1,500,000 to continue the funding for the current On-Call Concrete Repair, Concrete Construction & Emergency Repair Contract with the Horizon Construction Company, Larry McCord LLC, and SITEC LLC. Funding is available in the Grading & Drainage and Suburban Forces account as requested by AED. Background:Due to the continuing increase in repairs to aging infrastructures and sidewalks within the county, AED has determined to continue to supplement its engineering resources with an On-Call Contract that include concrete repairs, concrete construction, and emergency repair services. Timely repairs are extremely important to minimizing public safety risks, damages to public property and associated potential hazard liabilities. Analysis:On February 7, 2012, the Augusta Commission approved the On- Call Concrete Repair, Concrete Construction & Emergency Repair Contract to Horizon Construction, Larry McCord, LLC, and SITEC LLC. Additional funds allocation to this contract is needed to help maintain current level of services. Financial Impact:Funds are available in the amount of $1,000,000 Grading & Drainage (328-041110-211828001), and $500,000 Suburban Forces (328-041110-211828007) to be transferred to On-Call Concrete Construction & Emergency Repair Services Contract upon Commission approval. Alternatives:(1) Approve $1,500,000 to continue the funding for the current On-Call Concrete Repair, Concrete Construction & Emergency Repair Contract with the Horizon Construction Company, Larry McCord LLC, and SITEC LLC. Funding is available in the Grading & Drainage and Suburban Forces account as requested by AED. (2) Do not approve. Recommendation:Approve alternative number one.Cover Memo Item # 46 Funds are Available in the Following Accounts: 328-041110-211828001 & 328-041110-211828007 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 46 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#N/A. This request is to approve $1,500,000 and a two-year extension to continue to fund the current contract services that include Funding is available in the Grading & Drainage ($1,000,000), and Suburban Forces ($500,000) Phase VI accounts respectively. Contract services to Horizon Construction, Larry McCord, LLC and Sitec, LLC. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Grading and Drainage 2,650,000$ Sidewalks-Rehab-Replacement 350,000$ Suburban Forces-Resurfacing 950,000$ Resurfacing Contracts 500,000$ 4,450,000$ Section 3: The following amounts are appropriated for the project: By Basin By District Varies Varies 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 Honorable Deke Copenhaver, Mayor CAPITAL PROJECT BUDGET CPB#N/A On-Call Concrete Repair, Concrete Construction, and Emergency Repair (Bid 11-159) emergency concrete construction, concrete repair, andemergency repair services. 1.13.2012 Attachment number 1 \nPage 1 of 3 Item # 46 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#N/A On-Call Concrete Repair, Concrete Construction, and Emergency Repair (Bid 11-159) 1.13.2012 Attachment number 1 \nPage 2 of 3 Item # 46 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#N/A On-Call Concrete Repair, Concrete Construction, and Emergency Repair (Bid 11-159) CPB AMOUNT ADDITION CPB AMOUNT SOURCE OF FUNDS CPB REQUEST GRADING & DRAINAGE PHASE VI $1,650,000 $1,000,000 $2,650,000 SUBURBAN FORCES RESURFACING PHASE VI $450,000 $500,000 $950,000 SIDEWALKS-REHAB-REPLACEMENT $350,000 $350,000 RESURFACING CONTRACTS $500,000 $500,000 TOTAL SOURCES: $2,950,000 $1,500,000 $4,450,000 USE OF FUNDS CONTINGENCY PHASE VI $2,950,000 $1,500,000 $4,450,000 TOTAL USES: $2,950,000 $1,500,000 $4,450,000 1.13.2012 Attachment number 1 \nPage 3 of 3 Item # 46 Attachment number 2 \nPage 1 of 2 Item # 46 Attachment number 2 \nPage 2 of 2 Item # 46 Request for Proposal Request for Proposals will be received at this office until Friday, December 2, 2011 @ 11:00 a.m. for furnishing: RFP Item #11-159 On-Call Concrete Repair, Concrete Construction & Emergency Repair for Engineering Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Monday, November 14, 2011 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Bidders are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle October 20, 27, November 3, 10, 2011 Metro Courier October 27, 2011 cc: Tameka Allen Deputy Administrator Abie Ladson Engineering Department Hameed Malik Engineering Department Revised: 8/15/2011 Attachment number 3 \nPage 1 of 1 Item # 46 VENDORS Attachment B E-Verify #Addendum Original 7 Copies Fee Proposal Horizon Construction Po Box 798 Evans, GA 30809 Yes HHEN4748 Yes Yes Yes Yes Larry L Mccord LLC Design/Build 2016 Highland Avenue Augusta, GA 30904 Yes LMCC8957 Yes Yes Yes Yes Mabus Bros. Construction 920 Molly Pond Road Augusta, GA 30901 Yes 91818 Yes Yes Yes Yes Sitec LLC 217 Fairfield Street Aiken, SC 29801 Yes 212379 Yes Yes Yes Yes Contract Management Inc 1827 Killingsworth Road Augusta, GA 30904 Continental Construction 4190 Crosstown Court Evans, GA 30809 Ammar Construction P O Box 1877 Evans, GA 30809 Beam’s Contracting 2335 Atomic Road Beech Island, SC 29842 Blair Construction P.O. Box 770 Evans, GA 30809 C & H Paving, Inc. 167 Knox Rivers Road Thomson, GA 30824 Harris Construction 1736 Barton Chapel Road Augusta, GA 30909 International Construction 4205 Hard Scrabble Road Columbia, SC 29223 J&B Construction & Srvc Inc 3550 Gordon Highway Grovetown, GA 30813 JBC Construction 118 N Belair Road Suite 1 Evans, GA 30809 LJ Inc 220 Stoneridge Drive Suite 405 Columbia, SC 29210 RFP Item #11-159 On-Call Concrete Repair, Concrete Construction & Emergency Repair for Augusta, Georgia - Engineering Department RFP Due: Friday, December 2, 2011 @ 11:00 a.m. Submitted No Bid Response Non-Compliant Attachment B is not Properly Notorized Did not acknowledge Addendum Page 1 of 2 Attachment number 4 \nPage 1 of 2 Item # 46 VENDORS Attachment B E-Verify #Addendum Original 7 Copies Fee Proposal RFP Item #11-159 On-Call Concrete Repair, Concrete Construction & Emergency Repair for Augusta, Georgia - Engineering Department RFP Due: Friday, December 2, 2011 @ 11:00 a.m. Palmetto Site/Traksouth 1190 Interstate Parkway Augusta, GA 30919 Reeves Construction P.O. Box 1129 Augusta, GA 30903 Sikes Brothers, Inc 150 Aline Avenue Metter, GA 30439 T. B. Bulldozing, Inc 1579 Edgefield Highway Aiken, SC 29801 Page 2 of 2 Attachment number 4 \nPage 2 of 2 Item # 46 Attachment number 5 \nPage 1 of 2 Item # 46 Attachment number 5 \nPage 2 of 2 Item # 46 Attachment number 6 \nPage 1 of 3 Item # 46 Attachment number 6 \nPage 2 of 3 Item # 46 Attachment number 6 \nPage 3 of 3 Item # 46 Evaluation Criteria PTS Horizon Construction Po Box 798 Evans, GA 30809 Larry L Mccord LLC Design/Build 2016 Highland Avenue Augusta, GA 30904 Mabus Bros. Construction 920 Molly Pond Road Augusta, GA 30901 Sitec LLC 217 Fairfield Street Aiken, SC 29801 1) Qualifications of company (company profile).15.0 13.0 12.3 13.3 12.7 2) Qualifications and experience of key professionals that will be assigned to the projects. 15.0 11.3 12.0 12.0 13.0 3) Specific relevant experience of your company.15.0 13.3 10.0 12.3 14.3 4) A detailed description of prior type services rendered 30.0 25.3 19.3 16.7 24.7 5) References (include specific individuals with addresses and telephone numbers). 10.0 8.3 5.0 6.7 8.3 6) Proposal fees - Lowest - 10 - Second Lowest - 8 - Third Lowest - 6 - fourth - 4 - fifth - 2 10.0 10.0 8.0 4.0 6.0 7) Proximity to Augusta (5 points) - Within Augusta-Richmond County - 5 - Within the CSRA - 4 - Within Georgia - 3 - Within SE United States (includes AL, TN, NC, FL) - 2 - All Others - 1 5.0 4.0 5.0 5.0 4.0 Total 100.0 85.3 71.7 70.0 83.0 Cumulative Evaluation Sheet RFP Item #11-159 On-Call Concrete Repair, Concrete Construction & Emergency Repair Augusta, Georgia - Engineering Department Attachment number 7 \nPage 1 of 1 Item # 46 Attachment number 8 \nPage 1 of 2 Item # 46 Attachment number 8 \nPage 2 of 2 Item # 46 Commission Meeting Agenda 7/16/2013 5:00 PM Transportation Investment Act Funded Projects Delivery Department:Engineering Department-Abie L. Ladson, P.E., CPESC Caption:Motion to authorize the Mayor to execute appropriate intergovernmental agreements (IGA) between Augusta, Georgia and the Georgia Department of Transportation at the discretion of the Augusta Law Department to allow the Augusta Engineering Department (AED) to manage, deliver, and be reimbursed for individual projects funded through the Transportation Investment Act of 2010 (TIA; aka, TSPLOST). Also, approve i) allocating $2 Million from General Fund Balance Fund and $1 from TIA discretionary funds (that will be reimbursed to the appropriate funds) as Reserve Fund for upfront funding of TIA local delivery projects; and ii) evaluate reserve funding for TIA local delivery projects at the end of 12-month period following IGA execution by both parties. Background:The “Approved Investment List” of TIA was approved by voters of the CSRA on July 31, 2012. While ultimate delivery of all TIA projects delivery is the responsibility of Georgia DOT, local governments may also manage and deliver TIA Projects by entering into an IGA with Georgia DOT. There were a total of 50 projects on the Approved Investment List in Richmond County (see attached List for details) and AED is proposing partial or full “Local Deliver” on 39 projects which would therefore require 39 individual IGAs. Analysis:AED is certified by Georgia DOT under their Local Administered Projects program to deliver TIA projects and a significant number of TIA projects are already in the design phase and being managed by AED. The IGA provides a reimbursement mechanism to complete these projects under local management. Therefore, execution of the IGAs is a critical step for TIA fund utilization by Augusta, Georgia and approval of this motion will streamline this process. It should be noted that new individual contracts with consultants and contractors would still be brought before commission for approval after selection. To ensure Commissioners are kept informed on the status of the TIA local delivered projects, AED will provide quarterly update status report to commission for informational purposes. Cover Memo Item # 47 Financial Impact:The $2 million to be used to initailly cash flow the projects would be transfered from the General Fund, with an additional $1 million being transfered from TIA discretionary funds. If funding is available at the end of the 12 month period the funds would be transfered back to the General Fund, otherwise funds would be transfered back to the General Fund and the TIA discrestionary fund at the end of the project. Any Transportation Act of 2010 (TIA, aka TSPLOST) projects managed by the county are funded on a reimbursement bases from the Department of Transportation. The criteria for reimbursement include: 1. The execution of Local Government Agreement between Georgia Department of Transportation and Augusta. This agreement is required to be executed prior to beginning any work. 2. Project band is currently funded. GaDOT has stated that if county management is approved, counties could start a project earlier that proposed, however reimbursement would not be available until the band is funded. I.E. a band 3 project could be started in the band 1 timeframe, but reimbursement would be limited to design and Right of way expenses. 