Loading...
HomeMy WebLinkAbout2014-04-15-Meeting Agenda Commission Meeting Agenda Commission Chamber 4/15/2014 2:00 PM INVOCATION: Rev. Jim McCullough, Pastor, Woodlawn United Methodist Church PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. Five (5) minute time limit per delegation DELEGATIONS A. Ms. Amanda Bryant, Georgia Regents University Summerville Campus regarding safety issues at the intersection of Arsenal Blvd. & McDowell Street. Attachments B. Mr. Craig Taylor, Communites for Veterans. RE: VA Housing-Charlie Norwood Campus Attachments CONSENT AGENDA (Items 1-6) PLANNING 1. Assignment of Memorial Road name of Lorena Gandy Way. Attachments 2. ZA-R-231 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition to amend the Comprehensive Zoning Ordinance by adding a new section, Section 25- F, Professional Office Park District Classification, and for other purposes. Attachments 3. ZA-R-232 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition to amend the Comprehensive Zoning Ordinance by amending Section 28-A- 5 (Telecommunication Tower - District Regulations) to require stealth towers in all Residential and Professional zones. Attachments PETITIONS AND COMMUNICATIONS 4. Motion to approve the minutes of the regular and Special Called meetings held April 1, 2014. Attachments APPOINTMENT(S) 5. Motion to approve the appointment of Ms. Betty Reece to the Transit Citizens Advisory Board representing District 4. Attachments 6. Motion to approve the appointment of Terrance R. Howard to the Historic Preservation Commission (HPC) due to the resignation of Mike Russell representing District 8. Attachments ****END CONSENT AGENDA**** AUGUSTA COMMISSION 4/15/2014 AUGUSTA COMMISSION REGULAR AGENDA 4/15/2014 (Items 7-13) PUBLIC SERVICES 7. Request the Augusta Commission approve the bid selection and contract between Augusta Regional Airport and Reeves Construction, Inc. for the repairs of the Credit Card Lot Project as approved by the Augusta Aviation Commission at their February 27, 2014 Meeting. (Bid 14-121) Attachments Upcoming Meetings www.augustaga.gov 8. Request the Augusta Commission approve the Airport Customer Facility Charge (CFC) Amendment to Ordinance 7449 as approved by the Augusta Aviation Commission at their March 27, 2014 meeting Attachments 9. Request the approval of the bid and contract between the Augusta Regional Airport and Intercontinental Services (ICS) Inc. for Custodial Services as approved by the Augusta Aviation Commission at their March 27, 2014 Meeting. (RFP 14-110) Attachments ADMINISTRATIVE SERVICES 10. An update from the Interim Administrator regarding identifying a funding source to fund Disparity Study, related IT programs and approve same being done. (Requested by Commissioner Marion Williams) Attachments PUBLIC SAFETY 11. Approve Technology Assessment of Recreation Community Centers. Attachments ADMINISTRATOR 12. Approve the projects to be funded by SPLOST VII as recommended by the Engineering Department. Attachments LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 13. Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Commission Meeting Agenda 4/15/2014 2:00 PM Invocation Department: Caption:Rev. Jim McCullough, Pastor, Woodlawn United Methodist 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 4/15/2014 2:00 PM Amanda Bryant Department: Caption:Ms. Amanda Bryant, Georgia Regents University Summerville Campus regarding safety issues at the intersection of Arsenal Blvd. & McDowell Street. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 2 Commission Meeting Agenda 4/15/2014 2:00 PM Craig Taylor VA Housing Project Department: Caption:Mr. Craig Taylor, Communites for Veterans. RE: VA Housing- Charlie Norwood Campus 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 3 Item # 3 Attachment number 1 \nPage 2 of 3 Item # 3 Attachment number 1 \nPage 3 of 3 Item # 3 Commission Meeting Agenda 4/15/2014 2:00 PM Assignment of Memorial Road name of Lorena Gandy Way Department:Planning and Development Caption:Assignment of Memorial Road name of Lorena Gandy Way. Background:The Augusta Chapter of the Paine College Alumni Association wishes to honor the commitment Lorena Young Gandy held to the community in which she resided and neighboring Paine College as a distinguished alumna by renaming all of McAnally Street to Lorena Gandy Way. Analysis:Historical significance, road continuity and agreement by adjoining landowners. Financial Impact:Cost for road signage Alternatives:Approve or deny and reject road name assignment request. Recommendation:Approve the memorial designation of Lorena Gandy Way for all of McAnally Street Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 4 Information Technology Department Tameka Allen • Director Gary Hewett • Deputy Director Michael Blanchard • Deputy Director Date: April 15th, 2014 To: Engineering Services Committee For Action By: The Augusta Commission From: Michele Pearman GIS Manager Re: Assignment of Memorial Road Name to McAnally/McNally Street Mr. Marques Perry, GIS Addressing Coordinator, talked with the petitioner, Ms. Annie Rogers, and discussed with her the criteria for having a road renamed for memorial purposes. Finding that the road renaming generally fell under the guidelines for the Augusta Richmond County Street Renaming Policy, a petition was prepared by staff and given to the petitioner so that they could obtain the required 66% (two-thirds) signatures needed to designate the road with the memorial name. The petition having been returned to this office, the renaming request was reviewed using the criteria of the Augusta Richmond County Street Renaming Policy. Staff findings are as follows: The existing road appears to have significance in Augusta, Georgia. McAnally Street (aka McNally St) originated from the name of a resident, Rev. Henry J McNally, whom presided over the Church of the Most Holy Trinity, formerly the Saint Patrick’s Church on Telfair St during the late 1800s. A developer of this area was a member of this church and named the street in honor of his priest. The road name change does appear to pass the test of continuity. It is proposed that the entire length of McAnally Street be assigned a memorial road name of Lorena Gandy Way and therefore, the third criteria should be considered; The road name change is acceptable to the minimum requirement of 66% of the adjoining property owners (66%, or 2 of 3 adjoining property owners, have approved the memorial name assignment) along McAnally Street. It is therefore, staff’s recommendation that the Engineering Services Committee recommend to the Augusta Commission that the road name be assigned a memorial road name, preserving McAnally St as the official name, in accordance with the Augusta Richmond County Street Renaming Policy. cc: William Fennoy, Commission Member, District 1 Marion Williams, Commission Member, District 9 Augusta Richmond County Government Information Technology Department • GIS Division 525 Telfair St 3rd Floor – Physical 530 Greene Street A-101 – Mailing Augusta, GA 30901 Augusta, GA 30901 OFFICE: (706) 821-2843 FAX: (706) 826-4753 EMAIL: gisaddressing@augustaga.gov WWW.AUGUSTAGA.GOV Attachment number 1 \nPage 1 of 13 Item # 4 Paine College National Alumni Association 2/12/2014 ≠%″化 」′/′7Mr. Marques F. Perry GIS Add ressing Coordinator 530 Greene Street A-101 Augusta, GA 30901. RE: McAnally Street Memorial Road Name Dear Mr. Perry, Please find enclosed information needed for the designating of McAnally Street with the memorial road name of Lorena Gandy Way. ! received one response from the addresses that you sent me for contact. That response came from Agatha Blackstock Murphy. You will notice two of page 2 because the signature of Agatha Blackstock Murphy is on the page sent to her which she returned. Fifteen signatures were needed and I have secured 1.5. Please review the information and a response will be greatly appreciated. Thank you for your attention to this request. Sincerely, I*.**,W:ef**- Annie W. Rogers President - Augusta Chapter Paine College Alumni P$IN Remembering Yesterday, Performing Today, and Impecting Tomorrow Attachment number 1 \nPage 2 of 13 Item # 4 REQUEST FOR ROAD NAMING Information Technolory - GIS Division Petition No: 2013-003 ! r"g" 1 or 3 APPLiCANT:NFORMAT:ON Applicant:Annie W Rooers Primary Phone: Mailing Address:1930 Dri師 ood Drive Augustal GA 30909 Date:10ノ 28ノ 13 Secondary Phone:ワ ′ら´′」ノー `579Faκ″ Emafl: fl E ″´ REQUESTINFORMAT10N Type of Request: E]Un‐named Road Nanling □Road Name Change □Designation ofa Memorial Road Name Current Road Name: McAnallv Street Road Ownership:□Public Dedicated□Private □GDOT Proposed Road Name , ,l lor*.-- &r-,* th"rX, (Preferred) Alternates: A)B〕 Total Number of Affected Pro Location of Road: perties: 23 Total Number of Road Name Signs: 4 Point of Beginning:Beman Street Point of Ending:At TPN:045‐2…349‐00‐0REASON FOR PROPOSED REQUEST Please explain in detalithe reason for requesting the proposed new road name or designation or rnemorialroad name Referto Augusta,(3A City Code found in Section 8-5-17 for details ofthe criteria for naming roads. Additional pages can be attached as necessary. attached memorandum sent to Augusta Mayor OFF:C:AL USE ONLY Will Road Require Readdressing:E Yes @o O*ners/Tenants Verified:Pes n No Additional Comments ( がィ耐ルι ηarri″箕Sい レ Augusta IT-GIS Official: Rr ng Request Is: pproved E Denied Approval From: tr9-1-1 Augusta lnformation Technology Geographicallnformation Systems〔GIS〕E)ivision 525 Telfair St 3rd Floor―Physica1 530 Greene Street A-101-Mailing Augusta, GA 30901 Augusta, GA 30901 OFFICE:〔706)821-2843 FAX:(706)826‐4753 EMAIL: Attachment number 1 \nPage 3 of 13 Item # 4 駆 QUEST FOR ROAD NAMING Information Technology - GIS Division Petition No:@93- ! r"gu 2 ot 3 We, the undersigned property owner(s)/tenants hereby petition the Augusta Commission to change the name of the road currently known as McAnallv St , which presently commences at - Beman Street and terminaies"tTPl.l'ots2-3go{o{,beinginAugusta,GeorgiaberenamedrcW'^"a that said road name change be approved. VVeよ ::erttitill:|」:IllitllPnTl#:FSa;」(lIIII」llililli∫21° perty owners listed below before the request can be To< Patcel Owner/Tenant Name Owner/Tenant Signature 姉 er Tenant Enter As:xxx X XXX XX X 045…2-211-01‐0C Kenh BrOwn l144 Druid Park Ave こ湯玖んた dorr"" EDisagree flAgree EDisagree 045-2-021-00-0 Charles L Crawford 1 144 Beman St ヽ EAgree nDisagree nAgree EDisagrec 045‐2-212…00-0 Druid Park Enterprises 1726 McAna!!y St flAgree EDisagree EAgree EDisagree 045…2‐213-00‐0Druid Park Enterprises 1139 Emmett St trAgree flDisagree lAgree DDisagree 045-2-062-00‐0Henry T Harris 1143 Druid Park Ave ″石一 oズ r∝□】m『∝EAgree EDisagree 045-2-063-00-0 Henry T Harrls 1735 McAna!ly St 隊 万 ― ´らm判 曖nAgree EDisagree 045-2-064‐00-0 Henry tt Harns 1737 McAnally St Zttk 0□眺a『∝EAgree EDisagree 045-2-065-00‐0Henry tt Harrls 1739 McAna∥y St 万舜ズタ形を“,{orru" nDisagree nAgree !Disagree 045-2‐067‐00-0 Al;亀 鴇獣嵩l冒 ♭ぜ鐵Iヽ 日κ:ree□Disagree EAgree EDisagree 045-2-328‐00-0 MCG Real Estate Corp 1717 Laney Walker Blvd ヽ EAgree EDisagree lAgree EDisagree 045-2‐330‐00-0 MCG Real Estate Corp 1709 Lanev VValker[31vd lAgree EDisagree f)Agree EDisagree 045-2-352¨00‐0MCG Real Estate Corp l138 Emmett St nAgree EDisagree EAgree EDisagree 045-2-380‐00-0 MCG Real Estate Corp 1545 Laney Walker Blvd EAgree EDisagree EAgree !Disagree 045-2-349‐00-0 Agatha Blackstock MurPhY 1553 Laney Walker Blvd EAgree IDisagree EAgree EDisagree 045-2-349¨01-0 Agatha Blackstock Murphy 1551 Laney VValker Blvd ノ ′′ lAgree EDisagree EAgree EDisagree 045-2‐321‐00¨0Paine College 1750 McAnally St ち ′dor."" EDisagree EAgree EDisagree 045…2-322-00‐0Paine Co∥ege 1748 McAnally St ん 形 聯准ree□Dお agree EAgree EDisagree 045…2-323-00‐0Paine Co∥ege 1746 McAnally St 〃 鰈 妬ee□】mg∝EAgree EDisagree 045‐2-324‐00-0 Paine Co∥ege 1744 McAna∥y st 趙 lM κ ree□Disagree lAgree EDisagree 045-2-325-00-0 Paine Co∥ege 1744 McAnally St ん 必 ree□Dお agree EAgree EDisagree 045…2-327-00-0 Paine Co∥ege 1209 Druid Park Ave 珍 ポ Zee□Disagree lAgree EDisagree Augusta lnformation Technology Geographicallnformation Systems〔GIS〕Division 525 Telfair St 3rd Floor―Physica1 530 Greene Street A-101-Maning Augusta, GA 30901 Augusta,GA 30901 OFFICE:(706)82t-2843 FAX:(706J826-4753 EMAIL:gisaddressing@au Attachment number 1 \nPage 4 of 13 Item # 4 REQUEST FOR RO劇 D NAMING Peddonl{o:20!3$3- I P"c" 2 ot 3 We, the undersigned property owner(s)ltenants hereby petition the AugusE Commission to change the name of the road currendyloown as McAnally St , whlch presently commences at Beman Sheet and terminates at TPN: 045-2-380-00-0 . being in Augusta, Georgia be renamed to that said road name change be approved. and IAre understand that this petition requires a minimum of 66% of the property or mers listed below before the request can be considere4 requested this - day of 20_ Tax Pacd Omer/Tmant N―eOwner/Tenant S理 鸞atuに OneF Tenmt EmrAs:〕ⅢⅢ糠‐は 045‐2‐211-01-0 C ttith B― 1144 Drud Patt Ave trAgr€e trIIsagree □Ap腱 口〕餡 『“ 045-2-021-00o0 Charles L Cttrd l144 8eman St trAgree DDlsagree trAglee EDlsagee 045‐2‐212‐00o0 md Park Enterp鵡 1726 Mna:ly St DAgr€e trDtsagree OASr€e DDisagree 045‐2‐213-00-0 Dttid PaR Ente椰 縣騒逍 1139 Emmett St trAgree trDisagree trAgree BDisagree 045‐2‐062-00‐0Henry T Hanお 1143 Dmid Park Ave 海 石←.rgree□眺agree trAgree EDlsagree 04"-063‐0040 Henry T Harお 1735 McAnally St 八 万 ― り顔 gree□Disaree □A卿 腱 口Din『∝ 045-2‐ 064‐00-0 HenryT Hanis 1737 McAnally St に ブト OBDi警 trAgee trDisagree 045-2‐065‐00卜0 Henry T Han蔭 1730 McAnatty St ′ タルし鍼/Agree□馴m畔 [lAgree trDisagree 045-2-067‐00‐0Annie Lowe HartFeld749McAndvttk鍮 JL懸 《峰 e□Disagree □崚 口'颯 p" 045-2-328-00-0 MOG Real Estate CoFp 1717 LaneyヽMalker Bnd Zし ハ`雌 □Disar ロヘ興隧 口Disare 路 2-330‐00-0 MCG Real Estate Corp 1709 Lanev Wa:ker BIvd 餓/1~ズ d*" trDtsagree trAgree trDisagree 04)2-352-00‐0MCC Rea:Estate Corp l138 Emmett St 壼ニフγ 繰 口_trAgree BDisagree 04●2-380-00-0 MCG RealEnte Corp 1545 Laney walker BIvd 鯰 、ア ヮκ多"口 Dsare trAgree trDisagree 045■2-349‐00‐0Agaha Bladctock Murphy J553 Laney Walker Blvd L/~ □均國腱 □Disar □A""□Disap∝ 045‐2‐349‐01Ю Agatha BladcstodK Murphy 1551 Laney waiker Blvd ′trAgree trDlsagree BAgree trDlsagree 045‐2‐321-00卜0 Paine College 1750 McAnally St /1色′_′ジ捌笏ン 赫 □Dlsagt □AttDe□DimFee 045つ ‐322Ю Oo0 Paine Coliege 1748 McAnally St ,形 り物 'lL:脇 雄 e□Dngree trAgree EDisagree 045‐2‐323-00‐0Pahe Coltte 1746 McAnally st Z彩 携ノ冴鶴″み 口筵甚e□Disagree □崚 e□Disagree 045-2(24Ю O‐0Paine Coilege 1744 McAnaliy st 口κ畠眸口眺aP∝BAgee trDisagree 04512‐325oO●0Paine College 1744 McAnally St 雄 □Disagree DAgree trDisagree 045‐2‐327‐00‐0Paine Colttge 1209 Druid Park Ave 勇劣揚″協み 感 口 … trAgree EDtsgree Ccogrephlcal Inturmadon gystems (GI$ Dtvtsion 525 Telhir St 3t Floor - Physical 530 Greene Street A-101 - MarlingAugusa. GA30901 Augusta, cA 3tD01 Aqustr Informatlon Tectrnologr Au_.CA30901 Auぃ れ GA 309010FHCE:(706D32■‐2843 FAX:c706D82“753 EttUuL… Information Technology - GIS Dtvlsion 瘍 レノレ易〃 Attachment number 1 \nPage 5 of 13 Item # 4 REQUEST FOR RO劇 D NAMING Information Technologr - GIS Division Petition No:19!!394 | rage 2 ot 3 We, the undersigaed property ownerfs)/tenants hereby petition the Augusta Commission to change the name of the road currently krrown as McAnallv St . which presently commences at terminaies at TPN: 045-2-38040{ . being in Augusta, Georgia be renamed trs lotaa (7a.1t,and that said road name change be approved. 鵬鯉i器 朧織tぜ 里 畔 り般yp呻 °mett httd bdtt bebrether"uett mn be Tax Patcel Owner/Tenant Name Ourner/Tenant Signatute ―er Tenant E0terAs: E-r-a-u-r 045-2-211-01-0 C Keim Brown l144 Druid Park Ave 0furee DDisagree EAgree DDisagree 045‐2-021-00-0 Charles L C―brd l144 8eman St EAgree EDisagree DAgree ilDisagree 045-2‐212-00-0 Druid Park Enterprises 1726 McAnally St tlfuree DDisagree EAgree [lDisagree 045-2‐213-00-0 Dmid Park Enterp崚 1139 Emmett St Dfuree DDisagree 0Agree DDisagree 045-2‐062‐00-0 Henry T Ha議 1143 Druid Park Ave 海 石― 絲 □Dsagree trAgree EDisagree 045-2-063-00-0 Henry T Hain 1735 McAnallY St χ″4万 臓 り4,□DSagree trAgree ODisagree 045-2-064‐00-0 Henry T Ha詭 1737 McAnally St ―ブル Sgr;r-tr,Disagrfr-trAgree EDisagree 045-2-065‐00-0 Henry T Ha“ 1739 McAnaily St ″ 夕澪ゎ…{o*. trDisagree DAgree DDisagree 045-2-067-00-0 句;冨 糖肥 %で 飾J逸 ぶこ職権る理 W{grn trDisagree tlAgree [3Disagree 045‐2-328-00-0 MCG Rea:Estate Corp 1717 Laney賄 :ker Blvd \OAgree [Disagree DAgree DDisagree 045‐2‐330-00-0 MCG Reai Estate Corp 1709 Laney walker B:vd [Agree IDisagree DAgree DDisagree 045-2-352-00-0 MCG Reai Estate Corp l138 Emmett St DAgree trDisagree uAgree [Disagree 045-2-380-00-0 MCG Real Estate Corp 1545 Laney vVa:ker Bivd □Agree□Disagree trAgree DDisagree 045-2-349-00-0 Agatha Blad<stock Murphy 1553 Laney Wirlker Blvd ノ 1 口蜘甲孵 口Disagree DAgree EDisagree 045‐2‐349-01-0 Agatha BladcstodK Murphy 1551 Laney wa:ker Blvd ―ふ □nsagree EAgree ElDisagree 045-2-321-00‐0Paine College 1750 McAna:ly St .ん ′f蒻 doo"" oDisagree EAgree EDisagree 045-2-322-00-0 Paine College 1748 McAnal,St 協 蒻 d*. EDisagree EAgree EDisagree 045-2-323-00-0 Paine College 1746 McAna:Iv St 口4纂 o□Disar EAgree EDisagree 045-2-324-00-0 Paine College 1744 McAnally St 口筵長●□Dお agree DAgree EDisagree 045-2‐325-00-0 Paine Co:曝1744鳳 nai:y St 協 雄 □Disagree EAgree EDisagree 045-2-327-00-0 Paine College 1209 Dnlid Park Ave 感 □】sar DAgree EDisagree Au―lnfOmatlon TechnolowGeo「phlCallnfomadonmms〔G瓢 りDluslon 525 Telね ir St 3“Floo「―Physica1 530 Creene StreetA‐101-MailingAugun,cA 30901 AⅦ 『 鳩出L GA 30901 OFFICE:〔706〕821‐2843 FAX:〔706〕826‐4753 EMAIL・ 多/′t〃´ん Attachment number 1 \nPage 6 of 13 Item # 4 uQUEST FOR ROAD NAMING Information Technology - GIS Division Petitlon No:-@3- I n"g" 3 of 3 Tax Patcel Ownet/Tenant Name Ownet/Tenant Siqnature Ovmer Tenant Enter As:xxx X‐XXX XX―X045-2-068-00-0 RCBOE Tubman 1751 McAnally St ラ;::・ ¬し′“サ:::::″11,″ (:'多 (`::``|:::`二i`f 由西glee□Disagree lAgree !Disagree 045…2-066‐00-0 Joyce Susan 1745 McAnally St 名 ree []Disagree EAgree EDisagree EAgree EDisagree EAgree EDisagree EAgree [lDisagree EAgree EDisagree EAgree EDisagree EAgree EDisagree trAgree EDisagree EAgree EDisagree EAgree EDisagree [Agree fJDisagree nAgree EDisagree nAgree DDisagree EAgree EDisagree EAgree EDisagree EAgree EDisagree EAgree flDisagree EAgree flDisagree flAgree flDisagree EAgree EDisagree lAgree EDisagree EAgree EDisagree EAgree flDisagree EAgree EDisagree EAgree EDisagree EAgree flDisagree flAgree flDisagree EAgree EDisagree EAgree EDisagree trAgree EDisagree EAgree flDisagree EAgree EDisagree nAgree EDisagree EAgree EDisagree lAgree EDisagree EAgree EDisagree EAgree DDisagree trAgree EDisagree trAgree EDisagree EAgree !Disagree nAgree EDisagree EAgree EDisagree lAgree EDisagree trAgree EDisagree EAgree EDisagree EAgree flDisagree EAgree EDisagree EAgree EDisagree DAgree EDisagree trAgree flDisagree flAgree EDisagree Augusta lnformation Technology Geographical lnformation Systems〔GIS〕Division 525 Telfair St 3rd Floor―Physica1 530 Greene Street A‐101-Mailing Augusta, GA 30901 Augusta, GA 30901 oFFICE:t706.)B2l.2843FAx:(706)826-4753EMAIL:gi@ Attachment number 1 \nPage 7 of 13 Item # 4 Georga Health Sciences University 1120 15tl'Street Alurrrni Center (FI) Augusta, Georga 30912 foundation Phone: (706) 721.-1001 Toll Free: (800) 869-1113 Fax (706) 12'l-6723 wrvw.gahsf.org March 12,2ot4 Annie W. Rogers Paine College National Alumni Association Augusta Chapter rg3o Driftwood Drive Augusta, GA Bo9o9 Dear Ms. Rogers, Georgia Health Sciences Foundation, successor to the MCG Real Estate Foundation, is happy to support your request to rename McAnally Street in honor of Paine College Alumnus, lorena Young Gandy. Enclosed, please find the signed Request for Road Naming form. Please let me know if there is anything we can do to further assist you. sincerelY' P^^,,lvN Robert R. Zeyfang COO for Foundations Georgia Regents University suppotting GRU T*YIT* Attachment number 1 \nPage 8 of 13 Item # 4 Paine Co::ettp NttmlAlumni Ass∝ htion AUGUJA C― HR1930E凛 Jいwり odl)面由じAtt GA30909 October 14,2013 Ю Mり or Deke Copmaver COlmW COmmissionB Mttylχ 咆 ,Winim Fmmoy,V/ayne Cu」fけ に,Joe Jackson, Corey Johnson,B∥Lockt ttVin M880ち Donnわ Sm軌 ―y鏑 地 md Marim Williams FROMI Dr.ceorge C.Bdey,Paine College Fhident Paine Col均 野 National Alumni Association‐A口 gusL Chapter Mn William Fmoy‐Di面ctl Co―issioner Cc: 研.Goorge C.Brad● Oommissioller William Fennoy L CeOFge C_Bmey,職 Austa働 叩 け ,and COmmissioner Willi饉 l Fennoy is requding the ttna-3 0f MCAnally stect面 chお 中 nttO tt back ofthe Heal Complex on儀 beauti■lPJm College mpus;m honor of■e deeased Paineite LOrena Young Gh●.We tt asking thatit L reaned Lorna Yolmg ndy Way.Inね 軋 M“暉山嬌S―bOrdm ttt block ofぬe campus 面 inCludes tte Hcal C珈 叩1鴫 thcPaineCollegeneL theAlmmiH側 “ ,Lions Fねt andtte hOmeofAlumma Lorena Yomg Gandy. A biorphiCal山 戯ヽmlosedbyouゎ pc―miCh incllldes h accomlinen● oFdlis distinguished A抽 血n Your consldmtion Ofaisrequd wtt be ratly aprecitted. R呵 運血]ly Su蹴面軋 彼 Presidmt‐Augutt Chapr COLLE●ERetne口 横哺●8Y―螺 Par―DE TO螺 nd hpatt Tmor_ Attachment number 1 \nPage 9 of 13 Item # 4 IjO錫 ″b″ィG″のwas bOm in columbus,Ccorgia,on October 30,1927,to the late Chadic Young and Ethel Watt Young Barksdalc. She cntered into rest Fdday August 2,2013,at her rcsidcncc. Educated inぬ c public schools of Columbus,Georgla,shc graduated froFn Spencer High Schoolin 1945. 励 entered Paine Collegeand rcceived a Bachclor's Degrecin Elementary Education in 1949,graduating as Valedictorian. She was an actlvc StudCnt at Painc College,where she was a chccricadcF and Was crowned “Miss May OuCCn."Whilc attending Painc Collegc,二 ο鰤′mct and marricd Stewart Bryant Gandy J■,in 194・ 8.She was his bcautiful and darling``Pcanut''and ofthcir union two children werc born,StcwartWayl■cand Angcla DawIL She recc市 cd a卜laster of Educadon Degrec from the University ofGeorgia in 1972. At an carly agc,二 ″費粥´loinCd First Baptist Church in Columbus.Aftcr hcr marttage tO Steura鴫 shc joined the CoM.Eo faith working untiringly holding variOus PositiOns on state and 19cal lcvels.¬roughout her lifc shc held subscqucnt memberships at Bethel CoM.E.,Cordele,Goorgia; Holsey Temple CoM.E., Macon,Ceorgitt and Trinity CoM.E_and LVilliams Memorial CoM.E.,Augusta,Goorgiao Shc was President for 17 ycars of thc Augusta‐SParta Women's District Missionary Soё icty.Secretary of the Ccorgia North Confcrencc,Sccrctary of the Gcncral Missionary Socicty9 Lay Council member9 Chanccl Choir membcr, Senio「Ministry mcmbet and mcmber ofthe Stcwardcss Board. As an educatot動 物,taughtin the Bibb County public schooI System pdolto relocatlng to Augus●,ith her llusbaFld. She w、rkcrl as a Dorlnitory E)ilcctor at Painc(3ollcge whcre she mcntOred scvcral young womcn.In 1966,■`秘 ,began hctr icnuFC lⅣith thc RIchlnond Coun"Board〔)f Edtlcatiolli、アhcre shc tallght at C.T Walker Elementary for●″o ycarso She was one ofthe few handPickcd Africall Americans in 1968 choscn to bc Placed at otheF SCh001s:shc was transfcrrcd to Forest Hills Elcmcntary. Shc continued to teach 3rd gradc at Forcst Hills Elcmentary until her rctiremCntin 1987. Shc was a rcal“school teacher'' tO Fnany young pcoplc who still admire hertoday Lθ ヵ″%′loved her Alma Mate■Painc Collcgc,and was a ftithiコ i member of the National and Augusta Alll:1l FI:Associations,She oicn lcma「kcd that``I wollld not bこ antthling rnot for Painc Conege.'' She was dcvoted to Paine supporting all ettorts for academics,atillctics,and opcrationalimprovemcnts.Hcr home, which was nし ar thc campus,was a``homc away from homc''for lnany Painc Collcgc studcnts,cspccially thё baskctball players. 物 held Of6Ces and chaired coFnfrlittees in the Augusta Womenゝ Civic Club,Zeta】G Omega ChapteF Of Alpha Kappa Alpha Sorority9 1ncorporated(life membeう ,and the Richmond County Rctired Teachers Association.She participatcd in conferences,busincss mcetings,servicc proicctS,and s∝ial events.This March,shc enioyed thC 2013 Alpha Kappa Alpha South Atlantic Regional Conferencc in Charicston,South Caroli■a.C)Idttr alld=uic were Lcfも こi,五Bd slle bclicTcd thatifyoll haTc rllles pu should fbllow ihem. Lθ 鰐″was known as Mama,Grandma,or Mrs.“G"to rnany bccausc of hcr lo宙 ng sp静 it.Hcrs。|||レ 1。wJOhn VICtOr and daughter―in‐law Jcnnifer lovod her as a mothcrp and she lovcd thcFn aS hCr childrcnlshc was an avid sports fa=and it was a kllown fact not to interfcrc lvith hcr whcn shc was watching hcr favoFitC SPOrt・ baskcthall. ル″was preccded in dcath by her husband,Stcwart Bryant(hndy JL ThOSC Who will che五 sh her シ鷲i聴 畿i l踏樫ぶ :I拠垂謡二重瑾 Richard Candyi cight great grandchildreh;and a host ofcousins,nieces,nephews and devoted fricnds. `爾 ′″′″ジθz″ヵ銭θ″″,磁 ″お″θ4′″捌麟rあ 滅ルニθグ物″″ゲれん′″あittSt等 ,″ノ′οん “ ″′η ご″ノ″oこ ■hル ″2雅 υ銹均働〃"―〃翻二∂ Attachment number 1 \nPage 10 of 13 Item # 4 ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P¥!P ¥!P¥!P¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P¥!P¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P¥!P¥!P¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P¥!P¥!P ¥!P¥!P¥!P¥!P ¥!P¥!P¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P ¥!P Bransford A v e Howard Ave Newberry St Em m e t t S t CurranSt Parnell St Cha f e e A v e Moo r e A v e LaneyWalkerBlvd Beman St Dr u i d P a r k A v e Em m e t S t r e e t L n Mcanally St MulherinSt 1205 1202 937 939 941 943 945 947 949 951 953 955 959 1144 1142 1138 1140 1136 1132 1130 1128 946 944 942 940 938 1201 1209 1211 1213 1215 1217 1219 1223 1037 1025 1019 1017 1057 1005 1029 1015 1053 1035 1061 1537 1535 1536 1539 1111 1119 1125 1127 1131 1133 1139 1141 1143 1102 1106 1108 1118 1122 1126 1128 1132 1140 1142 1144 1105 1135 1209 1255 1104 1139 1137 1135 1133 1131 1100 1132 11301129 1127 1123 1119 1115 1111 1109 1107 11031101 1128 1112 1138 1226 1232 151715191521 1717 1709 1527 1553 1551 1550 1520 1514 1545 1552 1544 1540 1532 1518 1720 17261751 1750 17481746 1744 1735 1737173917451749 936938 1005 1007 1013 1015 1021 1010 1012 101410161018102010221024 1753 162816301632 1625162716291631 1616 1606 1604 1602 1620 16141612 1610 1608 µ Produced By:City of AugustaInformation Technolgy Department - GIS Division525 Telfair Street, 3rd FloorAugusta, GA 3090110/31/2013 perry Augusta Map 0 100 20050Feet Augusta, GA Disclaimer The data represented on this map has been compiled by the best methodsavailable. Accuracy is contingent upon the source information as compiledby various agencies and departments both internal and external to theconsolidated government of Augusta, GA. Augusta, GA and the companiescontracted to develop these data assume no legal responsibilities for theinformation or accuracy contained on this map. It is strictly forbidden tosell or reproduce these maps or data for any reason without the writtenconsent of the Augusta-Richmond County Commission. B:\_ M a r q u e s \ 0 _ A d d r e s s i n g \ A d d r e s s M a n a g e m e n t . m x d 1 inch = 200 feet Attachment number 1 \nPage 11 of 13 Item # 4 1 Marques Perry From:Erick Montgomery <erick@historicaugusta.org> Sent:Tuesday, March 18, 2014 4:28 PM To:Marques Perry Subject:Re: McAnally Street Historical Significance Marques, I have an update and correction for McNally Street (AKA McAnally Street). The origin of the name was not actually for Thomas McNally as I stated before, but actually for the Rev. Henry J. McNally, who was the pastor of Saint Patrick's Church on Telfair Street. He served the parish between 1879 and 1882, left to take charge of a college in Macon, and then came back to Augusta as priest between 1884 and 1888, or possibly a bit longer. Therefore he was the priest in charge at Saint Patrick's in 1887 when Eugene J. O'Connor platted his subdivision. O'Connor was a parishioner at Saint Patrick's, and named the street in honor of his priest. Saint Patrick's is now known as the Church of the Most Holy Trinity (Catholic). Let me know if you need additional information. Erick Montgomery Executive Director Historic Augusta, Inc. P. O. Box 37 Augusta, GA 30903 (706) 724-0436 - voice (706) 724-3083 - fax Erick@historicaugusta.org On Fri, Mar 7, 2014 at 5:14 PM, Marques Perry <Perry@augustaga.gov> wrote: Good Afternoon Erick, We currently have a request to designate McAnally Street with a memorial road name of Lorena Gandy Way that commences at Beman St and terminates at its dead-end beyond Emmett St. Please see the attached map for references. Even though this is only for memorial purposes, we still would like to know if there is any historical significance to the name as is. If you would please respond to the following: 1) Does the name commemorate noteworthy persons associated with Augusta-Richmond County? 2) Does the name commemorate local history, places, events or culture? 3) Does the name relate to a structure or identity in the surrounding community? Attachment number 1 \nPage 12 of 13 Item # 4 RESOLUTION WHEREAS: Annie Rogers initiated a request for a Road Name Change for McAnally Street, that begins at Beman St and terminates just east of Emmett Street; WHEREAS: The existing road name of McAnally Street does appear to have significance in the area and will remain as the official road name; WHEREAS: It is proposed that this entire portion of McAnally Street, between Beman Street to its termination just east of Emmett Street, be assigned the memorial road name of Lorena Gandy Way; WHEREAS: The road name change is acceptable to the minimum requirement of 66% of the adjoining property owners (66%, or 2 of 3 adjoining property owners, have approved the name designation) along McAnally Street; WHEREAS, this road name change request is being made to honor the commitment Lorena Young Gandy, alumna of Paine College, held to the college and the surrounding community. NOW THEREFORE, BE IT RESOLVED BY THE AUGUSTA COMMISSION: THEREFORE: Let it be known that Augusta, Georgia does hereby adopt the memorial road name assignment of McAnally Street, from Beman Street to just east of Emmett Street, with Lorena Gandy Way. Traffic Engineering should be notified of the memorial road designation and road signs should be erected accordingly and before July 1, 2014. ______________________________ ______________________________ Nancy Morawski, Clerk of Commission Deke Copenhaver, Mayor CERTIFICATE The undersigned qualified and acting Clerk of the Augusta Commission certifies that the foregoing is a true and correct copy of a resolution adopted at a legally convened meeting of the Augusta Commission held on ________________________. ______________________________ Nancy Morawski, Clerk of Commission ______________________________ Date Attachment number 1 \nPage 13 of 13 Item # 4 Commission Meeting Agenda 4/15/2014 2:00 PM ZA-R-231 Department:Planning Commission Caption: ZA-R-231 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition to amend the Comprehensive Zoning Ordinance by adding a new section, Section 25-F, Professional Office Park District Classification, and for other purposes. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 5 1 PROFESSIOAL OFFICE PARK DISTRICT CLASSIFICATIO SECTIO 25-F POPD (PROFESSIOAL OFFICE PARK DISTRICT) ZOE 25-F-1 Statement of Intent: The intent of this section is to provide for development of professional office buildings and parks, and certain service and retail uses which are compatible with, and supportive of, professional office buildings and parks. 25-F-2 Permitted Uses: The following land uses are permitted in a POPD (Professional Office Park District) Zone, subject to staff approval of the plan: a) Accounting, auditing and bookkeeping services. b) Advertising. c) Adult day-care. d) Child day-care services, including outdoor play areas e) Computer programming, data processing and other computer related services (other than sales, leasing or rental activities, or repairs). f) Consulting services, unclassified. g) Consumer credit reporting agencies, collection agencies, etc. h) Dental laboratories. i) Depository institutions. j) Engineering, architectural and surveying services. k) Health services, offices and clinics. l) Holding and other investment offices. m) Insurance agents, brokers and services. n) Legal services. o) Libraries. p) Mailing, reproduction, commercial art and photography and q) Stenographic services. r) Management and public relations services. s) Non-depository credit institutions. t) Office buildings of all types. u) Open Space, Park and recreation facilities, public or private (noncommercial). v) Passenger transportation arrangement (travel agent). w) Personnel supply services. x) Radio and TV broadcasting stations. y) Real estate services. z) Religious organizations. aa) Security and commodity brokers, dealers, exchanges and services. bb) Tax return preparation services. cc) Telephone, telegraph and other message communication services. Attachment number 1 \nPage 1 of 7 Item # 5 2 dd) Accessory uses, subject to the limitations in Section 25-F-2 and Section 25-F-4 ee) Temporary sales and events subject to the provisions of Section (Section of City Code regulating such an event) ff) Special uses listed in the Use Matrix may be permitted, and are subject to the issuance of a special use permit pursuant to the provisions of the applicable section of the city code. 25-F-3 Size of Tract: The minimum size of any tract to be zoned and developed in a Professional Office Building District shall be twenty-five (25) acres and the tract shall have permanent paved access to a paved public road or a road to be paved and dedicated to the public. 25-F-4 Area Limitations: a) Office Uses: A maximum of seventy-five (75%) percent of the total area of the proposed development may be devoted to office uses. b) Accessory Uses: A maximum of five percent (5%) of the remaining area of the tract may be devoted to the permitted accessory uses listed in Section 25-F-2. It shall exclude portions of the tract devoted to usable open space and recreational uses. c) Open Space, Park and Recreation Facilities, Public or Private (noncommercial): A minimum of twenty-five percent (25%) of the area of the tract shall be devoted to noncommercial open space, and recreation facilities. The area reserved for recreational and/or open space uses shall be held in common for the enjoyment of the occupants of the office development and accessory uses. 25-F-5 Area: a) The minimum size of any tract to be zoned and developed in a Professional Office Park District shall be twenty-five (25) acres. 