3. TIA funds being available. If not enough funds have been collected, or if funds have been disbursed for other projects, reimbursement to Augusta would be delayed. An extended delay in reimbursement could have the potential of creating a signigicant cash flow problem. We would attempt to mitigate this delay by proper scheduling of projects and closely monitoring cash flows. Project costs are based on 2011 dollars and actual project costs will be higher. Any project cost overruns beyond TIA funding would be Augusta's responsibility. Alternatives:1) Motion to authorize the Mayor to execute appropriate IGAs between Augusta, Georgia and Georgia DOT, at the discretion of the Augusta Law Department to allow AED to manage, deliver, and be reimbursed for individual projects funded through TIA (aka, TSPLOST). Also, approve i) allocating reimbursable $2 Million from Fund Balance Fund as Reserve Fund for upfront funding TIA local delivery projects; and ii) evaluate reserve funding for TIA local delivery projects at the end of 12-month period following IGA execution by both parties. 2) Do not approve and let Georgia DOT deliver all TIA projects and eliminate local involvement. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: TIA Funds Account - Fund 335 Transfers from General Fund Balance Fund 101) and TIA Discretionary Funds (Fund 241) REVIEWED AND APPROVED BY:Cover Memo Item # 47 Cover Memo Item # 47 At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 1 It e m # 4 7 -1- TRANSPORTATION INVESTMENT ACT OF 2010 PROJECT AGREEMENT By and Between THE GEORGIA DEPARTMENT OF TRANSPORTATION and [LOCAL GOVERNMENT][1] This Agreement, made and entered into this _________ day of _____________________ 2013 (“Effective Date”), by and between the DEPARTMENT OF TRANSPORTATION, an agency of the State of Georgia, hereinafter referred to as the "DEPARTMENT", and [LOCAL GOVERNMENT NAME] [1], GEORGIA, acting by and through its Mayor and City Council or Board of Commissioners, as the case may be, hereinafter referred to as the "LOCAL GOVERNMENT". WHEREAS, pursuant to O.C.G.A. § 48-8-240 et. seq., the General Assembly adopted the Transportation Investment Act of 2010 (hereinafter referred to as the “ACT”); WHEREAS, the LOCAL GOVERNMENT has been approved by the DEPARTMENT to carry out a Project on the Approved Investment List(s) of special district ____________________ as approved by the final regional transportation roundtable for the special district and provided to the Director of Planning in accordance with O.C.G.A. § 48-8-243(b), which consists of all or part of the design, acquisition of right of way, construction, operation and maintenance of [include a general description of the Project from the Approved Investment List, Reference phase],[2] PROJECT NUMBER XXXXXX, P.I. xxxxxx,[3] hereinafter referred to as the "PROJECT"; and WHEREAS, in accordance with O.C.G.A. § 48-8-249(b)(1) and an Intergovernmental Agreement between the DEPARTMENT and the GEORGIA STATE FINANCING AND INVESTMENT COMMISSION (hereinafter referred to as “GSFIC”) dated January 1, 2013 the DEPARTMENT is authorized to manage the execution, schedule, budget and delivery of the Projects on the Approved Investment List(s) for the special district; and WHEREAS, in accordance with O.C.G.A. § 48-8-249(c)(4), the DEPARTMENT has made the determination that the LOCAL GOVERNMENT has the requisite experience to undertake the PROJECT as set forth in the Local Project Delivery Application form, Appendix A, attached hereto and incorporated herein by reference; and WHEREAS, the LOCAL GOVERNMENT has indicated that it is qualified and experienced to provide such services necessary for all or part of the design, acquisition of right of way, construction, operation and maintenance of the PROJECT and the DEPARTMENT has relied upon such representations; and WHEREAS, pursuant to provisions of O.C.G.A. § 48-8-249(b), GSFIC is authorized to dispense special district transportation sales and use tax proceeds upon the receipt of certified invoices from the DEPARTMENT of the completion of an Eligible PROJECT Cost, as herein defined, as reimbursement to the DEPARTMENT; and WHEREAS, the Georgia Constitution authorizes intergovernmental agreements whereby state and local entities may contract with one another “for joint services, for the provision of services, or for the joint or separate use of facilities or equipment; but such contracts must deal with activities, services or facilities which the parties are authorized by law to undertake or provide.” Ga. Constitution Article IX, §III, ¶I(a). Attachment number 2 \nPage 1 of 29 Item # 47 -2- NOW, THEREFORE, in consideration of the mutual promises and the benefits to flow from one to the other, the DEPARTMENT and the LOCAL GOVERNMENT do hereby agree as follows: ARTICLE I SCOPE AND PROCEDURE A. General Scope and Procedures. The SCOPE AND PROCEDURE for this PROJECT shall be [include a general description of the Project from the Approved Investment List, including phase][2], The LOCAL GOVERNMENT shall be responsible for assuring that the PROJECT will be economically feasible and that the design and construction will be based upon sound engineering principles, meet American Association of State Highway and Transportation Officials ("AASHTO") Guidelines and will be sensitive to ecological, environmental and archaeological issues. The LOCAL GOVERNMENT shall also be responsible for assuring that the PROJECT meets and complies with the scope as defined in the Approved Investment List. It is understood and agreed that the reimbursement for the PROJECT shall be dependent on the DEPARTMENT’s review and approval of the certified vouchers and contingent upon the availability of special district transportation sales and use tax proceeds, as more specifically set forth in Article VI, COMPENSATION AND PAYMENT. The LOCAL GOVERNMENT shall work with the DEPARTMENT or its designees as may be designated by the DEPARTMENT at a later date, who will advise the LOCAL GOVERNMENT on the work scope and provide guidance and required approvals during implementation of the PROJECT. B. Local Project Delivery Application. The LOCAL GOVERNMENT has submitted its Local Project Delivery Application to administer the PROJECT, attached hereto as Appendix A. The DEPARTMENT’S State TIA Administrator has reviewed, confirmed and approved the Local Project Delivery Application for the LOCAL GOVERNMENT to develop the PROJECT within the scope of its certification. Expenditures incurred by the LOCAL GOVERNMENT prior to the execution of this AGREEMENT or expenditures made pursuant to other funding agreements shall not be reimbursed by the DEPARTMENT. C. Applicable Laws, Regulations and Standards. During the duration of the PROJECT and this Agreement, the LOCAL GOVERNMENT has and will taken into consideration, and has and will comply with, as applicable, the DEPARTMENT'S Transportation Investment Act of 2010 Manual – Processes and Procedures, available on the DEPARTMENT’s website, and as may be amended or supplemented from time to time and including addenda (hereinafter referred to as “TIA Manual”), and other standards and guidelines as may be applicable to the PROJECT. The DEPARTMENT may in its sole discretion waive certain requirements set forth in the TIA Manual unilaterally or upon receipt of a written request from the LOCAL GOVERNMENT. D. Notices to Proceed. The work shall be carried on in accordance with the schedule attached to this Agreement as "Exhibit A" WORK SCHEDULE with the understanding that unforeseen events may make necessary some minor variations in that schedule. The DEPARTMENT may request additional or updated information and documentation regarding the WORK SCHEDULE from the LOCAL GOVERNMENT at any time. No work on any phase of the PROJECT shall begin without a written notice to proceed from the DEPARTMENT to the LOCAL GOVERNMENT for each of the following separate phases: (1) Preliminary Engineering Activities – Concept Report Approval (2) Preliminary Engineering Activities – Field Plan Review Approval (3) Right of Way Attachment number 2 \nPage 2 of 29 Item # 47 -3- (4) Construction – Notice to Advertise (5) Construction – Notice to Proceed (6) Transit – Operations Per Year (if applicable) Each Notice to Proceed will contain a Completion Date for that phase, which shall be binding. If unforeseen conditions are encountered and an extension of the completion date is warranted, the LOCAL GOVERNMENT may request in writing an extension of the completion date for written approval by the DEPARTMENT. E. Preliminary Engineering Activities. The LOCAL GOVERNMENT/DEPARTMENT shall be solely responsible for the Preliminary Engineering (“PE”) activities for the PROJECT. The PE activities shall be accomplished in accordance with the ACT, the DEPARTMENT’s TIA Manual, and all applicable design guidelines and policies of the DEPARTMENT in order to produce a cost effective PROJECT. Failure to follow the TIA Manual and all applicable guidelines and policies will jeopardize the reimbursement of special district transportation sales and use tax proceeds in some or all categories outlined in this Agreement, and it shall be the responsibility of the LOCAL GOVERNMENT for any loss of funding. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT Not to Exceed $____________ for eligible PE costs, contingent upon the availability of special district transportation sales and use tax proceeds as more specifically set forth in Article VI, COMPENSATION AND PAYMENT. PE costs eligible for reimbursement are those Eligible Project costs as defined in Article VI, COMPENSATION AND PAYMENT. The LOCAL GOVERNMENT may request that the reimbursement cap for eligible PE costs be increased or decreased by written request sent to the DEPARTMENT. If the DEPARTMENT agrees, a supplemental agreement with the new reimbursement cap for eligible PE costs shall be issued and signed by the Parties. F. Right of Way Acquisition. The DEPARTMENT shall be solely responsible for Right of Way Acquisition. -or- The LOCAL GOVERNMENT shall be solely responsible for Right of Way Acquisition. The Right of Way (hereinafter referred to as “ROW”) activities shall be accomplished in accordance with the ACT, the DEPARTMENT’s TIA Manual, and all applicable design guidelines and policies of the DEPARTMENT in order to produce a cost effective PROJECT. Failure to follow the TIA Manual and all applicable guidelines and policies will jeopardize the reimbursement of special district transportation sales and use tax proceeds in some or all categories outlined in this Agreement, and it shall be the responsibility of the LOCAL GOVERNMENT for any loss funding. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT Not to Exceed $____________ for eligible ROW costs, contingent upon the availability of special district transportation sales and use tax proceeds as more specifically set forth in Article VI, COMPENSATION AND PAYMENT. ROW costs eligible for reimbursement are those Eligible Project costs as defined in Article VI, COMPENSATION AND PAYMENT. The LOCAL GOVERNMENT may request that the reimbursement cap for eligible Right of Way costs be increased or decreased by written request sent to the DEPARTMENT. If the DEPARTMENT agrees, a supplemental agreement with the new reimbursement cap for eligible Right of Way costs shall be issued and signed by the Parties. Upon approval of the ROW plans by the DEPARTMENT, the LOCAL GOVERNMENT may begin the acquisition of the necessary ROW for the PROJECT. ROW acquisition can occur concurrently with the environmental process once final impacts are known, provided that the DEPARTMENT has provided a written notice to proceed to the LOCAL GOVERNMENT to stake the ROW and proceed with all pre-acquisition ROW activities. LOCAL GOVERNMENT shall acquire ROW, if required, and related ROW services for the PROJECT. Further, the LOCAL GOVERNMENT shall be responsible for making all changes to the approved Attachment number 2 \nPage 3 of 29 Item # 47 -4- ROW plans, as deemed necessary by the DEPARTMENT, for whatever reason, as needed to purchase the ROW or to match actual conditions encountered. Reimbursement of acquisition expenses will be eligible on a monthly basis. After completion of all land and improvement acquisition; completion of all property management; completion of all demolition; and, after all occupants have relocated off the PROJECT, the LOCAL GOVERNMENT shall certify in writing to the DEPARTMENT that title to all parcels, whether acquired by deed or condemnation, has been quitclaimed from the LOCAL GOVERNMENT to the DEPARTMENT where PROJECT is located on a federal or state route, and that all property management, all demolition and all relocation has been completed. Said certification will include a statement that “All parcels are vacant and immediately available for construction purposes”. The LOCAL GOVERNMENT agrees to pay for the defense of any and all suits, if any should arise, involving property titles and/or contaminated properties associated with the acquisition of ROW by deed or condemnation. The LOCAL GOVERNMENT hereby agrees to indemnify and hold harmless the DEPARTMENT, the State of Georgia and its departments, agencies and instrumentalities and all of their respective officers, members, employees and directors from and against any and all claims, demands, liabilities, losses, costs or expenses, including attorneys' fees, due to due to liability to a third party or Parties, arising from, related to, or caused by property titles and/or contaminated properties associated with the acquisition of ROW by deed or condemnation. G. Utility/Railroad Activities. The LOCAL GOVERNMENT/DEPARTMENT shall be solely responsible for the Utility/Railroad Activities for the PROJECT. The Utility/Railroad Activities shall be accomplished in accordance with the ACT, the DEPARTMENT’s TIA Manual, and all applicable design guidelines and policies of the DEPARTMENT in order to produce a cost effective PROJECT. Failure to follow the TIA Manual and all applicable guidelines and policies will jeopardize the reimbursement of special district transportation sales and use tax proceeds in some or all categories outlined in this Agreement, and it shall be the responsibility of the LOCAL GOVERNMENT for any loss of funding. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT Not to Exceed $____________ for eligible Utility/Railroad Activities costs, contingent upon the availability of special district transportation sales and use tax proceeds as more specifically set forth in Article VI, COMPENSATION AND PAYMENT. Utility Activities costs eligible for reimbursement are those Eligible Project costs as defined in Article VI, COMPENSATION AND PAYMENT. The LOCAL GOVERNMENT may request that the reimbursement cap for eligible Utility/Railroad costs be increased or decreased by written request sent to the DEPARTMENT. If the DEPARTMENT agrees, a supplemental agreement with the new reimbursement cap for eligible Utility/Railroad costs shall be issued and signed by the Parties. H. Construction. The LOCAL GOVERNMENT/DEPARTMENT shall be solely responsible for Construction. Construction shall be accomplished in accordance with the ACT, the DEPARTMENT’s TIA Manual, and all applicable design guidelines and policies of the DEPARTMENT in order to produce a cost effective PROJECT. Failure to follow the TIA Manual and all applicable guidelines and policies will jeopardize the reimbursement of special district transportation sales and use tax proceeds in some or all categories outlined in this Agreement, and it shall be the responsibility of the LOCAL GOVERNMENT for any loss of funding. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT Not to Exceed $___________ for eligible Construction costs, contingent upon the availability of special district transportation sales and use tax proceeds as more specifically set forth in Article VI, COMPENSATION AND PAYMENT. Construction costs eligible for reimbursement are those Eligible Project costs as defined in Article VI, COMPENSATION AND PAYMENT. The LOCAL GOVERNMENT may request that the reimbursement cap for eligible Construction costs be increased or decreased by written request sent to the DEPARTMENT. If the DEPARTMENT agrees, a supplemental agreement with the new reimbursement cap for eligible Construction costs shall be issued and signed by the Parties. Attachment number 2 \nPage 4 of 29 Item # 47 -5- The LOCAL GOVERNMENT shall ensure that all contracts as well as any subcontracts for the construction and implementation of the PROJECT shall comply with the applicable State legal requirements imposed on the DEPARTMENT and any amendments thereto. The LOCAL GOVERNMENT is required and does agree to abide by those provisions governing the DEPARTMENT's authority to contract Sections 32-2-60 through 32-2-77 of the Official Code of Georgia Annotated; the DEPARTMENT's Rules and Regulations governing the Prequalification of Prospective Bidders, Chapter 672-5; the DEPARTMENT's Standard Specifications and Special Provisions, 2001 Edition, as amended in the DEPARTMENT’s Supplemental Specifications Book, current edition; and any Supplemental Specifications and Special Provisions as applicable for the PROJECT. The LOCAL GOVERNMENT shall be solely responsible for Letting the PROJECT to construction, for the execution of all applicable agreements, and for securing and awarding the construction contract for the PROJECT after the following items have been completed and submitted by the LOCAL GOVERNMENT to the DEPARTMENT: 1. Submittal of acceptable PE activity deliverables for the PROJECT as noted in the TIA Manual; and 2. Providing the necessary certifications as set forth in the TIA Manual. The work can be performed by the LOCAL GOVERNMENT or can be subcontracted through the appropriate procurement process to a private contractor or government entity as may be appropriate. If the work is performed by a private contractor, the LOCAL GOVERNMENT is responsible for preparing the bid contract documents and letting the work out for bid in accordance with the express limitations as provided in Part 2 of Chapter 4 of Article 3 of Title 32 or any other applicable provisions of State law. Upon opening bids, the LOCAL GOVERNMENT shall award the PROJECT to the lowest reliable bidder. The LOCAL GOVERNMENT shall provide the above deliverables and certifications and shall follow the requirements of the DEPARTMENT’s TIA Manual. Prior to award of the PROJECT, the LOCAL GOVERNMENT shall submit to the DEPARTMENT a bid tabulation and the LOCAL GOVERNMENT’s recommendation for awarding the PROJECT. The DEPARTMENT will review the information focusing on budget proposals and issue a written recommendation to award or reject the bids. If a recommendation to award is given by the DEPARTMENT a written Notice to Proceed with Construction will be issued. No work shall begin until this Notice to Proceed has been issued to the LOCAL GOVERNMENT. The LOCAL GOVERNMENT will be responsible for performing the construction, inspection, supervision and documentation. At the discretion of the DEPARTMENT, spot inspection and material testing will be performed by the DEPARTMENT when deemed necessary by the DEPARTMENT and pursuant to the TIA Manual. I. Transit Projects – Capital Improvement, Operations and Maintenance. The LOCAL GOVERNMENT/DEPARTMENT shall be solely responsible for Transit Projects. Transit Projects shall be accomplished in accordance with the ACT, the DEPARTMENT’s TIA Manual, all applicable federal and state laws (including but not limited to 49 USC 5307) and all applicable design guidelines and policies of the DEPARTMENT in order to produce a cost effective PROJECT. Failure to follow the TIA Manual and all applicable guidelines and policies will jeopardize the reimbursement of special district transportation sales and use tax proceeds in some or all categories outlined in this Agreement, and it shall be the responsibility of the LOCAL GOVERNMENT for any loss of funding. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT Not to Exceed $____________ for eligible Transit Project costs, contingent upon the Attachment number 2 \nPage 5 of 29 Item # 47 -6- availability of special district transportation sales and use tax proceeds as more specifically set forth in Article VI, COMPENSATION AND PAYMENT. Transit Project costs eligible for reimbursement are those Eligible Project costs as defined in Article VI, COMPENSATION AND PAYMENT. Transit Operational Plans must be submitted yearly at the end of the calendar year and are subject to the written approval of the DEPARTMENT. A yearly operations plan will be included in EXHIBIT A and will be updated annually by the LOCAL GOVERNMENT and approved by the DEPARTMENT before a Notice to Proceed will be issued for the subsequent year. The LOCAL GOVERNMENT may request that the reimbursement cap for eligible Transit costs be increased or decreased by written request sent to the DEPARTMENT. If the DEPARTMENT agrees, a supplemental agreement with the new reimbursement cap for eligible Transit costs shall be issued and signed by the Parties. J. Airport Projects – Capital Improvements and Construction. The LOCAL GOVERNMENT/DEPARTMENT shall be solely responsible for Airport Projects. Airport Projects shall be accomplished in accordance with the ACT, the DEPARTMENT’s TIA Manual, all applicable federal and state laws and all applicable design guidelines and policies of the DEPARTMENT in order to produce a cost effective PROJECT. Failure to follow the TIA Manual and all applicable guidelines and policies will jeopardize the reimbursement of special district transportation sales and use tax proceeds in some or all categories outlined in this Agreement, and it shall be the responsibility of the LOCAL GOVERNMENT for any loss of funding. The DEPARTMENT agrees to reimburse the LOCAL GOVERNMENT Not to Exceed $___________ for eligible Airport Project costs, contingent upon the availability of special district transportation sales and use tax proceeds as more specifically set forth in Article VI, COMPENSATION AND PAYMENT. Airport Project costs eligible for reimbursement are those Eligible Project costs as defined in Article VI, COMPENSATION AND PAYMENT. The LOCAL GOVERNMENT may request that the reimbursement cap for eligible Airport Project costs be increased or decreased by written request sent to the DEPARTMENT. If the DEPARTMENT agrees, a supplemental agreement with the new reimbursement cap for eligible Airport Project costs shall be issued and signed by the Parties. K. Reporting. During each phase of the PROJECT, the LOCAL GOVERNMENT must submit the following to the DEPARTMENT on a monthly basis: Estimated Costs to Complete and the Estimate Costs at Completion on a monthly basis. ARTICLE II REVIEW OF WORK Authorized representatives of the DEPARTMENT, GSFIC and the Citizens Review Panel as defined in O.C.G.A. § 48-8-251 may at all reasonable times review and inspect the activities and data collected under the terms of this Agreement and amendments thereto, including but not limited to, all reports, drawings, studies, specifications, estimates, maps, and computations, prepared by or for the LOCAL GOVERNMENT. The DEPARTMENT reserves the right for reviews and acceptance on the part of affected public agencies, railroads and utilities insofar as the interest of each is concerned. Acceptance shall not relieve the LOCAL GOVERNMENT of its obligation to correct, at its expense, any of its errors in the work. The DEPARTMENT's review recommendations shall be incorporated into the work activities of the LOCAL GOVERNMENT. The LOCAL GOVERNMENT shall keep accurate records in a manner approved by the DEPARTMENT with regard to the PROJECT and submit to the DEPARTMENT, upon request, such information and documentation as is required in order to ensure compliance with this Article and the ACT. ARTICLE III TERM OF AGREEMENT AND TIME OF PERFORMANCE Attachment number 2 \nPage 6 of 29 Item # 47 -7- A. Term of Agreement. This Agreement will commence on the Effective Date as defined above and continue for a period of ten (10) years, unless terminated earlier by either Party in accordance with the termination provisions set forth in Article XI below. B. Time of Performance. TIME IS OF THE ESSENCE IN THIS AGREEMENT. The LOCAL GOVERNMENT shall perform its responsibilities for the PROJECT, commencing upon receipt from the DEPARTMENT of written Notice to Proceed for each Phase as outline in Article I.D above. C. The work shall be carried on expeditiously, it being understood, however, that this Agreement may be extended or continued in force by mutual consent of the parties and evidenced by a written amendment thereto. If, for any reason, the LOCAL GOVERNMENT does not produce acceptable deliverables in accordance with the approved schedule, the DEPARTMENT reserves the right to take control of the PROJECT and to complete the PROJECT through its own procurement process. ARTICLE IV RESPONSIBILITY FOR CLAIMS AND LIABILITY The LOCAL GOVERNMENT shall, to the extent permitted by law, be responsible for any and all damages to property or persons and shall indemnify and save harmless the DEPARTMENT, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting from the negligence of the LOCAL GOVERNMENT in the performance of the work under this Agreement. It is understood by the LOCAL GOVERNMENT that claims, damages, losses, and expenses may include monetary claims made by the construction contractor for the PROJECT, and its related facilities, that are a result of the LOCAL GOVERNMENT's negligence or improper representation in the plans. The LOCAL GOVERNMENT shall ensure that all provisions of this Article are included in all contracts and subcontracts. These indemnities shall not be limited by reason of any insurance coverage held by the LOCAL GOVERNMENT or the LOCAL GOVERNMENT's contractors or subcontractors. ARTICLE V INSURANCE It is understood that the LOCAL GOVERNMENT is self insured and all claims against LOCAL GOVERNMENT will be handled through ___________________________. Prior to beginning work, the LOCAL GOVERNMENT shall where applicable cause its engineering firms, contractors and subcontractors to obtain and furnish certificates and the endorsement page to the DEPARTMENT for the following minimum amounts of insurance: A. Workers’ Compensation Insurance in accordance with the laws of the State of Georgia. B. Public Liability Insurance in an amount of not less than one hundred thousand dollars ($100,000) for injuries, including those resulting in death to any one person, and in an amount of not less than three hundred thousand dollars ($300,000) on an account of any one occurrence. C. Commercial General Liability Insurance of at least $1,000,000 per occurrence $3,000,000 aggregate, including Automobile Comprehensive Liability Coverage with bodily injury in the Attachment number 2 \nPage 7 of 29 Item # 47 -8- minimum amount of $1,000,000 combined single limits each occurrence. GDOT shall be named as an additional insured and a copy of the policy endorsement shall be provided with the insurance certificate. Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the PROJECT. D. Where applicable, professional Liability (Errors and Omissions) Insurance with limits not less than the following: i. For Professionals – $1,000,000 per claim and $1,000,000 in aggregate coverage; ii. For Sub-consultant Engineers and Architects – $1,000,000 per claim and $1,000,000 in aggregate coverage; iii. For Other Consultants – $1,000,000 per claim and $1,000,000 in aggregate coverage. iv. Professional liability insurance that shall be either a practice policy or project-specific coverage. Professional liability insurance shall contain prior acts coverage for services performed for this PROJECT. If project-specific coverage is used, these requirements shall be continued in effect for two years following final completion for the PROJECT. The above listed instrument(s) of insurance shall be maintained in full force and effect during the life of the Agreement and until final completion of the PROJECT. ARTICLE VI COMPENSATION AND PAYMENT A. 100% TIA Funded Project. THE LOCAL GOVERNMENT ACKNOWLEDGES THAT THE PROJECT IS 100% FUNDED WITH SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS COLLECTED PURSUANT TO THE ACT AND THAT THE DEPARTMENT’S PAYMENT OBLIGATIONS RELATED TO THE PROJECT ARE STRICTLY LIMITED AS SET FORTH HEREIN. THE LOCAL GOVERNMENT FURTHER ACKNOWLEDGES THAT NO ENTITY OF THE STATE OF GEORGIA OTHER THAN THE DEPARTMENT HAS ANY OBLIGATIONS TO THE LOCAL GOVERNMENT RELATED TO THIS PROJECT. THE OBLIGATION OF THE DEPARTMENT TO PAY OR REIMBURSE ANY INCURRED COST IS EXPRESSLY LIMITED TO THE AMOUNT OF SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS REMITTED TO THE DEPARTMENT BY GSFIC AND DESIGNATED BY THE DEPARTMENT FOR THE PROJECT. THIS AGREEMENT DOES NOT OBLIGATE THE DEPARTMENT TO MAKE ANY PAYMENT TO THE LOCAL GOVERNMENT FROM ANY FUNDS OTHER THAN THOSE MADE AVAILABLE TO THE DEPARTMENT FROM THE SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS BY GSFIC AND DESIGNATED BY THE DEPARTMENT FOR THE PROJECT. IN THE EVENT THE FUNDS MADE AVAILABLE TO THE DEPARTMENT FROM THE SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS ARE INSUFFICIENT FOR THE PROJECT AS DESIGNATED BY THE DEPARTMENT, THE DEPARTMENT’S PAYMENT OBLIGATIONS SHALL NOT EXCEED THE AVAILABILITY OF SUCH SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS AND THE DEPARTMENT SHALL HAVE THE RIGHT AT ITS SOLE DISCRETION TO TERMINATE THIS AGREEMENT IMMEDIATELY UPON NOTICE TO THE LOCAL GOVERNMENT WITHOUT FURTHER OBLIGATION OF THE DEPARTMENT TO THE EXTENT THAT THE OBLIGATIONS EXCEED THE AVAILABILITY OF SUCH THE SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS FOR THE PROJECT AS DESIGNATED BY THE DEPARTMENT. THE DEPARTMENT’S CERTIFICATION AS TO Attachment number 2 \nPage 8 of 29 Item # 47 -9- THE AVAILABILITY OF THE SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS AS DESIGNATED BY THE DEPARTMENT FOR THE PROJECT SHALL BE CONCLUSIVE. Any payments shall be made to the LOCAL GOVERNMENT after receipt of such transportation sales and use tax proceeds from GSFIC. The parties agree that the provisions of the Georgia Prompt Pay Act, O.C.G.A. § 13-11-1 et seq., do not control and that the LOCAL GOVERNMENT waives any and all rights it may have under said Act. The LOCAL GOVERNMENT shall ensure that the provisions of this Article are included in all contracts and subcontracts. To the extent practically possible, the DEPARTMENT will provide notification to the LOCAL GOVERNMENT that this Agreement will be terminated or that the work will be suspended as set forth in Subsection VI.E below, three (3) months prior to the date of the termination or suspension. B. Eligible Project Costs. Any LOCAL GOVERNMENT cost must meet the definition of ELIGIBLE PROJECT COST as set forth in O.C.G.A. § 48-8-249(d) and the Intergovernmental Agreement between GDOT and GSFIC in order to be compensated. C. Budget Estimate. It is understood and agreed that