25-F-6 Height: a) The maximum height of a building shall not exceed twelve (12) stories or one hundred forty-four (144) feet from the finished grade. , 25-F-7 Setbacks - Buildings: a) Front Setback: There shall be a front yard setback in a POPD zone of not less than one hundred (100) feet from any structure to an adjoining street right-of-way. b) Side and Rear Setbacks: There shall be a side and rear yard setbacks in a POPD zone of not less than twenty (20) feet from any structure to an adjoining property line zoned or Attachment number 1 \nPage 2 of 7 Item # 5 3 used for agricultural or residential use. Structures over twenty (20) feet in height shall be set back an additional one (1) foot for every two (2) feet in height over twenty (20) feet. There shall be a side and rear yard setbacks in a POPD zone of not less than ten (10) feet from any structure to an adjoining property zoned or used for office, commercial or industrial uses. 25-F-8 Setbacks - Parking: a) There shall be a setback in a POPD zone of not less than forty (40) feet from any parking space to an adjoining street right-of-way. b) There shall be a setback in a POPD zone of not less than fifty (50) feet from any parking space to an adjoining property zoned or used for agricultural or residential use. c) Where a POPD zone adjoins property zoned or used for office, commercial or industrial use, the setback for any parking space shall be the same as required by the zoning of the 25-F-9 Development and Performance Standards: a) Building Orientation: All buildings shall be oriented toward street frontage unless an exception is granted to improve the site design or to facilitate the use of solar power. b) Parking: Off-street parking and loading shall be provided in accordance with the requirements set forth in Section 4 of this Ordinance. c) Streets: Internal streets intended to be dedicated to Augusta, Georgia, as well as any internal private streets shall conform to the requirements of the Street and Road Design Technical Manual. d) Signage: Signage shall be provided in accordance with the requirements set forth in Section 28-B of this ordinance. e) Landscaping and Buffers: Natural landscaping and buffers shall be provided in accordance with the requirements of the Augusta Tree Ordinance and Tree Ordinance Illustrated Guide (Chapter 8-4-1 thru 8-4-17 of the Augusta, Georgia Code). f) Outdoor Displays and Equipment: No merchandise shall be stored or displayed outside buildings, and no equipment or vehicles, except for passenger vehicles, shall be stored outside buildings. Attachment number 1 \nPage 3 of 7 Item # 5 4 g) oise: Noise levels should not exceed those specified in Chapter 3-6-1 thru 3-6-4 of the Augusta, Georgia Code. h) Merchandise Sales: Sale of merchandise from a vehicle or temporary structure is prohibited, except as provided for by a temporary sales and events permit. 25-F-10 Traffic Impact Analysis: An application for approval of a project in a POPD (Professional Office Park District) Zone shall include a traffic impact analysis to determine whether the roadway network in the area of the proposed development will be able to handle the existing through traffic, plus the additional traffic that the development will generate. a) General Requirements of Traffic Impact Analysis 1. The analysis shall be prepared by a Professional Engineer registered with the State of Georgia with expertise in traffic engineering. 2. Prior to completing the Traffic Impact Analysis, the applicant and the Professional Engineer shall hold a scoping meeting with the Planning and Development Director and the City Traffic Engineer to determine the following parameters for the analysis: Trip generation assumptions; Growth Rate for future year traffic estimation; Trip distribution; Pass-by traffic and/or internal capture; Non-traditional peak hour studies, if required; Whether or not truck or heavy vehicle distributions need to be considered separately; Any other approved development applications within the study area; Funded capital improvement projects that will increase the capacity of the roadways in question; Site construction phasing; and If a signal warrant analysis for high volume un- signalized intersections is needed. 3. The City will prepare a Memorandum of Understanding (MOU) that outlines the agreements made during the scoping meeting. The applicant shall return the signed MOU to the Planning and Development Director. The Professional Engineer cannot begin work on the analysis until both the City and the applicant have signed the MOU. b) Traffic Analysis Study Area Boundary 1. The analysis study area shall at a minimum include any roadways and intersections within one-half mile of the development application proposal. 2. The study area may be modified if the Planning and Development Director: Attachment number 1 \nPage 4 of 7 Item # 5 5 · Determines a larger study area or additional roadways or intersections for analysis are required due to the size or characteristics of the development application proposal; or · Waives the need to study roadways or intersections that are determined not to be significantly affected by the development application proposal, as long as all key intersections within the study area are studied. c) Traffic Analysis Period: The analysis shall examine future traffic conditions one year after the development application proposal is scheduled to be completed (build +1). d) Traffic Analysis Software: The study shall be performed using the operational analysis of the latest Highway Capacity Manual and traffic analysis software approved by the city of Augusta. Other software packages, such as Synchro, are preferred for coordinated signal systems, and may be required for supplemental analysis. 25-F-11 Application Procedures: a) An application for rezoning of property to POPD (Professional Office Park District) shall be accompanied by a preliminary development plan for the subject property. b) The preliminary development plan shall include, at a minimum: 1. A boundary and topographic plat of the land showing all rights-of-way and easements affecting the property. 2. A plat showing the proposed location of buildings, including the number of stories and square footage contained in each, the location of areas reserved for open space, park and recreation facilities and the location of all curb cuts, driving lanes, parking areas and pedestrian ways. 3. A statement of proposed uses on a building by building basis. 4. Elevation drawing of a typical building 5. The traffic impact analysis as required by Section 25-F-10 of this ordinance. 6. A general landscaping plan for the entire site. 7. A signage plan for the entire site. 8. If applicable, a project phasing plan as required by Section 25-F-12 of this ordinance. c) Assuming the rezoning is approved by the Augusta Commission, the applicant will then follow the procedures and requirements of the Augusta Site Plan Regulations in obtaining final approval of the site plan for the property. d) The approved final plat and approved site plan are binding and shall be a restriction on development which runs with the land. Any unauthorized deviation therefrom shall be punishable and enforceable as a violation of this section. Attachment number 1 \nPage 5 of 7 Item # 5 6 25-F-12 Project Phasing: In the event that a project will be completed in phases, the following shall apply: a) The applicant shall submit a phasing plan as part of the application. b) Each phase shall be designed to “stand alone” so that if subsequent phases are not constructed, the completed portion of the project constitutes a coherent development logically interconnected with surrounding areas. c) Certain project elements, such as open space and recreational amenities, must be provided for each phase of development in rough proportion to the size of the particular phase within the whole project. In certain circumstances, this may also require that infrastructure improvements shown within a later phase of the project be constructed within an earlier phase, or appropriate securities provided to ensure that construction occurs even if the later phase never takes place. 25-F-13 Time Limit and Extensions: The following time limits apply to projects located in a POPD zone: a) Approval of a site plan shall be valid for five years from the date approved. Construction on any and all phases must be complete for final approval within five years of the date of site plan approval. b) Approval may be extended by resolution of the Augusta Commission for a maximum of two (2) additional years; provided, that: 1. A written request for extension has been received at least 30 days prior to the date of expiration; and 2. The applicant demonstrates that extraordinary and unforeseen circumstances have precluded compliance with the five-year time limit. 25-G-7 Enforcement: If the applicant does not begin, and substantially complete the approved project, or any phase of the project, within the established time limits, the Planning and Development Director shall review the project and may recommend to the Augusta Commission that: a) The time for its completion be extended, upon a showing that the project can be completed within six months, and that the applicant has posted bond or other acceptable securities to ensure completion of any unfinished work; or b) That the approval of the project be revoked. Attachment number 1 \nPage 6 of 7 Item # 5 7 Attachment number 1 \nPage 7 of 7 Item # 5 Commission Meeting Agenda 4/15/2014 2:00 PM ZA-R-232 Department:Planning Commission Caption: ZA-R-232 – A request for concurrence with the Augusta Georgia Planning Commission to approve a petition to amend the Comprehensive Zoning Ordinance by amending Section 28-A- 5 (Telecommunication Tower - District Regulations) to require stealth towers in all Residential and Professional zones. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 6 ORDINANCE ______ An Ordinance to amend the Comprehensive Zoning Ordinance adopted by the Augusta, Georgia Commission effective September 16, 1997 by amending Section 28-A (Telecommunication Tower) THE AUGUSTA COMMISSION HEREBY ORDAINS: SECTIO I. That the Comprehensive Zoning Ordinance is amended by deleting the following language in Section 28-A-5-C in its entirety: C. Two-family Residential (R-2), Multiple-Family Residential (R-3A, R-3B, and R- 3C), Manufactured Home Residential (R-MH), and Professional (P-1) Zones. 1. Telecommunication facilities or antenna, and stealth facilities shall be permitted uses in the R-2, R-3A, R-3B, R-3C, R-MH, and P-1 zones, if they are located on existing nonresidential structures, and as long as they do not exceed the height allowable in the zone. Whip antennas or panel antennas may extend twenty (20) feet above the height limit. 2. Otherwise, telecommunications towers may be located in the R-2, R-3A, R-3B, R-3C, R-MH, and P-1 zones upon the granting of a special exception. 3. Factors to be considered in granting a Special Exception are identified in 28-A-6. SECTIO II. That the Comprehensive Zoning Ordinance is amended by adding the following language in Section 28-A-5-B: B. Single-family Residential Zones (R-1, R-1A, R-1B, R-1C, R-1D, and R-1E); Two-family Residential (R-2); Multiple-Family Residential Zones (R-3A, R-3B, and R-3C) and Professional Zones (P-1): 1. Telecommunication facilities not exempted under 28-A(3) may not be located in an R zone or P-1 zone as permitted uses; 2. Monopole and antenna telecommunication facilities may be located in a residential or professional zone upon the granting of a Special Exception. 3. In order to qualify for consideration by Special Exception in an R zone or P-1 zone, telecommunication facilities must be located on existing nonresidential structures, or designed as stealth facilities. Whip antennas or panel antennas may extend twenty (20) feet above the height limit. 4. Factors to be considered in granting a Special Exception are identified in 28-A-6. Attachment number 1 \nPage 1 of 2 Item # 6 SECTIO III . All Ordinances or parts of Ordinances in conflict with this Ordinance are hereby repealed. Duly adopted by the Augusta-Richmond County Commission this ______ day of __________________, 2014. __________________________________________ MAYOR, AUGUSTA COMMISSION AUGUSTA, GEORGIA ATTEST: ________________________________________ LENA BONNER, CLERK First Reading: ____________________________ Second Reading: __________________________ Attachment number 1 \nPage 2 of 2 Item # 6 Commission Meeting Agenda 4/15/2014 2:00 PM Airport Credit Card Parking Lot Bid & Contract Department:Augusta Regional Airport Caption:Request the Augusta Commission approve the bid selection and contract between Augusta Regional Airport and Reeves Construction, Inc. for the repairs of the Credit Card Lot Project as approved by the Augusta Aviation Commission at their February 27, 2014 Meeting. (Bid 14-121) Background:This parking lot, located north of the terminal, previously served as a long term parking lot, and most recently as the Rental Car Ready lot. Currently, the parking lot is out of service for automobile parking. The Airport intends to return this parking lot to service for public parking. Prior to its return to service, the parking lot requires rehabilitation and installation of access control equipment. This Project involves the rehabilitation of approximately 8255 square yards of asphalt parking lot. The asphalt pavement is showing signs of age and stress related distress including block cracking and alligator cracking. It appears as though some maintenance has been completed as there are concrete patches in a few locations within the parking lot. The Augusta Aviation Commission through the County Procurement Department issued a Request For Bids (RFB) for a Contractor to perform the tasks required by the design documents. As a result, one bid was received. Reeves Construction, Inc.- $336,100.50 Analysis:County Procurement has reviewed the information provided at the bid opening and found the information provided to be complete. Reeves Construction, Inc. has completed several similar Airport projects on time and within budget. A contract is presented which includes all terms and conditions of the scope of work to be performed by Reeves Construction, Inc. Financial Impact:The total cost of this project is $336,100.50. Alternatives:Deny request.Cover Memo Item # 7 Recommendation:Approve the bid selection and contract between Augusta Regional Airport and Reeves Construction, Inc. for the repairs of the Credit Card Lot Project. Funds are Available in the Following Accounts: 551081201-5421110 REVIEWED AND APPROVED BY: Cover Memo Item # 7 Page 1 Bid 1- ________Credit Card Lot Repairs Project DRAFT CONTRACT AUGUSTA-RICHMOND COUNTY FOR THE AUGUSTA REGIONAL AIRPORT And (CONTRACTOR) CREDIT CARD LOT REPAIRS PROJECT Attachment number 1 \nPage 1 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 2 of 18 This Contract for the provision of Credit Card Lot Repairs Project (hereinafter designated as the "Contract") made and entered into as of __________________(DATE), by and between the City of Augusta (City) for the AUGUSTA REGIONAL AIRPORT, (hereinafter designated as "Airport”) and ____________________ (hereinafter designated as “Contractor”). WITNESSETH: WHEREAS, the City is the owner and operator of a full service commercial airport known as the Augusta Regional Airport at Bush Field (the Airport); WHEREAS, the City solicited a bid for the provision of Credit Card Lot Repairs at the Airport; and Whereas, Contractor provided a bid in compliance with City, Federal Aviation Administration (FAA) and all other applicable federal regulations. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements herein contained, the City and Contractor hereby agree as follows: OBJECTIVES OF SERVICES The objective of contracting the services described in this Contract is the provision of Credit Card Lot Repairs in accordance with the plans and specifications set forth herein. The Airport is a full-service commercial airport, served by Delta (ASA) Airlines, American and U.S. Airways routinely provide 100% of the commercial arrival and departure traffic. The commercial traffic is comprised of sixteen (16) daily arrivals and sixteen (16) daily departures, seven (7) days per week. The facilities are operated twenty four (24) hours/day, seven (7) days/week and three hundred sixty-five days per year. The work involves the rehabilitation of approximately 8255 square yards of asphalt parking lot and the installation of entry/exit control equipment. SECTION 1.0 ARTICLE I SCOPE OF WORK 1.1 The term “Work” means the construction, labor, materials, equipment, tools, machinery, testing, temporary services and utilities, supervision, administration, coordination, planning, insurance, bonds, transportation, security, and all other services and things necessary to provide the Owner with the facilities, improvements, features, and functions described in the Specifications identified in Attachment 1, and the Drawings identified in Attachment 2. The Specifications and the Plans are hereby incorporated into and made a part of this Contract. The Contractor agrees to complete the Work in a good, firm, substantial and workmanlike manner in strict conformity with this Contract. 1.2 Additionally, the following specific items shall be considered a part of the Contract Documents by reference when appropriately executed. 1.2.1 100% Labor and Materials Payment Bond. 1.2.2 100% Performance Bond. 1.2.3 The Certificate of Insurance 1.2.4 The Contractor's completed Bid Form dated _________________, 2014. Attachment number 1 \nPage 2 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 3 of 18 1.3 The Contractor agrees to furnish all of the materials and all of the equipment and labor necessary and to perform all of the work entitled Credit Card Lot Repairs Project in compliance with the Specifications and Drawings dated July 26, 2013, prepared by Mead & Hunt, Inc., 307 W. Main Street, Lexington, South Carolina, 29072, and in accordance with the requirements and provisions of these Contract Documents. 1.4 Unless otherwise modified, the Contractor shall furnish all of the Work in accordance with the Contract and all incidental work necessary to complete the Project in an acceptable manner, ready for use, occupancy, or operation by the Airport. The Contractor shall be responsible for the entire Work and every part thereof. ARTICLE II. TIME, TERM AND PAYMENT 2.1 Contract Time. The Contractor shall commence the Work under this Contract within ten (10 ) calendar days from the date of receiving the Notice to Proceed, as evidenced by official receipt of certified mail or acknowledgment of personal delivery, and shall fully complete the Work within forty five (45) calendar days from receiving such Notice to Proceed. The Contract Time may be extended only by Change Order approved and executed by the Aviation Commission, the County and the Contractor in accordance with the terms of this Contract. 2.2 Contract Price. As full payment for the faithful performance of this Contract, the County shall pay the Contractor the Contract Price, which is an amount not to exceed of _____________________unless changed by written Change Order in accordance with the terms of this Contract. Any increase of the Contract Price shall be by Change Order adopted and approved by the Aviation Commission, the County and the Contractor in accordance with the terms of this Contract. 2.3 Subject to satisfactory completion of work performed, payments on account thereof shall be made as set forth in Section 90 Measurement and Payment: 2.4 Contractor and County agree to abide by all applicable provisions of Georgia state law concerning retainage, including but not limited to O.C.G.A. §13-10-80. If the terms of this Contract concerning retainage conflict with state law, state law governs. 2.5 Invoices. Original invoice(s) must be submitted as follows: Gary Siegfried Mead & Hunt, Inc. 307 W. Main Street Lexington, SC 29072 With a Copy to: Risa Bingham Augusta Regional Airport 1501 Aviation Way Augusta, GA 30906 Ph: (706) 798-3236 FAX: (706) 798-1551 Attachment number 1 \nPage 3 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 4 of 18 ARTICLE III FEDERAL WORK AUTHORIZATION Pursuant to O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02, the County cannot enter a contract for the physical performance of services unless the Contractor and its Subcontractors register and participate in the Federal Work Authorization Program to verify specific information on all new employees. 3.1 Contractor certifies that it has complied and will continue to comply with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. 3.2 Contractor agrees to sign an affidavit evidencing its compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. The signed affidavit is attached to this Contract as Attachment ___. 3.3 Contractor agrees that in the event that it employs or contracts with any Subcontractor(s) in connection with this Contract, Contractor will secure from each Subcontractor an affidavit that indicates the employee-number category applicable to that Subcontractor and certifies the Subcontractor’s current and continuing compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. Any signed Subcontractor affidavit(s) obtained in connection with this Contract shall be attached hereto as Attachment ___. ARTICLE IV CORPORATE AUTHORITY Contractor executed the Certificate of Corporate Authority attached hereto as Attachment ____. The officials of the Contractor executing this Contract are duly and properly in office and are fully authorized and empowered to execute the same for and on behalf of the Contractor. Contractor has all requisite power and authority to enter into and perform its obligations under this Contract. The execution and delivery by the Contractor of this Contract and the compliance by the Contractor with all of the provisions of this Contract (i) is within the purposes, powers, and authority of the Contractor; (ii) has been done in full compliance with applicable law and has been approved by the governing body of the Contractor and is legal and will not conflict with or constitute on the part of the Contractor a violation of or a breach of or a default under any indenture, mortgage, security deed, pledge, note, lease, loan, or installment sale agreement, contract, or other agreement or instrument to which the Contractor is a party or by which the Contractor is otherwise subject or bound, or any license, judgment, decree, law, statute, order, writ, injunction, demand, rule, or regulation of any court or governmental agency or body having jurisdiction over the Contractor; and (iii) has been duly authorized by all necessary action on the part of the Contractor. This Contract is the valid, legal, binding and enforceable obligation of the Contractor. ARTICLE VI INDEPENDENT CONTRACTOR Contractor is acting, in performance of this Contract, as an independent Contractor. Personnel supplied by the Contractor or its agents or subcontractors hereunder are not the City’s or the Airport’s employees or agents and Contractor assumes full responsibility for their acts. Contractor shall be solely responsible for the payment of compensation to Contractor's employees and subcontractors. The City shall not be responsible for payment of Worker's Compensation, disability benefits, and unemployment insurance or for withholding and paying employment taxes for any Contractor employee, or Contractor's subcontractors or agent's employees, but such responsibility shall be solely that of Contractor. This clause of the contract does not prevent the Airport from requiring Contractor to have its employees follow normal rules and guidelines for work performance, redirecting the efforts of the employees to meet the needs of the facilities, performing safety or from requiring Contractor to perform the requirements of this Contract satisfactorily, according to the terms set forth herein. No act or direction of the City or Airport shall be deemed to be the exercise of supervision or control of the Contractor’s performance hereunder. ARTICLE VII CONTRACTOR'S PERFORMANCE 7.1 Contractor shall, at its own expense, furnish all necessary equipment, management, supervision, labor, technical support and other accessories and services for maintenance, and the performance of other services as described in Attachment number 1 \nPage 4 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 5 of 18 these Contract Documents. Such services shall be performed in strict accordance with the General Conditions and Special Conditions. 7.2 All performance shall be subject to inspection and approval by the Aviation Director or his designee as provided in said Performance Work Statement. If the Contractor's performance is, or becomes unsatisfactory, as determined by the Aviation Director, an appropriate reduction in payment due will be made from Contractor's invoice and Contractor will be directed to correct the unsatisfactory performance. The correction of unsatisfactory performance shall be at no additional cost to Airport. ARTICLE VIII AUTHORIZED REPRESENTATIVES 8.1 CITY/AIRPORT’S REPRESENTATIVE AIRPORT’S REPRESENTATIVE: shall be Clarence Fennell, Aviation Division or his designee. 8.2 CONTRACTOR’S REPRESENTATIVE(S) Contractor must designate in writing a person(s) acceptable to Airport to serve as its representative ("Contractor’s Representative”) in all dealings with Airport. Contractor’s Representative may be changed upon prior written notice delivered to Airport’s Representative. Contractor’s representative shall be ____________________. ARTICLE XIV PATENT INDEMNITY Except as otherwise provided, the Contractor agrees to indemnify the City and its Board of Commissioners, Aviation Commission, officers, agents and employees against liability, including costs and expenses for infringement upon any letters or patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City of supplies furnished or construction work performed hereunder. ARTICLE X CHANGES The City may, during the Contract period, make changes to the Scope of Work, which may result in changes to the general scope of the Contract and its provisions. Written agreements, changes, or amendments to this Contract shall not be binding upon the City unless signed by the Aviation Commission. ARTICLE XI CONTRACTOR’S OBLIGATIONS The Contractor shall, in good workmanlike manner, do and perform, all work and furnish all supplies and materials, machinery, equipment, facilities, and means, except as herein otherwise expressly specified, necessary, or proper to perform and complete all the Work required by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said Specifications and in accordance with the Drawings of the Work covered by this Contract and any and all supplemental drawings of the Work covered by this Contract. Contractor shall furnish, erect, maintain, and remove such construction, plants, and such temporary works as may be required. Contractor alone shall be responsible for the safety, efficiency, and adequacy of its plants, appliances, and methods, and for any damage which may result from their failure or their improper construction, maintenance, or operation. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements and limitations of the Contract and Specifications, local ordinances, and state and federal laws; and shall do, carry on, and complete the entire Work. ARTICLE XII TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT Attachment number 1 \nPage 5 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 6 of 18 To the extent that it does not alter the scope of this Contract, the County may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by Contractor under this Contract. ARTICLE XIII COMMERCIAL ACTIVITIES Neither Contractor nor its employees may establish any commercial activity or issue concessions or permits of any kind to third parties for establishing activities at the Airport. ARTICLE XVI CONTINGENT FEES Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Contract; and that Contractor has not paid or agreed to pay any company, association, corporation, firm or person, other than a bona fide employee working for Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Contract. For the breach or violation of this warranty and upon a finding after notice and hearing, the City may terminate the Contract and, at its discretion, may deduct from the Contract Sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or consideration. ARTICLE XV RIGHTS AND REMEDIES The rights and remedies of City provided in this paragraph are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract. ARTICLE XVI REPRESENTATIONS AND WARRANTIES 16 Contractor’s Representations and Warranties Regarding Capacity to Contract and Perform Work/Services. In order to induce the City to enter into this Contract, Contractor hereby represents and warrants to the City as of the date above written that: 16.1. Contractor is duly organized and validly existing in good standing under the laws of the state of ____________ in which it is organized, is qualified to do business in all jurisdictions in which it is operating, and has the power and authority to execute and deliver and to perform its obligations under this Contract and the documents to which it is signatory; and 16.2 The execution, delivery and performance by Contractor and its undersigned representative(s) of this Contract and other documents to which Contractor is a signatory do not require the approval or consent of any other person, entity or government agency and do not result in any breach of any agreement to which Contractor is a party or by which it is bound; and 16.3 The execution, delivery and performance by Contractor of this Contract and other documents to which it is a signatory have been duly authorized by all necessary action, and constitute legal, valid and binding obligations of Contractor, enforceable against Contractor in accordance with its terms; 16.4 No action, suit or proceeding to which Contractor is a party is pending or threatened that may restrain or question this Contract, or any other document to which it is a signatory, or the enjoyment of rights or benefits contemplated herein; and 16.5 Contractor has not been debarred by any city, state or federal agency. ARTICLE XVII ASSIGNMENT 17. Without the prior written consent of City, Contractor may not assign, transfer or convey any of its interests under this Contract, nor delegate any of its obligations or duties under this Contract except as provided herein. Attachment number 1 \nPage 6 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 7 of 18 17.1 Consent of City Required. Any assignment of this Contract or rights under this Contract, in whole or part, without the prior written consent of City will be void, except that, upon ten (10) calendar days prior written notice to City, Contractor may assign monies due or to become due under this Contract. Any assignment of monies will be subject to proper setoffs in favor of City and to any deductions provided for in this Contract. 17.2 No Relief of Responsibilities. No assignment will be approved which would relieve Contractor of its responsibilities under this Contract. 17.3 Parties Bound. This Contract will be binding upon and inure to the benefit of City and Contractor and their respective successors and assigns. ARTICLE XVIII NOTICES 18. Delivery. All notices given by either party to the other under this Contract must be in writing and may be delivered by: (i) regular mail, postage prepaid; (ii) certified or registered mail; (iii) facsimile; or (iv) hand- delivery, to the parties at the addresses and facsimile numbers set forth in the Clause titled “Addresses”. 18.1 Receipt. Notices sent by mail will be deemed to be received upon deposit in the mail, properly addressed. Notices sent by certified or registered mail will be deemed to be received upon the date of the acknowledgment. Notices sent by facsimile will be deemed to be received upon successful transmission to the proper facsimile number. Notices delivered by hand-delivery will be deemed to be received upon acceptance by the respective party or its agent. 18.2 Change of Address or Facsimile Number. Either party may, at any time, change its respective address or facsimile number by sending written notice to the other party of the change. 18.3 Addresses. To CITY: For all notices to City the address will be: Executive Director Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 With a copy to: Augusta General Counsel Augusta Richmond County Department of Law 501 Greene St. Augusta, Georgia 30901 To CONTRACTOR: For all notices to CONTRACTOR the address will be: _____________________________ _____________________________ _____________________________ _____________________________ ARTICLE XIV WAIVER Attachment number 1 \nPage 7 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 8 of 18 The failure of City to seek redress for any violation of or to insist upon the strict performance of, any term of this Contract will not prevent a subsequent violation of this Contract from being actionable by City. The provision in this Contract of any particular remedy will not preclude City from any other remedy. ARTICLE XX COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS Contractor covenants and agrees that it, its agents and employees will comply with all Georgia, county, state, and federal laws, rules, regulations, Airport Rules and Regulations and City ordinances applicable to the work to be performed under this Contract, and that it shall obtain all necessary permits, pay all license fees and taxes to comply therewith. Further, Contractor agrees that it, its agents, and employees will abide by all rules, regulations, and policies of Airport during the term of this Contract, including any renewal periods. All references to City or Federal codes, provisions, regulations, and rules are incorporated by reference as if fully set forth herein. ARTICLE XXII RIGHT TO INSPECT PREMISES. The City may, at reasonable times, inspect the part of the plant, place of business, or work site of Contractor or any of its subcontractor or subunit thereof which is pertinent to the performance of this. ARTICLE XXIII ROYALTIES AND PATENTS The Contractor shall hold and save the Aviation Commission, City and its elected officials, officers, agents, servants, and employees, harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Contract, including its use by the City, unless otherwise specifically stipulated in the Contract. ARTICLE VVX INSURANCE During the term of this Contract, Contractor shall provide, pay for, and maintain with companies reasonably satisfactory to the City and the Aviation Commission, the types of insurance as set forth in the Augusta-Richmond County Code, and Georgia law as the same may be amended from time to time, and as described herein. All insurance shall be issued by insurance companies eligible to do business in the State of Georgia and with an Insurer rated “A” or better by AM Best. All policies shall include hold harmless provisions. In the event of a conflict between the provisions of the Augusta-Richmond County Code and this Contract, the more stringent requirement shall govern. In no event shall Contractor maintain any insurance less than the requirements set forth in the Augusta-Richmond County Code, as amended. 