the total costs of the PROJECT as shown in Exhibit "B", BUDGET ESTIMATE, attached hereto and incorporated as if fully set forth herein is the amount established in the Approved Investment List, or [insert actual maximum dollar amount for the Project as established in the Approved Investment List] ($XXX,XXX.XX)[4], This BUDGET ESTIMATE is the maximum amount of special district transportation sales and use tax proceeds that can be made available for the PROJECT, contingent upon the provisions set forth herein. The PROJECT BUDGET ESTIMATE shall include any claims by the LOCAL GOVERNMENT for all costs incurred by the LOCAL GOVERNMENT in the conduct of the entire scope of work for the PROJECT. The LOCAL GOVERNMENT shall be solely responsible for any and all amounts in excess of the BUDGET ESTIMATE or for amounts not available from special district transportation sales and use tax proceeds. It is understood and agreed that nothing in the foregoing shall prevent an adjustment of the BUDGET ESTIMATE at the discretion of the DEPARTMENT, provided that the maximum obligation under this Agreement is not exceeded and that the original intent of the PROJECT is not substantially altered from the approved PROJECT. The LOCAL GOVERNMENT shall submit to the DEPARTMENT a revised BUDGET ESTIMATE whenever the PROJECT estimates for the design, right of way or construction have changed. In order to adjust said BUDGET ESTIMATE, it is also understood that the LOCAL GOVERNMENT shall make such request for any and all budget changes within the confines of the maximum amount established herein, such budget change request shall be in writing and any adjustment of the budget shall be subject to written approval by the DEPARTMENT. If the PROJECT costs are less than the BUDGET ESTIMATE, the LOCAL GOVERNMENT will only be compensated for those incurred ELIGIBLE PROJECT COSTS. The DEPARTMENT reserves the right in its sole discretion to add up to a maximum of two (2%) percent to the overall budget estimate to account for inflation. D. Process For Payment. Attachment number 2 \nPage 9 of 29 Item # 47 -10- The LOCAL GOVERNMENT shall submit to the DEPARTMENT monthly reports of the PROJECT's progress to include a report on what was accomplished during the month, anticipated work to be done during the next month and any problems encountered or anticipated. Payment vouchers for ELIGIBLE PROJECT COSTS will be made monthly on the basis of calendar months and submitted to the DEPARTMENT. The DEPARTMENT shall, at the request of the LOCAL GOVERNMENT, review such payment vouchers. If approved, the vouchers shall be certified by the Commissioner of Transportation or the Commissioner’s designee and submitted to GSFIC along with the DEPARTMENT’S certification. After reimbursement from GSFIC, payment shall be made to the LOCAL GOVERNMENT, subject to the provisions set forth herein. [TO ADD WHEN NEEDED] THE LOCAL GOVERNMENT PLANS TO BEGIN WORK ON THIS PROJECT PRIOR TO THE COMMENCEMENT OF THE BAND ASSIGNED TO THE PROJECT IN THE APPROVED INVESTMENT LIST(S). THE DEPARTMENT HAS NOT APPROVED A BAND CHANGE. THEREFORE, ANY AND ALL INVOICES SUBMITTED TO THE DEPARTMENT WILL NOT BE CERTIFIED BY THE COMMISSIONER OF TRANSPORTATION OR THE COMMISSIONER’S DESIGNEE AND SUBMITTED TO GSFIC UNTIL [INSERT DATE]. PAYMENT WILL BE MADE BASED ON ACTUAL COSTS INCURRED DURING THE YEAR OF EXPENDITURE BY THE LOCAL GOVERNMENT AND WILL NOT INCLUDE ANY INTEREST. PAYMENT REMAINS SUBJECT TO THE AVAILABILITY OF TAX PROCEEDS AS SET FORTH IN MORE DETAIL IN SECTION ARTICLE VI.A ABOVE. FURTHERMORE, THE LOCAL GOVERNMENT MUST STILL COMPLY WITH ALL APPLICABLE LAWS, REGULATIONS AND STANDARDS AS SET FORTH IN ARTICLE 1.C. ABOVE, INCLUDING BUT NOT LIMITED TO THE TIA MANUAL.The final invoice submitted for each phase of the PROJECT must contain a contained in Appendix E, attached hereto and incorporated by reference. Should the work for the PROJECT begin within any one month, the first voucher shall cover the partial period from the beginning date of the work through the last date of the month in which it began. The vouchers shall be numbered consecutively and subsequent vouchers submitted each month until the work is completed. Payment will be made in the amount of sums earned less previous partial payments contingent entirely upon the availability of special district transportation sales and use tax proceeds as set forth herein. The final invoice shall reflect the actual cost of work accomplished by the LOCAL GOVERNMENT under the terms of this Agreement, and shall be the basis for final payment. The final invoice shall include all ELIGIBLE PROJECT COSTS incurred by the LOCAL GOVERNMENT in all phases. See ARTICLE VII, FINAL PAYMENT for further detail. The final invoice for the PROJECT must contain a certification from the LOCAL GOVERNMENT that all work has been completed in accordance with this Agreement in accordance with the scope as defined in the Approved Investment List, using the form contained in Appendix E, attached hereto and incorporated by reference. Should the work under this Agreement be terminated by the DEPARTMENT, pursuant to the provisions of ARTICLE XI, TERMINATION, or subsection E. herein, the LOCAL GOVERNMENT shall be paid based upon the percentage of work completed at the point of termination, notwithstanding any just claims by the LOCAL GOVERNMENT, and contingent entirely upon the availability of special district transportation sales and use tax proceeds as set forth herein. E. Insufficient Special District Transportation Sales and Use Tax Proceeds. Attachment number 2 \nPage 10 of 29 Item # 47 -11- If the DEPARTMENT determines that there are insufficient special district transportation sales and use tax proceeds remitted to the Department by GSFIC and designated by the Department for the PROJECT, the DEPARTMENT may at in its sole discretion: (1) Terminated this Agreement immediately (and not pursuant to the provisions of Article XI)upon notice to the LOCAL GOVERNMENT and without further obligation on the part of the DEPARTMENT; or (2) Direct the Local Government to stop work under this Agreement. Such stop work suspension shall last for a maximum of ninety (90) days. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the DEPARTMENT for the PROJECT are available or are anticipated to be available, the LOCAL GOVERNMENT will have the option to: (1) continue the work under the Agreement; (2) elect to terminate the Agreement pursuant to the termination provisions set forth in Article XI; or (3) agree to a new stop work suspension period as determined by the Department. No delay damages or consequential damages will be recoverable as a result of any stop work suspension period. ARTICLE VII FINAL PAYMENT Upon completion of the work by the LOCAL GOVERNMENT and acceptance by the DEPARTMENT of the work, including the receipt of any final written submission by the LOCAL GOVERNMENT and a final statement of costs, the DEPARTMENT shall submit the certified final payment voucher to GSFIC and, after receipt of reimbursement from GSFIC, shall pay to the LOCAL GOVERNMENT a sum equal to one hundred percent (100%) of the total compensation as set forth in all approved invoices, less the total of all previous partial payments, paid or in the process of payment, contingent upon the availability of special district transportation sales and use tax proceeds as set forth in ARTICLE VI, COMPENSATION AND PAYMENT. The LOCAL GOVERNMENT agrees that acceptance of this final payment shall be in full and final settlement of all claims arising against the DEPARTMENT or the State for work done, materials furnished, costs incurred, or otherwise arising out of this Agreement and shall release the DEPARTMENT and the State from any and all further claims of whatever nature, whether known or unknown, for and on account of said Agreement, and for any and all work done, and labor and materials furnished, in connection with the same. The LOCAL GOVERNMENT will allow examination and verification of costs by the DEPARTMENT and GSFIC’s representative(s) before final payment is made, in accordance with the provisions of Article IX, MAINTENANCE OF CONTRACT COST RECORDS, herein. If the DEPARTMENT or any authorized entity’s examination of the contract cost records, as provided for in Article IX, results in unallowable expenses, the LOCAL GOVERNMENT shall immediately be responsible for reimbursing the DEPARTMENT the full amount of such disallowed expenses. ARTICLE VIII SUBSTANTIAL CHANGES No material changes in the scope, character, complexity, or duration of the PROJECT from those required under the Agreement or from the general description of the PROJECT as approved by the DEPARTMENT shall be allowed without the execution of a written Supplemental Agreement between the DEPARTMENT and LOCAL GOVERNMENT. Attachment number 2 \nPage 11 of 29 Item # 47 -12- Minor changes in the work which do not involve increased compensation, extensions of time, or changes in the goals and objectives of the PROJECT, may be made by written notification of such change by either party with written approval by the other party. ARTICLE IX MAINTENANCE OF CONTRACT COST RECORDS The LOCAL GOVERNMENT shall maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred on the PROJECT and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, and for seven years from the date of final payment under the Agreement, for inspection by the DEPARTMENT, any authorized entity and any reviewing agencies, and the Citizen Review Panel as referenced in the ACT and copies thereof shall be furnished upon request. The LOCAL GOVERNMENT agrees that the provisions of this Article shall be included in any Agreement it may make with any engineering firm, contractor, subcontractor, assignee, or transferee. An Audit of the PROJECT shall be provided by the LOCAL GOVERNMENT. The audit shall be conducted by an independent accountant or accounting firm in accordance with audit requirements, O.C.G.A. § 36-81-7, as amended. An audit shall be submitted to the DEPARTMENT in a timely manner in each of the LOCAL GOVERNMENT's fiscal years for the period of the Agreement. In addition, the LOCAL GOVERNMENT shall comply with the provisions of O.C.G.A. § 48-8-249(d) in order to provide the necessary information for the independent annual audit of the PROJECT by GSFIC or its representatives(s). ARTICLE X SUBLETTING, ASSIGNMENT, OR TRANSFER The work of the LOCAL GOVERNMENT is considered personal by the DEPARTMENT. The LOCAL GOVERNMENT agrees not to assign, sublet, or transfer any or all of its interest in this Agreement without prior written approval of