25.1 All liability policies of Contractor and its subcontractors shall provide coverage that includes, or has the same substantive effect as the following: 25.2 The Contractor shall procure and maintain continuously in effect throughout the term of its activities upon the Airport at Contractor’s sole expense, insurance of the types and in at least such minimum amounts as set forth in this Section. 25.3 The Contractor’s insurance policies as required by this Contract shall apply separately to the Airport as if separate policies had been issued to Contractor and Airport. The Contractor’s Comprehensive General Liability policy shall protect the Augusta, GA, its officers, elected officials, employees, agents and the Aviation Commission and its employees against any and all liability created by reason of Contractor’s conduct. Attachment number 1 \nPage 8 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 9 of 18 25.4 The Contractor’s insurance shall not be subject to cancellation or material alteration until at least thirty (30) days written notice has been provided to the City’s Risk Manager. (a) Contractor shall furnish to the Risk Manager Certificates of Insurance evidencing that all of the herein stated requirements have been met. The amount or amounts of all required policies shall not be deemed a limitation of the Contractor’s Contract to indemnify and hold harmless Augusta, GA, its officers, elected officials, employees, agents and the Aviation Commission and its employees; and in the event Contractor or Augusta, GA shall become liable in an amount in excess of the amount or amounts of such policies, then the Contractor shall save Augusta, GA, its officers, elected officials, employees, agents and the Aviation Commission and its employees harmless from the whole thereof, except in the event of gross negligence of Augusta, GA. 25.5 The Contractor is required to maintain minimum insurance to protect the Contractor and Augusta, GA from the normal insurable liabilities that may be incurred by Contractor. In the event such insurance as required shall lapse, Augusta, GA and the Aviation Commission reserve the right to obtain such insurance at the Contractor’s sole expense. 25.6 The insurance policies for coverage listed in this Section shall contain a provision that written notice of cancellation or any material change in policy by the insurer shall be delivered to the City no less than thirty (30) days prior to cancellation or change. 25.7 Contractor shall carry the following types and minimum amounts of insurance coverage at the Airport: (a) Worker’s Compensation Insurance - With employer’s liability coverage of at least $1,000,000 each accident, $1,000,000 each employee and a $1,000,000 disease policy limit. The foregoing insurance shall be endorsed to state that that the workers’ compensation carrier waives its right of subrogation against the Augusta Richmond County Board of Commissioners, their officers, agents, elected and appointed officials, representatives, volunteers, and employees, the Aviation Commission and the Airport. (b) Comprehensive General Liability Insurance – In the amount of Five Million ($5,000,000) against claims for bodily injury, death or property damage occurring on, in about the Contractor’s premises and the Airport, in an amount recommended by the Risk Manager and acceptable to the Airport. Said coverage shall include products and completed operations. The foregoing insurance shall be endorsed to state that it will be primary to the Aviation Commission’s insurance and that the carrier waives its right of subrogation against Augusta-Richmond County, the Aviation Commission, the Airport, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. Augusta-Richmond County Commission, the Aviation Commission, the Airport, and their officers, agents, elected and appointed officials shall be added as additional insureds on said policies, including products and completed operations. Said policy shall contain Severability of Interest Clause and shall include Contractual Liability coverage at least as broad as that given in the most current CG 00 01 ISO form. (c) Automobile Insurance. For any vehicles authorized in writing by the Executive Director to operate on the Aircraft Operating Area (AOA) of the Airport, Automobile Insurance in the minimum amount of Five Million Dollars ($5,000,000.00) combined single limit coverage. If the Contractor’s Comprehensive General Liability coverage includes vehicular operations on the Airport, separate automobile insurance shall not be required. The foregoing insurance shall be endorsed to state that it will be primary to the Aviation Commission’s insurance and that the carrier waives its right of subrogation against Augusta-Richmond County, the Aviation Commission, the Airport, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. Attachment number 1 \nPage 9 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 10 of 18 Augusta-Richmond County Commission, the Aviation Commission, the Airport, and their officers, agents, elected and appointed officials shall be added as additional insureds on said policies. Said policy shall contain Severability of Interest Clause and shall include contractual liability coverage at least as broad as that given in the most current CA 00 01 ISO form. (d) All such evidence of insurance shall be in the form of certificates of insurance satisfactory to the City and its Risk Manager, accompanied by a certified true copy of an endorsement to each policy containing the above language. The insurance coverage and limits required shall be evidenced by properly executed certificates of insurance. These certificates shall be signed by the authorized representative of the insurance company shown on the certificate. The required policies of insurance shall be in compliance with the laws of the State of Georgia. 25.8 If at any time the Aviation Director requests a written statement from the insurance company as to any impairments to the aggregate limit, Contractor shall promptly authorize and have delivered such statement to the Aviation Commission. Contractor authorizes the Aviation Commission and/or the City’s Risk Manager to confirm with Contractor’s insurance agents, brokers, and insurance companies all information furnished. 25.9 The acceptance of delivery to the City and the Aviation Commission of any certificate of insurance evidencing the insurance coverage and limits required under this Contract does not constitute approval or acceptance by the City or the Aviation Commission that the insurance requirements in this Contract have been met. No operations shall commence at the Airport unless and until the required certificates of insurance are in effect and approved by the City. 25.10 The Contractor and the City understand and agree that the minimum limits of the insurance herein required may, from time to time, become inadequate, and Contractor agrees that it will increase such minimum limits upon receipt of written notice defining the basis of the increase. The Contractor shall furnish the City, within ten (10) days of the effective date thereof, a certificate of insurance evidencing that such insurance is in force. 25.11 If at any time the Airport Director requests a written statement from the insurance companies as to any impairments to the Aggregate Limit, prompt authorization and delivery of all requested information will be given to the Aviation Commission. Renewal Certificates of Insurance must be provided to the City and Aviation Commission as soon as practical but in every instance prior to expiration of current coverage. 25.12 The amounts and types of insurance shall conform to the following minimum requirements with the use of Insurance Service Office policies, forms, and endorsements or broader, where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be reasonably acceptable to the City and Aviation Commission. 25.13 An insurance binder letter or a Certificate of Insurance must be sent to: City of Augusta Risk Manager 530 Greene Street Room 217 Augusta, Ga. 30901 (706) 821-2502 (Fax) Attachment number 1 \nPage 10 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 11 of 18 ARTICLE XXVI INDEMNIFICATION AND HOLD HARMLESS Contractor agrees to indemnify and hold harmless the Augusta Aviation Commission, Augusta-Richmond County Board of Commissioners and their members, officers, elected officials, agents, servants, employees and successors in office, as set forth in the Augusta-Richmond County Code, and particularly Article 1, Chapter 3, Division 1, Section 1-3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein, from any and all claims including reasonable attorney's fees and expenses of litigation incurred by the Augusta- Richmond County Board of Commissioners and the Augusta Aviation Commission, in connection therewith related to or arising out of any damage or injury to property or persons, occurring or allegedly occurring in, on or about Airport property which are in any way related to or arising out of any failure of Contractor to perform its obligations hereunder. Contractor further agrees that the foregoing contract to indemnify and hold harmless applies to any claims for damage or injury to any individuals employed or retained by Contractor in connection with any changes, additions, alterations, modifications and/or improvements made to the premises, and hereby releases the Augusta- Richmond County Board of Commissioners and the Augusta Aviation Commission, from liability in connection with any such claims. In the event of a conflict between the provisions of the Augusta-Richmond County Code and this Contract, the broader requirement shall govern. ARTICLE XXVII BONDS 27.1 The Contractor’s payment and performance bonds are attached hereto as Attachment_____. t. Each bond shall: (a) Be in a form approved by the City; (b) Incorporate by reference the terms of this Contract For Airside Pavement Crack Repair and Marking Project (c) Be executed by a company certified by the Secretary of the United States Department of Treasury pursuant to the Act of July 30, 1947 (61 Stat. 646, as amended; 6 U.S.C. 6-13) and listed in the most current U.S. Treasury Circular 570 document “Surety Companies Acceptable on Federal Bonds,” as published in the Federal Register, and having a current A.M. Best rating of "A" (Superior) with a Financial Size Category of XII or better. (d) Be executed by a company licensed and authorized to do business in the state of Georgia; (e) Be accompanied by a power of attorney certifying that the persons executing the bond have the authority to do so. 27.2 The Contractor shall deliver any required bonds and powers of attorney to the City prior to commencement of the Work. 27.3 The bonding company that issues the bonds must be registered with The Surety Association of America (SAA). 27.4 The bonds shall remain in effect for a period of not less than two (2) years following the date of delivery or the time required to resolve any items of incomplete work and payment of any disputed amounts whichever time period is longer, or any statutory period applicable to City. 27.5 No surety will be accepted who is now in default or delinquent on any bonds or who is interested in any litigation against City. 27.6 Each surety shall designate an agent resident in the State of Georgia to whom any requisite notices may be delivered and on whom services of process may be had in matters arising out of such surety provider. ARTICLE XXVIII FORCE MAJEURE 28.1 Neither party hereto shall be considered in default in the performance of its obligations hereunder to the extent that the performance of any such obligation, except the payment of money, is prevented or delayed by any cause, existing or future, which is beyond the reasonable control of the affected party, or by a strike, lockout or other labor difficulty, the settlement of which shall be within the sole discretion of the party involved. Attachment number 1 \nPage 11 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 12 of 18 28.2 Each party hereto shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to delay, hinder or prevent performance of the services under this Contract. In the event either party is prevented or delayed in the performance of this obligation by reason of such Force Majeure, there shall be an equitable adjustment of the schedule. 28.3 Contractor will not be liable for failure to perform or for delay in performance as a result of Force Majeure, including the following: (a) Any cause beyond its reasonable control; (b) Any act of God; (c) Inclement weather; (d) Earthquake; (e) Fire; (f) Explosion; (g) Flood; (h) Strike or other labor dispute; 28.4 Any shortage or disruption of or inability to obtain labor, material, manufacturing facilities, power, fuel or transportation from unusual sources, or any other transportation facility; 28.5 Delay or failure to act of any governmental or military authority; 28.6 Any war, hostility or invasion; 28.7 Any embargo, sabotage, civil disturbance, riot or insurrection; 28.8 Any legal proceedings; or 28.9 Failure to act by Contractor’s suppliers due to any cause which Contractor is not responsible, in whole or in part. ARTICLE XXIV PERMITS 29.1 Contractor shall obtain and maintain at all times all necessary licenses, permits and certifications to perform the work described in the Contract. Contractor shall furnish copies of all licenses, permits, and certifications to the Airport prior to commencement of Work. 29.2 WORK PERMITS REQUIRED Contractor agrees and acknowledges that its employees and agent's employees, as well as any subcontractors or subcontractors' personnel, working on the Contract must be United States citizens, or must be lawfully admitted for residence and be permitted to work in the United States under the Immigration and Naturalization Act, 8 U.S.C. 1101, et seq. ARTICLE XXX AIRPORT SECURITY REQUIREMENTS/ SPECIAL IDENTIFICATION DISPLAY AREA (SIDA) BADGES 30. Contractor’s employees may be required to operate in Airport secure areas. Contractor shall be required to obtain the Airport’s Special Identification Display Area (SIDA) badges for any employee working in the secured area. Contractor shall comply, at its own expense, with the Transportation Security Authority (TSA) and the Airport’s security requirements for the Airport including, but not limited to employee training and badging. Contractor shall cooperate with the TSA and the Airport on all security matters and shall promptly comply with any project security arrangements established by the Airport. Compliance with such security requirements shall not relieve Contractor of its responsibility for maintaining proper security for the above-noted items, nor shall it be construed as limiting in any manner Contractor’s obligation with respect to all applicable federal, state and local laws and regulations and its duty to undertake reasonable action to establish and maintain secure conditions at and around the Premises and throughout the Airport. All employees shall be properly badged and comply with all Airport safety and security rules. 30.1 To qualify for the badge, individual must be fingerprinted and have a background investigation completed. In addition, the Airport will conduct a background inquiry and require finger printing Attachment number 1 \nPage 12 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 13 of 18 of all individuals who will be working on the secured side of the Airport screening point. This may also include collection of appropriate criminal history information, contractual and business associations and practices, employment histories, reputation in the business community and credit reports for the Contractor, as well as, its employees. 30.2 Contractor consents to such an inquiry and agrees to make available to the Airport such books and records the Airport deems necessary to conduct the review. 