the DEPARTMENT. The DEPARTMENT reserves the right to review all contracts and subcontracts prepared in connection with the Agreement and maintained by the LOCAL GOVERNMENT, and the LOCAL GOVERNMENT agrees that upon request it shall submit to the DEPARTMENT proposed contract and subcontract documents together with contractor and subcontractor cost estimates in its possession for the DEPARTMENT's review and written concurrence in advance of their execution. ARTICLE XI TERMINATION The DEPARTMENT reserves the right to terminate this Agreement at any time for just cause, or for any cause or for no cause upon sixty (60) days written notice to the LOCAL GOVERNMENT, notwithstanding any just claims by the LOCAL GOVERNMENT for payment of services rendered prior to the date of termination subject to the provisions of ARTICLE VI COMPENSATION AND PAYMENT Subject to the provisions of ARTICLE VI, COMPENSATION AND PAYMENTS, it is understood by the parties hereto that should the DEPARTMENT terminate this Agreement prior to the completion of a PROJECT or PROJECT Element the LOCAL GOVERNMENT shall be reimbursed for such PROJECT or PROJECT Element contingent upon the availability of special district transportation sales and use tax proceeds as set forth in ARTICLE VI, COMPENSATION AND PAYMENT. Attachment number 2 \nPage 12 of 29 Item # 47 -13- Failure to meet the time set for completion of an approved work authorization may be considered just cause for termination of the Agreement. ARTICLE XII MAINTENANCE AND OPERATIONS OF PROJECT In accordance with the provisions of O.C.G.A. § 32-2-2(a)(1), the DEPARTMENT shall plan, designate, improve, manage, control, construct, and maintain a state highway system and shall have control of and responsibility for all construction, maintenance, or any other work upon the state highway system and all other work which may be designated to be done by the DEPARTMENT by this title or any other law. However, on those portions of the state highway system lying within the corporate limits of any municipality, the DEPARTMENT shall be required to provide only substantial maintenance activities and operations, including but not limited to reconstruction and major resurfacing, reconstruction of bridges, erection and maintenance of official department signs, painting of striping and pavement delineators, furnishing of guardrails and bridge rails, and other major maintenance activities. It shall be the duty of the DEPARTMENT to maintain, or cause to be maintained, any project constructed as part of a Federal-aid system. For those projects that are not part of the Federal-aid system, the maintenance responsibility will reside with the LOCAL GOVERNMENT, the county or municipality in which the project is located. Notwithstanding the foregoing, the DEPARTMENT is responsible for inspection of bridges in Georgia, both on and off the State Highway System. The LOCAL GOVERNMENT will be notified by the DEPARTMENT of all deficient bridges under their jurisdiction. It is the responsibility of the LOCAL GOVERNMENT to post load limits signs or close bridges based on the DEPARTMENT bridge inspection reports and the deficient bridge list. Any maintenance activities that are the responsibility of the LOCAL GOVERNMENT pursuant to O.C.G.A. § 32-2-2(a)(1), as set forth herein, or made the subject of other agreements with the DEPARTMENTshall not be reimbursed from special district transportation sales and use tax proceedsexcept as stated herein for Transit projects. The DEPARTMENT reserves the right to conduct periodic site inspections for the purpose of confirming proper operation and maintenance of the PROJECT. The LOCAL GOVERNMENT shall be responsible for the continual maintenance, operation and replacement of all lighting systems installed for the PROJECT. Furthermore, if the PROJECT pertains to or includes a roundabout, the LOCAL GOVERNMENT shall also be responsible for the maintenance and operation of all lighting and the maintenance of all landscaping installed as part of any roundabout construction and shall not be reimbursed from special district transportation sales and use tax proceeds. ARTICLE XIII OWNERSHIP OF DOCUMENTS The LOCAL GOVERNMENT agrees that all reports, drawings, studies, specifications, survey notes, estimates, maps, computations, computer discs and printouts and other data prepared by, of, or for it under the terms of this Agreement shall remain the property of the LOCAL GOVERNMENT upon termination or completion of the work if the work is on a local roadway. The DEPARTMENT shall have the right to use the same without restriction or limitation and without additional compensation to the LOCAL GOVERNMENT other than that provided for in this Agreement. Attachment number 2 \nPage 13 of 29 Item # 47 -14- If the PROJECT is on the state route system, the LOCAL GOVERNMENT agrees that all of the foregoing information shall be provided to the DEPARTMENT and is the sole property of the DEPARTMENT. ARTICLE XIV PUBLICATION AND PUBLICITY Articles, papers, bulletins, data, studies, statistics, interim or final reports, oral transmittals or any other materials reporting the plans, progress, analyses, results, or findings of work conducted under this Agreement regarding the TIA Program shall not be presented publicly or published without prior written approval by the DEPARTMENT. All releases of information, findings, and recommendations regardingi the TIA Program shall include a disclaimer provision and that all published reports shall include that disclaimer on the cover and title page in the following form: "The contents in this publication reflect the views of the author(s), who is (are) responsible for the facts and accuracy of the data presented herein. The opinions, findings, and conclusions in this publication are those of the author(s) and do not necessarily reflect the official views or policies of those of the Department of Transportation, State of Georgia. This publication does not constitute a standard, specification or regulation.” If any information concerning the TIA Program, its conduct, results or data gathered or processed should be released by the LOCAL GOVERNMENT without prior approval from the DEPARTMENT, the release of same may constitute grounds for termination of this Agreement without indemnity to the LOCAL GOVERNMENT; but should any such information be released by the DEPARTMENT, or by the LOCAL GOVERNMENT with such prior written approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. Provided, however, that should the release of such information be required under the Georgia Open Records Act, O.C.G.A. Section 50-18-70, et.seq., the restrictions and penalties set forth herein shall not apply. Any request for information directed to the LOCAL GOVERNMENT, pursuant to the Georgia Open Records Act, for documents that are either received or maintained by the LOCAL GOVERNMENT in the performance of a service or function for or on behalf of the DEPARTMENT shall be released pursuant to provisions of the Open Records Act. Further, the LOCAL GOVERNMENT agrees to consult with the DEPARTMENT prior to releasing the requested documents. ARTICLE XV DBE, SMALL BUSINESS AND VETERAN OWNED BUSINESS A. On May 17, 2012, the DEPARTMENT, acting by and through its Board, passed a resolution in which it: 1) reaffirmed its commitment to Title VI of the 1964 Civil Rights Act of nondiscrimination in the delivery and management of TIA funded projects; and 2) encouraged the use of Disadvantaged Business Enterprises (including minority and woman owned businesses), small businesses, and veteran owned businesses in any project that is funded in whole or in part by TIA funds, and encouraged wherever practical and feasible, the local government or governments that manage TIA funded projects to include the same in its delivery and management of a project. Attachment number 2 \nPage 14 of 29 Item # 47 -15- B. Reference to this resolution shall be included in all contracts entered in by the LOCAL GOVERNMENT related to this PROJECT. C. While there is no DBE, small businesses or veteran owned businesses Goal required, the LOCAL GOVERNMENT is required to provide the following information monthly to the DEPARTMENT regarding whether it utilized any DBE (as defined in forth in 49 CFR Part 26), small business (as defined in 13, CRR Part 121) or veteran owned, along with the following information: 1) The names and addresses of DBE firms, small businesses or veteran owned businesses committed to participate in the Contract; 2) A description of the work each DBE firm, small business or veteran owned business will perform; and 3) The dollar amount of the participation of each DBE firm, small business or veteran owned business participating. ARTICLE XVI The Parties acknowledge that the documents listed below are hereby incorporated into and made a part of this Agreement as though expressly written herein: (1) TIA Manual; and (2) Department’s “TIA Invoice Process”, as may be amended from time to time; and (3) Intergovernmental Agreement between the Georgia Department of Transportation and the and Georgia State Financing and Investment Commission with an Effective Date of January 1, 2013. ARTICLE XVII A. ASSIGNMENT. Except as herein provided, the Parties hereto will not transfer or assign all or any of their rights, titles or interests hereunder or delegate any of their duties or obligations hereunder without the prior written consent of the other Party, which consent will not be unreasonably withheld. B. NON WAIVER. No failure of either Party to exercise any right or power given to such Party under this Agreement, or to insist upon strict compliance by the other Party with the provisions of this Agreement, and no custom or practice of either Party at variance with the terms and conditions of this Agreement, will constitute a waiver of either Party's right to demand exact and strict compliance by the other Party with the terms and conditions of this Agreement. C. CONTINUITY. Each of the provisions of this Agreement will be binding upon and inure to the benefit and detriment of GDOT and the LOCAL GOVERNMENT and the successors and assigns of GDOT and the LOCAL GOVERNMENT. D. TIME OF THE ESSENCE. All time limits stated herein are of the essence of this Agreement. E. PREAMBLE, RECITALS AND EXHIBITS. The Preamble, Recitals and Exhibits hereto are a part of this Agreement and are incorporated herein by reference. Attachment number 2 \nPage 15 of 29 Item # 47 -16- F. SEVERABILITY. If any one or more of the provisions contained herein are for any reason held by any court of competent jurisdiction to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability will not affect any other provision hereof, and this Agreement will be construed as if such invalid, illegal or unenforceable provision had never been contained herein. G. CAPTIONS. The brief headings or titles preceding each provision hereof are for purposes of identification and convenience only and should be completely disregarded in construing this Agreement. H. GEORGIA AGREEMENT. This Agreement will be governed, construed under, performed and enforced in accordance with the laws of the State of Georgia. Any dispute arising from this contractual relationship shall be governed by the laws of the State of Georgia, and shall be decided solely and exclusively by the Superior Court of Fulton County, Georgia. LOCAL GOVERNMENT hereby consents to personal jurisdiction and venue in said court and waives any claim of inconvenient forum. I. COUNTERPARTS. This Agreement is executed in two (2) counterparts which are separately numbered but each of which is deemed an original of equal dignity with the other and which is deemed one and the same instrument as the other. J. INTERPRETATION. Should any provision of this Agreement require judicial interpretation, it is agreed that the court interpreting or construing the same shall not apply a presumption that the terms hereof shall be more strictly construed against one Party by reason of the rule of construction that a document is to be construed more strictly against the Party who itself or through its agent prepared the same, it being agreed that the agents of all Parties have participated in the preparation hereof. K. EXECUTION. Each of the individuals executing this Agreement represents that they are authorized to execute this Agreement on behalf of their respective entities. L. NO THIRD PARTY BENEFICIARIES. Nothing contained herein shall be construed as conferring upon or giving to any person, other than the Parties hereto, any rights or benefits under or by reason of this Agreement. M. ENTIRE AGREEMENT. This Agreement supersedes all prior negotiations, discussion, statements and agreements between the Parties and constitutes the full, complete and entire agreement between the Parties with respect hereto; no member, officer, employee or agent of either Party has authority to make, or has made, any statement, agreement, representation or contemporaneous agreement, oral or written, in connection herewith, amending, supplementing, modifying, adding to, deleting from, or changing the terms and conditions of this Agreement. No modification of or amendment to this Agreement will be binding on either Party hereto unless such modification or amendment will be properly authorized, in writing, properly signed by both Parties and incorporated in and by reference made a part hereof. ARTICLE XVIII COMPLIANCE WITH APPLICABLE LAWS A. The undersigned, on behalf of the LOCAL GOVERNMENT, certify that the provisions of Section 45-10-20 through 45-10-28 of the Official Code of Georgia Annotated relating to Conflict of Interest and State employees and officials trading with the State have been complied with in full. B. The provisions of Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated relating to the "Drug-Free Workplace Act" have been complied with in full, as stated in Appendix C of this Agreement. Attachment number 2 \nPage 16 of 29 Item # 47 -17- C. The LOCAL GOVERNMENT has read and understands the regulations for STATE AUDIT REQUIREMENT as stated in Appendix D of this Agreement and will comply in full with said provisions of O.C.G.A. § 36-81-7. D. By execution of this Agreement, I, on behalf of the LOCAL GOVERNMENT, certify under penalty of law that the LOCAL GOVERNMENT is in compliance with the service delivery strategy law (O.C.G.A. Sec. 36-701 et seq.) and is not debarred from receiving financial assistance from the State of Georgia. E. The LOCAL GOVERNMENT hereby agrees that it shall comply, and shall require its subcontractors to, comply with all applicable requirements of the American with Disabilities Act of 1990 (ADA), 42 U.S.C. 12101, et seq. and 49 U.S.C. 322; Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 791; and regulations and amendments thereto. F. The LOCAL GOVERNMENT hereby agrees that it shall, and shall require its contractors and subcontractors to, comply with GA Code Title 25, Section 9, Georgia Utility Facility Protection Act, CALL BEFORE YOU DIG 1-800-282-7411. G. Pursuant to O.C.G.A. § 13-10-91, the LOCAL GOVERNMENT and all contractors and subcontractors performing work under this Agreement are, and shall be at all times, in compliance with the Federal Work Authorization Program. Prime contractors and subcontractors may participate in any of the electronic verification work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United State Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (“IRCA”), Appendix E. H. LOCAL GOVERNMENT acknowledges and agrees that failure to complete appropriate certifications or the submission of a false certification shall result in the termination of this Agreement pursuant to the provisions of Article XI. The covenants herein contained shall, except as otherwise provided, accrue to the benefit of and be binding upon the successors and assigns of the parties hereto. IN WITNESS WHEREOF, said parties have hereunto set their hands and affixed their seals the day and year above first written. (SIGNATURES ON NEXT PAGE) Attachment number 2 \nPage 17 of 29 Item # 47 -18- [LOCAL GOVERNMENT][1], Georgia Georgia Department of Transportation By: (Seal) Name: Title: By: (Seal) Commissioner Signed, sealed and delivered Attest: This ____ day of ___________, 2013, in the presence of: _______________________________ ________________________________ Witness Treasurer _______________________________ Notary Public This Agreement, approved by [Local Government][1], the _______ day of _______, 2013. Attest: ______________________________ Name and Title ______________________________ Federal Employer Identification Number: Attachment number 2 \nPage 18 of 29 Item # 47 -19- EXHIBITS Exhibit A Work Schedule Exhibit B Budget Estimate Attachment number 2 \nPage 19 of 29 Item # 47 -20- EXHIBIT A WORK SCHEDULE [Insert Project and P.I. Numbers][3] The LOCAL GOVERNMENT shall provide the DEPARTMENT with a detailed PROJECT schedule that reflects milestones, deliverables with durations for all pertinent activities to develop critical path elements. An electronic project schedule shall be submitted to the DEPARTMENT after execution of this Agreement The DEPARTMENT may request additional or updated information and documentation regarding the WORK SCHEDULE from the LOCAL GOVERNMENT at any time. If applicable, this must include the yearly operations plan for a transit project, to be updated annually by the LOCAL GOVERNMENT. AS APPLICABLE: The LOCAL GOVERNMENT shall work within the DEPARTMENT’s Program Manager’s P6 Enterprise Network. The LOCAL GOVERNMENT shall create a baseline schedule and submit to the DEPARTMENT’s Program Manager for approval prior to the commencement of any work. The forecast schedule will be updated weekly with progress. The overall structure of the P6 Enterprise Network will be managed by the DEPARTMENT’s Program Manager in accordance with scheduling guidance published by the DEPARTMENT’s Program Manager. Attachment number 2 \nPage 20 of 29 Item # 47 -21- EXHIBIT B BUDGET ESTIMATE [Insert Project and P.I. Numbers][3] Attachment number 2 \nPage 21 of 29 Item # 47 -22- Attachment number 2 \nPage 22 of 29 Item # 47 -23- APPENDICES Appendix A Local Project Delivery Application Appendix B Certification of Drug-Free Workplace Appendix C Certificate of Audit Compliance Appendix D Georgia Security and Immigration Compliance Act Affidavit Appendix E Certification of Work and Final Acceptance Attachment number 2 \nPage 23 of 29 Item # 47 -24- APPENDIX A LOCAL PROJECT DELIVERY APPLICATION Attachment number 2 \nPage 24 of 29 Item # 47 -25- APPENDIX B CERTIFICATION OF LOCAL GOVERNMENT DRUG-FREE WORKPLACE I hereby certify that I am a principle and duly authorized representative of _________________________ whose address is________________________________________________ and it is also that: 1. The provisions of Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated, relating to the "Drug-Free Workplace Act" have been complied with in full; and 2. A drug-free workplace will be provided for the LOCAL GOVERNMENT's employees during the performance of the contract; and 3. Each subcontractor hired by the LOCAL GOVERNMENT shall be required to ensure that the subcontractor's employees are provided a drug-free workplace. The LOCAL GOVERNMENT shall secure from that subcontractor the following written certification: "As part of the subcontracting agreement with ________________________ ______________________, _____________________________________ certifies to the LOCAL GOVERNMENT that a drug-free workplace will be provided for the subcontractor's employees during the performance of this contract pursuant to paragraph (7) of subsection (b) of the Official Code of Georgia Annotated Section 50-24-3"; and 4. It is certified that the undersigned will not engage in unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. ______________________ __________________________________ Date Signature Attachment number 2 \nPage 25 of 29 Item # 47 -26- APPENDIX C CERTIFICATION OF COMPLIANCES I hereby certify that I am a principal and duly authorized representative of _________________ whose address is _____________________and it is also certified that: I. PROCUREMENT REQUIREMENTS The below listed provisions of State Procurement requirements shall be complied with throughout the contract period: (a) Provisions of Section Chapters 2 and Chapters 4 of the Title 32 of the Official Code of Georgia Annotated. Specifically as to the County the provisions of O.C.G.A. § 32-4-40 et seq. and as to the Municipality the provisions of O.C.G.A. § 32-4-92 et seq. II. STATE AUDIT REQUIREMENT The provisions of Section 36-81-7 of the Official Code of Georgia Annotated, relating to the “Requirement of Audits” shall be complied with throughout the contract period in full, including but not limited to the follwoing provisions: (a) Each unit of local government having a population in excess of 1,500 persons or expenditures of $ 300,000.00 or more shall provide for and cause to be made an annual audit of the financial affairs and transactions of all funds and activities of the local government for each fiscal year of the local government. (b) The governing authority of each