30.3 Contractor shall pay all costs associated with providing SIDA badges. ARTICLE XXXI HAZARDOUS MATERIALS Contractor shall not cause or permit any Hazardous Material to be brought, kept or used in or about the Airport by Contractor, its agents, employees, subcontractors, or invitees. Without limiting the foregoing, if the presence of any Hazardous Material in the Airport caused or permitted by Contractor results in any contamination of the Airport, Contractor shall promptly take all actions at its sole expense as are necessary to return the Airport to the conditions existing prior to the introduction of such Hazardous Material to the Airport; provided that Airport’s approval of such actions, and the corrective actions to be used by Contractor in connection therewith, shall first be obtained. The term “Hazardous Material” means any hazardous or toxic substance, material, or waste, which is or becomes regulated by any local governmental authority or the United States Government. The term “Hazardous Material” includes, without limitation, any material or substance which is (i) defined as a “hazardous waste”, “extremely hazardous waste”, or “restricted hazardous waste” or similar term under any laws now or hereafter enacted by the United States or the State of Georgia or any political subdivision thereof, or (ii) designated a “hazardous substance” pursuant to the Federal Water Pollution Control Act, 33 U.S.C. § 1317, or (iii) defined as a “hazardous waste” pursuant to the Federal Resource Conservation and Recovery Act, 42 U.S.C.§ 6901 et seq., or (iv) defined as a “hazardous substance” pursuant to the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. § 9601 et seq. ARTICLE XXXII GOODS, PRODUCTS AND MATERIALS 32.1 The Contractor shall furnish goods, products, materials, equipment and systems which: 32..2 Comply with this Contract for; 32.3 Conform to applicable regulations, specifications, descriptions, instructions, data and samples; 32.4 Are new and without damage; 32.5 Are of quality, strength, durability, capacity or appearance equal to or higher than that required by the Contract Documents; 32.6 Are free from defects; and 32.7 Are beyond and in addition to those required by manufacturers' or suppliers' specifications where such additional items are required by the Contract Documents. 32.8 All goods, products, materials, equipment and systems named or described in the Contract Documents, and all others furnished as equal thereto shall, unless specifically stated otherwise, be furnished, used, installed, employed and protected in strict compliance with the specifications, recommendations and instructions of the manufacturer or supplier, unless such specifications, recommendations or instructions deviate from applicable FAA advisory circulars or the Contract Documents, in which case the Contractor shall so inform the City and shall proceed as directed by the City. The Contractor shall coordinate all subcontracts to verify compatibility of goods, products, materials, equipment and systems, and the validity of all warranties and guarantees, required by the Contract Documents. Attachment number 1 \nPage 13 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 14 of 18 ARTICLE XXXIII PROHIBITION AGAINST CONTINGENT FEES The Contractor by execution of this Contract warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fees, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Contract. ARTICLE XXXIV USE OF AUGUSTA, GEORGIA LANDFILL All contracts for contractors performing demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The Contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. ARTICLE XXXV WARRANTIES AND CORRECTION OF WORK 35.1 The Contractor shall guarantee all Work to have been accomplished in conformance with this Contract. Neither the final certificate of payment nor any provision of the Contract, nor partial or entire occupancy or use of the Work by the City, shall constitute an acceptance of any part of the Work not done in accordance with the Contract, or relieve the Contractor of liability for incomplete or faulty materials or workmanship. The Contractor shall promptly remedy any omission or defect in the Work and pay for any damage to other improvements or facilities resulting from such omission or defect which shall appear within a period of one year from the date of final acceptance, unless a longer period is elsewhere specified. In the event that the Contractor should fail to make repairs, adjustments, or other remedy that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. 35.2 The Contractor warrants to the City that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract, that the Work will be free from defects not inherent in the quality required or permitted, and that the Work will conform to the requirements of the Contract. Work not conforming to these requirements, including substitutions not properly approved and authorized, is considered defective. The City, in its sole discretion, may exclude from the Contractor's warranty, remedies for damage or defect which the City determines were caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the City, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. All warranties and guaranties shall extend for the greatest of ______ year commencing on the dates of Substantial Completion of the Project or such longer period of time as is required by the Contract. The______year period shall be extended with respect to portions of the Work first performed after Substantial Completion for a period of __________year after the actual performance of the Work. If any defect or deviation should exist, develop, be discovered or appear within such_______ year period, the Contractor, at it sole cost and expense and immediately upon demand, shall fully and completely repair, correct, and eliminate such defect. The foregoing warranties and guarantees are cumulative of and in addition to, and not restrictive of or in lieu of, any and all other warranties and guarantees provided for or required by law. No one or more of the warranties contained herein shall be deemed to alter or limit any other. 35.3 The obligation of this Section shall survive acceptance of the Work and termination of the Contract. All manufacturer warranties and guarantees shall be delivered to the City prior to Substantial Completion and such delivery shall be a condition precedent to the issuance of the Certificate of Substantial Completion. Before Final Payment the Contractor shall assign and transfer to the City all guarantees warranties and agreements from all contractors, Subcontractors, vendors, Suppliers, or manufacturers regarding their performance quality of workmanship or quality of materials supplied in connection with the Work. The Contractor represents and warrants that all such guarantees, warranties and agreements will be freely assignable to the City, and that upon Final Attachment number 1 \nPage 14 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 15 of 18 Completion of the Work, all such guarantees, warranties and agreements shall be in place and enforceable by the City in accordance with their terms. ARTICLE XXXVI CONFLICT IN DOCUMENTS AND PRESENT DOCUMENTS The Contractor shall in no case claim a waiver of any specification requirements on the basis of previous approval of material or workmanship on other jobs of like nature or on the basis of what might be considered “standard” for material or workmanship in any particular location. The Contract for this Project shall govern the Work. If any portion of the Contract shall be in conflict with any other portion, the various documents comprising the Contract shall govern in the following order of precedence: Contract, Change Orders or modifications issued after execution of the Contract; the General Requirements of the Contract; the Specifications; the Drawings; as between schedules and information given on the drawings, the schedules shall govern; as between figures given on Drawings and the scaled measurements, the figures shall govern; as between large-scale Drawings and small-scale Drawings, the larger scale shall govern; and detailed drawings shall govern over general drawings; the Bid Document Package. ARTICLE XXXVII JUDICIAL INTERPRETATION Should any provision of this Contract 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 same, it being agreed that the agents of all parties have participated in the preparation hereof and all parties have had an adequate opportunity to consult with legal counsel. ARTICLE GOVERNING LAW This Contract will be construed under Georgia law, including the Georgia Uniform Commercial Code; all remedies available under that code are applicable to this Contract. Contractor and Augusta-Richmond County fix jurisdiction and venue for any action brought with respect to this Contract in Augusta-Richmond County, Georgia. Contractor specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia or the Southern District Court of Georgia. ARTICLE ENTIRE AGREEMENT This Contract constitutes the sole Contract between the County and the Contractor. No representations oral or written not incorporated herein shall be binding on the parties. No Change Order, Field Order, amendment or modification of this Contract shall be enforceable unless approved by official action as provided in this Contract. Attached hereto and incorporated herein as part of this Contract are Addendums, Insurance, Statement of Non- Discrimination, Non-Collusion Affidavit of Prime Bidder, Non-Collusion Affidavit of Sub-Contractor(s), Conflict of Interest and Contractor Affidavit and Agreement, Bidder’s Form/Acknowledgement of Addenda, Georgia Security and Immigration Contractor Affidavit and Georgia Security and Immigration Subcontractor Affidavit. ARTICLE COUNTERPARTS This Contract may be executed in several counterparts, each of which shall be deemed an original, and all such counterparts together shall constitute one and the same Contract. ARTICLE CAPTIONS The section captions contained in this Contract are for convenience only and do not in any way limit or amplify any term or provision hereof. The use of the terms "hereof," "hereunder" and "herein" shall refer to this Contract as a whole, inclusive of the Attachments, except when noted otherwise. The use of the masculine or neuter genders herein shall include the masculine, feminine and neuter genders and the singular form shall include the plural when the context so requires. Attachment number 1 \nPage 15 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 16 of 18 ARTICLE FURTHER ACTS City and Contractor each agrees to perform any additional acts and execute and deliver any additional documents as may reasonably be necessary in order to carry out the provisions and effectuate the intent of this Contract. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their appropriate officials, as of the date first written above. ____________________________ Douglas Lively, Chairman Augusta Aviation Commission ATTEST:____________________________ CONTRACTOR AUGUSTA-RICHMOND COUNTY COMMISSION BY:_____________________________ BY:___________________________ TITLE:__________________________ TITLE:________________________ ATTEST: ATTEST: ________________________________ ______________________________ County Clerk ___________________________ City of Augusta General Counsel Reviewed as to form Attachment number 1 \nPage 16 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 17 of 18 SECTION 2.0 GENERAL PROVISIONS, TECHNICAL SPECIFICATIONS AND APPENDICES ATTACHMENT __ Attachment number 1 \nPage 17 of 18 Item # 7 Contract for Bid 1- ________Credit Card Lot Repairs Project Page 18 of 18 Attachment number 1 \nPage 18 of 18 Item # 7 Invitation to Bid Sealed bids will be received at this office on Wednesday, February 19, 2014 @ 3:00 p.m. for furnishing: Bid Item 14-121 Credit Card Lot Repairs for Augusta Regional Airport Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $100.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, January 9, 2014. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held on Friday, January 31, 2014 @ 10:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. A mandatory site visit will follow. 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, February 4, 2014 @ 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 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required 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 BID number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 9, 16, 23, 30, 2014 Metro Courier January 15, 2014 Revised: 3/7/2013 Attachment number 2 \nPage 1 of 1 Item # 7 Vendors PAVEWAY OF AUGUSTA 1357 GORDON HIGHWAY AUGUSTA GA 30906 BLAIR CONSTRUCTION PO BOX 770 EVANS, GA 30809 REEVES CONSTRUCTION P. O. BOX 1129 AUGUSTA, GA 30903 Attachment B YES E-Verify Number 48048 SAVE Form YES Bid Bond YES Bid Price $336,100.50 Bid Item #14-121 Credit Card Lot Repairs for the City of Augusta - Augusta Regional Airport Addendum 1 YES Bid Opening Date: Wednesday, February 19, 2014 @ 3:00 p.m. 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 # 7 Attachment number 4 \nPage 1 of 1 Item # 7 Attachment number 5 \nPage 1 of 1 Item # 7 Attachment number 6 \nPage 1 of 2 Item # 7 Attachment number 6 \nPage 2 of 2 Item # 7 Commission Meeting Agenda 4/15/2014 2:00 PM AIRPORT CUSTOMER FACILITY CHARGE (CFC) AMENDMENT Department:Augusta Regional Airport Caption:Request the Augusta Commission approve the Airport Customer Facility Charge (CFC) Amendment to Ordinance 7449 as approved by the Augusta Aviation Commission at their March 27, 2014 meeting Background:In the past, the Aviation Commission had a clause in the On-Site Rental Car Concession agreements allowing for collection of CFC funds. Additionally, in 2008, the Commission had adopted an ordinance addressing collection of CFC’s from off-site rental car companies providing service to customers at the Airport. The original ordinance was drafted after consultation with the rental car agencies In 2012, the Commission entered into new concession agreements with the on-site rental car companies however, the new agreements did not address the collection of CFC’s. In December 2013 the Aviation Commission voted to amend the CFC ordinance in order to address CFC collections to include the on-site rental car concessions. Analysis:Recently the Airport contracted with a consulting firm that specializes in Airport Rental Car Contracts and related issues as part of the Consolidated Rental Car project. Upon reviewing the amended ordinance the Consultant voiced concerns extremely restrictive nature of the ordinance’s designated uses for the CFC funds. The Consultant recommended that the ordinance be amended to allow for more flexibility in the designation of the funds. These changes would allow the Airport to utilize the CFCs in case of emergencies or catastrophic events, such as a terrorist event or an extreme downturn in the economy. This would allow the CFCs, which are paid by Airport rental car customers, to be utilized for the continued operation of the Airport or to cover Airport or bond debts. The Consultant suggested removal of certain language within the ordinance, providing more flexibility for Airport uses of CFC funds and providing protections for Airport rental car customers who pay the CFC charges. The basic language and intent of the CFC Ordinance will remain the same, providing facilities and infrastructure for rental car customers. The proposed amendment to the ordinance is included with this action Cover Memo Item # 8 item and has been reviewed by the Airport Attorney. Financial Impact:Three dollars and fifty cents ($3.50) for all on-Airport rental car transactions. Alternatives:Deny request. Recommendation:Approve the amendment to the ordinance as approved by the Augusta Aviation Commission Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 8 Page 1 of 3 A ORDIACE TO AMED THE AUGUSTA-RICHMOD COUTY C ODE SECTIOS §§§ 1-3-8.16 DEFIITIOS AD CUSTOMER FACI LITY CHARGE 1-3-8.20 SUBSECTIOS (a) and (f), AS TO PROVIDE FOR CHAGES TO THE EXPEDITURES OF RETAL CAR CUSTOMER FACILITY CHARGE S; TO PROVIDE FOR SEVERABILITY; TO REPEAL ALL ORDIACES AD PARTS OF ORDIACES I COFLICT HEREWITH; TO PROVIDE A EFFE CTIVE DATE AD FOR OTHER PURPOSES. BE IT ORDAIED BY THE AUGUSTA-RICHMOD COUTY COMMI SSIO AD IT IS HEREBY ORDAIED BY THE AUTHORITY OF SAME, THA T THE AUGUSTA- RICHMOD COUTY CODE BE AMEDED AS FOLLOWS: SECTIO 1. To amend Augusta Richmond County Code Se ction §1.3-8.16 and 1-3- 8.20 as set forth below is to be adopted as provided herein. A. To amend Section 1-3-8.16—Definitions Subsection (d) "Gross Revenue" of a Concessionaire or on-Concessionaire Rental Car Pro vider which currently reads: 4. Gross Revenue shall not include: a. Federal, State, or municipal sales taxes separately stated and collected from the Airport Customer. b. Amounts that the Rental Car Provider receives, or entitled to receive for the sale, disposition, loss, conversion, or abandonment of Rental Car Provider's used motor vehicles and other equipment, personal property, and trade fixtures. c. Amounts that the Rental Car Provider receives, or is entitled to receive for the repair of damages to its motor vehicles. Shall be amended to read as follows: 4. Gross Revenue shall not include: a. Federal, State, or municipal sales taxes separately stated and collected from the Airport Customer. b. Amounts that the Rental Car Provider receives for the sale, disposition, loss, conversion, or abandonment of Rental Car Provider's used motor vehicles and other equipment, personal property, and trade fixtures. c. Amounts that the Rental Car Provider receives for the repair of damages to its motor vehicles. B. To amend Section 1-3-8-20- Customer Facility Charge, Subsection (a) which currently reads: The Aviation Commission will determine the amount adequate to cover the capital, financing, maintenance, marketing and operations allocable to the cost of providing Attachment number 1 \nPage 1 of 3 Item # 8 Page 2 of 3 infrastructure and facilities to the rental car industry and common use transportation, equipment and facilities. In addition, the cost of collection, processing, enforcement of payment of the Customer Facility Charge, administration of the Customer Facility Charge and audits of all Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Providers compliance with this Ordinance will be included in Customer Facility Charge. These amounts will be the basis for calculating the Rental Car Customer Facility Charge. Shall be amended to read as follows: (a) The Aviation Commission will determine the amount adequate to cover the capital and financing allocable to the cost of providing infrastructure and facilities related to the rental car customers use of the Airport facilities. In addition, the cost of collection, processing, enforcement of payment of the Customer Facility Charge, administration of the Customer Facility Charge and audits of all Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Providers compliance with this Ordinance will be included in Customer Facility Charge. C. To amend Section 1-3-8-20 (f) , which currently reads: (f) The current Rental Car Customer Facility Charge is three dollars and fifty cents ($3.50) per Contract Day. As used in this Ordinance, "Contract Day" means each twenty-four (24) hour period, and each fraction thereof, during which a motor vehicle having been delivered by Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider to each customer at the Airport is rented by such customer from the Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider. Each fractional period less than a twenty-four (24) hour period shall be deemed a Contract Day. The Aviation Commission may adjust the Rental Car Customer Facility Charge annually, based on estimates of Contract Days for the upcoming year. Approximately 60 days prior to the end of the Aviation Commission's fiscal year (December 31, annually), the Aviation Commission shall calculate the revised Rental Car Customer Facility Charge and notify each Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider of the new Rental Car Customer Facility Charge. Any credits or shortfalls from the prior fiscal year, as determined by the Aviation Commission, shall carry forward to the next fiscal year. Concessionaire Rental Car Provider and Non- Concessionaire Rental Car Provider shall provide its estimate of rental days for the upcoming fiscal year no later than October 1, annually. After receiving the estimate for the adjusted Rental Car Customer Facility Charge, Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Providers may request a meeting to discuss the estimated Rental Car Customer Facility Charge. The request for such a meeting shall be made within twenty (20) days after the forwarding of the estimated rate for the upcoming fiscal year. The adjusted Rental Car Customer Facility Charge shall become effective on January 1 of each year. Shall be amended to read as follows: (f) The current Rental Car Customer Facility Charge is three dollars and fifty cents ($3.50) per Contract Day. As used in this Ordinance, "Contract Day" means each Attachment number 1 \nPage 2 of 3 Item # 8 Page 3 of 3 twenty-four (24) hour period, and each fraction thereof, during which a motor vehicle having been delivered by Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider to each customer at the Airport is rented by such customer from the Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider. Each fractional period less than a twenty-four (24) hour period shall be deemed a Contract Day. The Aviation Commission may adjust the Rental Car Customer Facility Charge annually. The adjusted Rental Car Customer Facility Charge shall become effective on January 1 of each year. SECTIO 2. The revisions to this Ordinance set fort h herein shall become effective upon its adoption in accordance with applicable laws. SECTIO 3. All ordinances or parts of ordinances in conflict herewith are hereby repealed. SECTIO 4. SAVIGS CLAUSE In the event any phrase, clause, sentence, paragraph, or paragraphs of this Ordinance is or are declared invalid for any reason, the remainder of this Ordinance shall not be invalidated, but shall remain in full force and effect, all parts of this Ordinance being declared separable and independent of all others. In the event that a judgment is entered, and all appeals exhausted, which judgment finds, concludes or declares this Ordinance is unconstitutional or is otherwise invalid, the Customer Facility Charge authorized by this Ordinance shall be suspended and terminated as of the date such declaration. COUTY: AVIATIO COMMISSIO: Approved: Approved: David Copenhaver, Mayor Douglas Lively, Chairman Attest: Attest: Clerk of Commission Commission Secretary Clerk (Seal) Secretary (Seal) Approved as to form: County Attorney Attachment number 1 \nPage 3 of 3 Item # 8 Commission Meeting Agenda 4/15/2014 2:00 PM RFP AWARD AND CONTRACT FOR AIRPORT CUSTODIAL SERVICES Department:Augusta Regional Airport Caption:Request the approval of the bid and contract between the Augusta Regional Airport and Intercontinental Services (ICS) Inc. for Custodial Services as approved by the Augusta Aviation Commission at their March 27, 2014 Meeting. (RFP 14-110) Background:The Augusta Aviation Commission approved a one year contract with American Facility Services, Inc., for custodial services at the Augusta Regional Airport, on April 26, 2012, with services commencing on June 1, 2012. The contract was subsequently extended for one additional year with the Augusta Aviation Commission approving that amendment on February 28, 2013. A new Request for Proposal (RFP) was solicited in January 2014, and opened on February 13, 2014, for implementation on June 1, 2014. Analysis:There were five proposals received and graded for selection. Following the ranking process by the committee, separate seals were broken for the fees proposed by each contractor and final points for award tabulated (evaluation sheet attached). ICS, Inc., of Suwanee, Georgia was the overall winner with average points of 95.3 from the committee. A final contract is attached for review and recommended execution in the amount of $178,320.00 annually, or $14,860.00 monthly. Current fees paid to American Facility Services are $190,800.00 annually or $15,900.00 monthly. This represents a savings year over year of $12,480.00. Financial Impact:$178,320.00 annually, or $14,860.00 monthly a savings year over year of $12,480.00. Alternatives:Deny request. Recommendation:Approve bid award and contract between ICS, Inc. and Augusta Regional Airport as approved by the Augusta Aviation Commission.Cover Memo Item # 9 Funds are Available in the Following Accounts: 551081113-5212999 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 9 COTRACT FOR CUSTODIAL SERVICES AT THE AUGUSTA REGIOAL AIRPORT BETWEE AUGUSTA, GEORGIA AD ITERCOTIETAL COMMERCIAL SERVICES, IC. Attachment number 1 \nPage 1 of 56 Item # 9 Custodial Services Contract i TABLE OF. CONTENTS SECTION 1: GENERAL CONDITIONS ..........................................................................1 1.1 Definitions ........................................................................................................................ 1 1.2 Authorized Representatives ............................................................................................. 3 1.3 Changes/Contract Amendment ....................................................................................... 3 1.4 Contract Term .................................................................................................................. 4 1.5 Contract Termination ....................................................................................................... 4 1.6 Contractor’s Performance ................................................................................................ 4 1.7 Independent Contractor/Subcontractor .......................................................................... 5 1.8 Force Majeure .................................................................................................................. 5 1.9 Disasters ........................................................................................................................... 6 1.10 Security Requirements and Badging ................................................................................ 6 1.11 Commercial Activities ...................................................................................................... 7 1.12 Records and Audit ............................................................................................................ 7 1.13 Contingent Fees ............................................................................................................... 7 1.14 Rights and Remedies ........................................................................................................ 7 1.15 Non-Appropriations ......................................................................................................... 8 1.16 Representations and Warranties ..................................................................................... 8 1.17 Assignment ....................................................................................................................... 8 1.18 Notices ............................................................................................................................. 9 1.19 Waiver .............................................................................................................................. 9 1.20 Compliance with Applicable Laws and Regulations ......................................................... 9 1.21 Insurance .......................................................................................................................... 9 1.22 Patent Indemnity ........................................................................................................... 12 1.23 Indemnification and Hold Harmless ............................................................................... 13 1.24 Permits ........................................................................................................................... 13 1.25 Work Permits Required .................................................................................................. 13 1.26 Non-Discrimination ........................................................................................................ 14 1.27 Hazardous Materials ...................................................................................................... 14 SECTION 2: CONTRACTOR SERVICES......................................................................14 SECTION 3: SCOPE OF SERVICES ..............................................................................16 3.1 Services .......................................................................................................................... 16 3.2 Service Areas .................................................................................................................. 16 Attachment number 1 \nPage 2 of 56 Item # 9 Custodial Services Contract ii 3.3 Service Hours ................................................................................................................. 17 3.4 Service Quality Standards .............................................................................................. 17 3.5 Service Performance Work Methods/Standards ........................................................... 19 3.5.1 Safety Precautions in all Service Areas .................................................................. 19 3.5.2 All Service Areas Standards .................................................................................... 19 3.5.3 Deep Cleaning Typical Duties ................................................................................. 20 3.5.4 Policing Typical Duties ............................................................................................ 22 3.5.5 Ash Receptacles ..................................................................................................... 22 3.5.6 Blinds and Window Coverings................................................................................ 22 3.5.7 Brass floor Plates/Receptacles Cleaned and Polished ........................................... 22 3.5.8 Carpet Clean Complete .......................................................................................... 23 3.5.9 Carpet Clean Spot .................................................................................................. 23 3.5.10 Carpet Entrance Mats and Walk off mats .............................................................. 23 3.5.11 Carpet Vacuum Complete ...................................................................................... 23 3.5.12 Carpet Vacuum Traffic Patterns ............................................................................. 24 3.5.13 Drinking Fountains Clean and Disinfect ................................................................. 24 3.5.14 Elevators ................................................................................................................. 24 3.5.15 Exterior Areas, Entrance Areas, Vestibules, Including Curbside and Verandas Deep Clean and Police ..................................................................................................... 24 3.5.16 Exterior Areas, Curbside and Verandas Power Blow ............................................. 24 3.5.17 Exterior Entrances, Curbside, Ramp side, and Verandas Pressure Wash .............. 24 3.5.18 Floor Cleaning Non-Carpeted ................................................................................. 25 3.5.19 Floors Dust /Sweep/Mop ....................................................................................... 25 3.5.20 Floors Mop Damp/Spot .......................................................................................... 25 3.5.21 Floors Mop Wet ..................................................................................................... 26 3.5.22 Floors Restore Finish (Concourse, Wide open, non-obstructed, and clear areas Burnish Floors Coated with Synthetic Floor Finish) ............................................... 26 3.5.23 Floors Restore Finish (Small confined areas, spray-Buff Floors coated with Synthetic Floor Finish) ............................................................................................ 27 3.5.24 Floors Restore Finish (Vestibules) .......................................................................... 27 3.5.25 Floors Strip Finish and Restore Finish .................................................................... 28 Attachment number 1 \nPage 3 of 56 Item # 9 Custodial Services Contract iii 3.5.26 Furniture and Building Surfaces etc. Damp Wipe, Dust, Spot Clean ..................... 28 3.5.27 Furniture Rearrange as Required ........................................................................... 29 3.5.28 Glass Cleaning, all glass surfaces ............................................................................ 29 3.5.29 Miscellaneous Cleaning Services............................................................................ 29 3.5.30 Report Maintenance Items to Marshal’s Operations Center ................................ 29 3.5.31 Restrooms Clean and Police ................................................................................... 29 3.5.32 Restrooms Deep Clean ........................................................................................... 31 3.5.33 Seating Spot Clean and Dust .................................................................................. 32 3.5.34 Stairwells Cleaned .................................................................................................. 32 3.5.35 Stanchions and Free Standing Signs Spot Clean and Dust ..................................... 33 3.5.36 Trash Cans Remove Trash, Clean Container, and Replace Liners .......................... 33 3.5.37 Trash, loose. ........................................................................................................... 33 3.5.36 Verandas Mop ........................................................................................................ 33 3.5.37 Verandas Pressure Washed ................................................................................... 