local unit of government not included above shall provide for and cause to be made the audit required not less often than once every two fiscal years. (c) The governing authority of each local unit of government having expenditures of less than $ 300,000.00 in that government’s most recently ended fiscal year may elect to provide for and cause to be made, in lieu of the biennial audit, an annual report of agreed upon procedures for that fiscal year. (d) A copy of the report and any comments made by the state auditor shall be maintained as a public record for public inspection during the regular working hours at the principal office of the local government. Those units of local government not having a principal office shall provide a notification to the public as to the location of and times during which the public may inspect the report. (e) The audits of each local government shall be conducted in accordance with generally accepted government auditing standards. III. SERVICE DELIVERY STRATEGY REQUIREMENT Attachment number 2 \nPage 26 of 29 Item # 47 -27- The provisions of Section 36-70-20 et seq. of the Official Code of Georgia, relating to the “Coordinated And Comprehensive Planning And Service Delivery By Counties And Municipalities”, as amended, has been complied with throughout the contract period. _______________________ _________________________________ Date Signature Attachment number 2 \nPage 27 of 29 Item # 47 -28- APPENDIX D GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT Name of Contracting Entity:___________________________________________________ Contract No. and Name: ____________________________________________________ ____________________________________________________ By executing this affidavit, the undersigned person or entity verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or entity which is contracting with the Georgia Department of Transportation has registered with, is authorized to participate in, and is participating in the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. The undersigned person or entity further agrees that it will continue to use the federal work authorization program throughout the contract period, and it will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the undersigned with the information required by O.C.GA. § 13-10-91(b). The undersigned person or entity further agrees to maintain records of such compliance and provide a copy of each such verification to the Georgia Department of Transportation within five (5) business days after any subcontractor is retained to perform such service. ________________________________ E-Verify / Company Identification Number ___________________________________ Signature of Authorized Officer or Agent _________________________________ Date of Authorization ___________________________________ Printed Name of Authorized Officer or Agent ____________________________________ Title of Authorized Officer or Agent ____________________________________ Date SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _____ DAY OF ______________________, 201_ ________________________________________ [NOTARY SEAL] Notary Public My Commission Expires: ___________________ Attachment number 2 \nPage 28 of 29 Item # 47 -29- APPENDIX E CERTIFICATION OF WORK AND FINAL ACCEPTANCE PROJECT NAME:___________________________________ PROJECT NUMBER:___________________________________ LOCAL GOVERNMENT:___________________________________ This is to certify that all work for the above referenced Project has been completed in accordance with this Agreement and in accordance with the scope as defined in the Approved Investment List(s). A final inspection of the Project has been made. All punch list work has been completed and accepted. DATE: ______________________________________ Signature of Authorized Local Government Representative Attachment number 2 \nPage 29 of 29 Item # 47 Commission Meeting Agenda 7/16/2013 5:00 PM Wastewater Collection System Asset Management Program, RFP #13 – 111A; Evaluation of Large Diameter Sewers Department:Utilities Caption:Motion to approve bid award of RFP #13 – 111A, Wastewater Collection System Asset Management Program to Redzone Robotics, Inc. Background:In 2011, Augusta Utilities entered into a voluntary consent order with Georgia EPD regarding operation and maintenance of Augusta’s wastewater collection system. This consent order requires that Augusta Utilities implement a comprehensive preventive maintenance program for the system, including evaluation of all sewer lines on a five year cycle. We are currently performing the required evaluation on 8” – 12” pipe internally; this size range comprises the vast majority of our system. We do not have, however, the equipment or resources to evaluate larger diameter pipe, much of which must be evaluated under heavy flow conditions. Analysis:We received and evaluated proposals for the referenced RFP. Red Zone Robotics, Inc. submitted the highest ranked proposal. This RFP includes evaluation of 333,000 feet of pipe. Financial Impact:The proposed price for this scope of work totals $1,898,400. Funds are budgeted in account 512043420-5212115 / 80413005- 5212115. Alternatives:This work is necessary to comply with our Consent Order, consequently there is no viable alternative. Recommendation:We recommend that RFP #13 – 111A, Wastewater Collection System Asset Management Program be awarded to Redzone Robotics, Inc. and that execution of the contract be authorized pending review by General Counsel. Funds are Available Cover Memo Item # 48 in the Following Accounts:512043420-5212115/80413005-5212115 REVIEWED AND APPROVED BY: Cover Memo Item # 48 Request for Proposal Request for Proposals will be received at this office until Wednesday, April 17, 2013 @ 3:00 p.m. for furnishing: RFP Item #13-111A Wastewater Collection System Asset Management Program for Utilities Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, April 2, 2013 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 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, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Bidders are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director cc: Tameka Allen Deputy Administrator Tom Wiedmeier Utilities Department Russell Thies Utilities Department Joe Holland Utilities Department Revised: 8/15/2011 Attachment number 1 \nPage 1 of 1 Item # 48 Evaluation Criteria PTS BIO-Nomic Services 516 Rountree Rd Charlotte, NC 28217 Redzone Robotics 91 43rd Street, Suite 250 Pittsburgh, PA 15210 1. Technical Criteria/Proposal 60 46.7 53.3 2. Experience and Qualifications Criteria 25 21.7 23.3 3. Management Criteria 15 11.7 14.0 Total 100 80.0 90.7 Detail Cumulative Evaluation Sheet - RFP Item #13-111A Wastewater Collection System Asset Management Program for Augusta, Georgia - Utilities Department Attachment number 2 \nPage 1 of 1 Item # 48 Attachment number 3 \nPage 1 of 1 Item # 48 Attachment number 4 \nPage 1 of 3 Item # 48 Attachment number 4 \nPage 2 of 3 Item # 48 Attachment number 4 \nPage 3 of 3 Item # 48 ATTN: KEN WOLFE REDZONE ROBOTICS 91 – 43RD STREET PITTSBURGH, PA 15201 ATTN: GLEN HILL REDZONE ROBOTICS 144 MARITIME TRAIL LEXINGTON, SC 29072 COMPLIANCE ENVIROSYSTEMS 1401 SEABOARD DRIVE BATON ROUGE, LA 70810 ATTN: PAUL TICKESTROOF ESG OPERATIONS 1525 DOUG BARNARD HWY AUGUSTA, GA 30906 ATTN: JOSEPH PORTER, JR. ROHADFOX CONSTRUCTION 171 – 17TH STREET NW SUITE 1625 ATLANTA, GA 30363 ATTN: GORDON SMITH W. K. DICKSON 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 ATTN: ED DIGGS CUES 3600 RIO VISTA AVENUE ORLANDO, FL 32805 ATTN: LEVON BELLAMY SWS 5850 JACQUARDE DRIVE MABLETON, GA 30126 ATTN: TONY JOHNSON ESG 6400 PEAKE ROAD MACON, GA 31210 Tom Wiedmeier Utilities Department Bay Street Russell Thies Utilities Department Bay Street Joe Holland Utilities Department Bay Street RFP Item 13-111A Wastewater Collection System Asset Management Program mailed Tuesday, March 26, 2013 RFP Item 13-111A Wastewater Collection System Asset Management Program For Utilities Department RFP Due: Wed, 4/17/13 @ 3:00 p.m. Attachment number 5 \nPage 1 of 1 Item # 48 UNOFFICIAL VENDORS Attachment B E-Verify Addendum 1 SAVE Form Original 7 Copies Fee Proposal Redzone Robotics 91 43rd Street, Suite 250 Pittsburgh, PA 15210 Yes 639800 Yes Yes Yes Yes Yes BIO-Nomic Services 516 Rountree Rd Charlotte, NC 28217 Yes 228936 Yes Yes Yes Yes Yes RFP Opening RFP Item #13-111A Wastewater Collection System Asset Management Program for Augusta, Georgia - Utilities Department RFP Due: Tuesday, April 23, 2013 @ 3:00 p.m. The following vendors did not respond: ESG / 1520 Doug Barnard Pky / Augusta, GA 30906 WK Dickson / 1450 Greene St., St 225 / Augusta, GA 30901 Cues / 3600 Rio Vista Ave / Orlando, FL 32805 Rohadfox Construction / 171 17th Street NW / Atlanta, GA 30363 SWS / 5850 Jackaranda Drive / Mableton, GA 30126 The following vendor submitted a statement of "No Bid": RLM Communications / 4132 Madeline Drive / Augusta, GA 30909 Page 1 of 1 Attachment number 6 \nPage 1 of 1 Item # 48 Commission Meeting Agenda 7/16/2013 5:00 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the regular meeting of the Commission held June 27, 2013 and Special Called Legal Meetings held June 27 and July 8, 2013. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 49 Commission Meeting Agenda 7/16/2013 5:00 PM District 3 appointment Department: Caption:Motion to approve the appointment of Mr. Frank Gibbs to the Augusta Port Authority representing District 3. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 50 Attachment number 1 \nPage 1 of 1 Item # 50 Commission Meeting Agenda 7/16/2013 5:00 PM Appt. DFCS Board Department: Caption:Consider the recommendations from the Richmond County Department of Family and Children Services Board to reappoint Dr. Louise Rice and Kathy Schofe to a five-year term. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 51 Attachment number 1 \nPage 1 of 2 Item # 51 Attachment number 1 \nPage 2 of 2 Item # 51 Attachment number 2 \nPage 1 of 1 Item # 51 Attachment number 3 \nPage 1 of 1 Item # 51 Commission Meeting Agenda 7/16/2013 5:00 PM Community Service Board Appointments Department: Caption:Consider the recommendations of the Community Service Board due to resignations to reappoint/appoint the following to a three-year term: Lonnie Showman and B. J. Lester. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 52 Attachment number 1 \nPage 1 of 1 Item # 52 Attachment number 2 \nPage 1 of 1 Item # 52 Commission Meeting Agenda 7/16/2013 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: Cover Memo Item # 53