33 SECTION 4: AIRPORT’S ADMINISTRATOR DUTIES ..............................................34 SECTION 5: CONTRACTOR’S EMPLOYEES .............................................................34 5.1 Work Supervision ........................................................................................................... 34 5.2 Labor Requirements ....................................................................................................... 34 5.3 Relief for Absenteeism, Vacation, Sick, etc. ................................................................... 36 5.4 Contractor’s Employees Uniforms and Identification .................................................... 36 5.5 Contractor Personnel Training ....................................................................................... 36 5.6 Materials, Supplies, Tools, and Equipment Management ............................................. 37 5.7 Maintenance of Office, Equipment, and Carts .............................................................. 37 5.8 Key Control/Security ...................................................................................................... 37 SECTION 6: CONTRACTOR’S COMPENSATION......................................................37 SECTION 7: NON-PERFORMANCE .............................................................................38 7.1 Non-Performance........................................................................................................... 38 7.2 Penalty for Non-Performance ........................................................................................ 39 SECTION 8: AGREEMENT ............................................................................................39 8.1 Entire Agreement ........................................................................................................... 39 8.2 Governing Law ............................................................................................................... 39 8.3 Legal Construction ......................................................................................................... 39 Attachment number 1 \nPage 4 of 56 Item # 9 Custodial Services Contract iv 8.4 Prior Contracts Superseded ........................................................................................... 39 8.5 Counterparts .................................................................................................................. 40 8.6 Further Acts .................................................................................................................... 40 8.7 Inspection ....................................................................................................................... 40 8.8 Amendments .................................................................................................................. 40 8.9 Temporary Suspension or Delay of Performance of Contract ....................................... 40 8.10 Use of the City Landfill ................................................................................................... 40 SIGNATURE PAGE .........................................................................41 EXHIBIT 1: AIRPORT SERVICE AREAS DIAGRAM ................................................42 EXHIBIT 2: COMMERCIAL TERMINAL HOLDING ROOM SERVICE AREA .......43 EXHIBIT 3: COMMERCIAL TERMINAL TICKETING AND BAGGAGE CLAIM SERVICE AREAS .............................................................................................................44 EXHIBIT 4: COMMERCIAL TERMINAL ADMINISTRATIVE SERVICE AREA ....45 EXHIBIT 5: FIXED BASE OPERATOR SERVICE AREA ...........................................46 EXHIBIT 6: HANGAR 1 SERVICE AREA ....................................................................47 EXHIBIT 7: HANGAR 2 SERVICE AREA ....................................................................48 EXHIBIT 8: SERVICE QUALITY CONTROL PLAN ...................................................49 EXHIBIT 9: MANAGEMENT PLAN .............................................................................50 EXHIBIT 10: AIRLINE SCHEDULE SEPTEMBER 2013 ............................................51 EXHIBIT 11 BID PRICING SHEETS EXHIBIT 12 CONTRACTOR'S REQUIRED SUBMITTALS Attachment number 1 \nPage 5 of 56 Item # 9 Custodial Services Contract 1 THIS CONTRACT made and entered into this MARCH 27, 2014 by and between, AUGUSTA, GEORGIA, a political subdivision of the State of Georgia, hereinafter called “City”, acting through the AUGUSTA AVIATION COMMISSION, whose address is 1501 Aviation Way, Augusta Regional Airport at Bush Field, Augusta, Georgia 30906-9600, hereinafter called “Airport”, and Intercontinental Services, Inc. 1110 Satellite Blvd. # 403 Suwanee, GA a corporation whose address is hereinafter called “Contractor”. WITESSETH : WHEREAS, the City is the owner and operator of a full service commercial airport known as the Augusta Regional Airport; WHEREAS, the City has solicited a bid for Contract Custodial Services for the Airport; WHEREAS, the Contractor submitted a bid for said services; and WHEREAS, the City, on behalf of the Airport, accepted the Contractor’s Bid for said services; OW THEREFORE, in consideration of the mutual covenants, promises, and agreements herein contained, the City and the Contractor hereby agree as follows: Contractor Services shall be in accordance with the scope of services and all provisions provided herein. Section 1: General Conditions 1.1 Definitions In addition to the terms that may be defined in the Bid document, which are incorporated herein by reference, the following terms or pronouns used in place of them have the following meanings whenever used in the Contract Documents (defined below) or in related documents. 1.1.1 Administrator: The Airport’s representative assigned to administer this Contract. Administrator is responsible for the performance of this Contract on behalf of Airport. 1.1.2 Airport: Augusta Regional Airport. 1.1.3 Airport Executive Director: The person tasked with the day-to-day operations of the Airport. 1.1.4 ACP: Approved Cleaning Product. 1.1.5 Augusta, Georgia or City: Augusta, Georgia Commission. 1.1.6 Aviation Commission: The Augusta Regional Airport Aviation Commission tasked with the overall administration of the Airport. 1.1.7 Change Order: A written order initiated by the Administrator or Airport Executive Director directing the Contractor to perform changes, additions, or deletions in the scope of work. 1.1.7 Contract: The written agreement between the City and the Contractor for the performance of the work in accordance with the requirements of the Contract Documents. 1.1.8 Contract Documents: The contract documents include the Bid Specifications known as the Bid for Contract Custodial Services, Vendor Bid documents, and Contract for Custodial Services, together with all addenda, supplemental change orders, required exhibits, submittals, schedules, etc. Attachment number 1 \nPage 6 of 56 Item # 9 Custodial Services Contract 2 1.1.10 Contractor: The individual, partnership, or corporation entering into this Contract with the City for the Services as described herein. 1.1.11 Contractor’s Representative: Contractor’s representative in all dealings with the Airport. 1.1.12 Contractor Services: Describes the purpose of the Contract, Scope of Services, Service Areas, Service Performance Work Method/Standards, Service Quality Standards, and Service Quality Control Program. 1.1.13 Daily: Every day, including weekends and holidays, 365 days per year. 1.1.14 Deep Cleaning: Deep cleaning is an exceptionally intense cleaning process. Deep cleaning services include everything in a policing service and more. Deep cleaning, in public areas, will normally be accomplished when customers are not in facilities, ideally on the third shift. When customers arrive each morning, deep cleaning will have been completed. 1.1.15 Extra Work: That work that is performed and is not included in the Contract’s Scope of Services. 1.1.16 General Conditions: The general term comprising all the directions, provisions, and requirements contained herein, entitled “General Conditions” and any Addenda, which may be issued for the Contract. 1.1.17 Hazardous Material: Hazardous material(s) means any hazardous or toxic substance, material, or waste, which is or becomes regulated by any local governmental authority or the United States Government. Hazardous Material(s) include, without limitation, any material, or substance, which is defined as: (i) A “hazardous waste”, “extremely hazardous waste”, or “restricted hazardous waste” or similar term under any laws now or hereafter enacted by the United States or the State of Georgia or any political subdivision thereof, or (ii) A “hazardous substance” pursuant to the Federal Water Pollution Control Act, 33 U.S.C. § 1317, or (iii) A “hazardous waste” pursuant to the Federal Resource Conservation and Recovery Act, 42 U.S.C. § 6901 et seq., or (iv) A “hazardous substance” pursuant to the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. § 9601 et seq. 1.1.18 on-Performance and/or Unacceptable Work : Work that has not been performed in accordance with or as described in the Service Performance Standards/Methods and Service Quality Standards in any Service Area. 1.1.19 Parties: The City and Contractor. 1.1.20 Policing: Policing is defined as light cleaning. Policing does not take the place of deep cleaning or routine maintenance. Policing supplements routine maintenance and occurs between routine deep cleaning periods. Contractor will police service areas to make sure facilities are continuously in proper condition. Policing will normally be accomplished when customer are in the facility, on first and second shifts. 1.1.21 Routine Work: Routine Work is that work to be normally performed by the Contractor as set forth in the Scope of work and as specified in the Performance Work Statement. Attachment number 1 \nPage 7 of 56 Item # 9 Custodial Services Contract 3 1.1.22 Scope of Services: The work that is to be accomplished under the terms of the contract. 1.1.23 Service Areas: Those areas for which the Contractor should provide custodial Services as described herein. 1.1.24 Service Performance Work Method/Standard: The minimally acceptable manner of performing routine work, including detailed technical requirements as to materials, equipment, and methods by which such work is to be performed and used to measure Contractor’s performance. 1.1.25 Service Quality Control Program (QCP): The QCP is a system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable. Preparation of this document is the responsibility of the Contractor. 1.1.26 Service Quality Standards: The standards that Contractor should perform routinely, that will result in the Airport being maintained at a very high level of cleaning. 1.1.27 Secured Area: Those Airport areas, which require personnel to be badged or escorted by a badged person. 1.1.28 Subcontractor: Any individual, partnership, or corporation who is contractually bound to the Contractor to perform a specific portion of the total work package under this Contract which is limited to special projects approved by the Administrator. 1.1.29 Term: The length of time that the contract will be in effect unless terminated earlier. 1.2 Authorized Representatives 1.2.1 Augusta, Georgia/Airport’s Administrator: Airport’s Representative shall be the Airport’s Executive Director or his designee. 1.2.2 Contractor’s Representative: The Contractor’s representative for all dealings with Airport is Sung Soo Kim- Contractor’s Representative may be changed upon prior written notice delivered to Airport’s Administrator. 1.2.3 Communication Plan: The Contractor shall prepare and provide to the Airport’s Administrator a communication plan detailing how the Contractor’s plans on using technology (two-way digital communication i.e., land telephone lines, mobile telephone devices, mail, and email) to communicate with Administrator. 1.3 Changes/Contract Amendment 1.3.1 The City may make changes to the Scope of Services, which may result in changes to the general scope of the Contract and its provisions. 1.3.2 The Parties acknowledge that there may be additional need to perform additional custodial work in preparation for the special events, such as the Masters® Golf Tournament, and other special circumstances. 1.3.3 No changes, or amendments to this Contract shall be binding upon the City or the Airport unless approved and signed by the Aviation Commission in advance of performing work. Attachment number 1 \nPage 8 of 56 Item # 9 Custodial Services Contract 4 1.4 Contract Term The term of this Contract shall commence as first written above and shall continue for a period of one (1) year from that date, unless terminated earlier by the Airport. The Contract may be renewed for one additional year at the sole option of the City. The City shall notify the Contractor at least ninety-(90) days prior to the expiration date of its intent to renew this Contract. 1.5 Contract Termination 1.5.1 The City may, at its sole option, terminate the Contract with or without cause at any time upon thirty-(30) day’s written notice by certified mail to the Contractor without prejudice to any other right or remedy it may have. 1.5.2 This Contract shall terminate immediately upon written notice by the City upon the occurrence of any of the following circumstances: 1.5.2.1 If, with or without the Contractor’s consent, a receiver, liquidator, trustee or similar administrator is appointed to take charge of all, or substantially all, of its assets; 1.5.2.2 If either the Contractor is adjudged, or becomes bankrupt or insolvent, is unable to pay its debts as they become due, or makes an assignment for the benefit of its creditors; 1.5.2.3 Of any judicial proceedings are commenced by or on behalf of the Contractor pursuant to any bankruptcy, insolvency or debtor relief law; or 1.5.2.4 If the Contractor voluntarily or involuntarily undertakes to dissolve or wind- up its affairs. 1.5.3 The City shall be the sole judge of non-performance, which shall include any failure on the part of Contractor to accept the award, to furnish required documents, and/or to fulfill any portion of this Contract within the time stipulated or within thirty-(30) days, whichever is earlier. 1.5.4 Upon failure of Contractor to perform any of its obligations hereunder and its failure to cure the default within ten (10) days after notice thereof, the City may, at its option, terminate this Contract and or pursue any other remedy at law or in equity. All such remedies are cumulative and may be exercised concurrently or separately. Contractor shall pay the City’s costs and expenses, including attorney’s fees, incurred by the City in exercising any of its rights or remedies hereunder or enforcing any of the terms, conditions, or provisions hereof. 1.5.5 Notice of elective termination pursuant to this paragraph shall be deemed effective on the third business day after the postmark date of the certified mail notice. 1.5.6 This Contract shall terminate automatically and immediately upon the closing of the Airport facilities by the City, or if the City loses the funding necessary to maintain the Contract. Cancellation will be at no cost to The City, except for services already provided. 1.6 Contractor’s Performance 1.6.1 Contractor, at its own expense, shall furnish all necessary management, supervision, labor, supplies, technical support and other accessories and services for maintenance, and the performance of other services in the designated Service Areas as described in these Contract Documents. Such services shall be performed in strict accordance with Attachment number 1 \nPage 9 of 56 Item # 9 Custodial Services Contract 5 the General Conditions, Scope of Services, and Service Performance Work Methods/Standards, and Service Quality Standards. 1.6.2 Contractor’s performance shall be subject to inspection and approval by the Airport Executive Director or his designee. If the Contractor’s performance is, or becomes unsatisfactory, as determined by the Airport Executive Director, an appropriate reduction in payment due will be made from Contractor’s invoice and Contractor will be directed to correct the unsatisfactory performance. The correction of unsatisfactory work shall be at no additional cost to Airport. 1.6.3 No Partnership or Joint Venture. Nothing contained in this Contract will be deemed to create a partnership or joint venture between the City and Contractor or cause the City to be responsible for the debts or obligations of Contractor or any other party. Contractor must not represent to anyone that its relationship to the City is other than as the City’s Contractor. Contractor must act as an independent agent and not as the agent of the City in performing this Contract and shall maintain complete control over its employees and all of its lower-tier suppliers and subcontractors. Nothing contained in this Contract or any lower tier purchase order or subcontract awarded by Contractor will create any contractual relationship between any lower-tier supplier or subcontractor and the City. No act or direction of the City shall be deemed the exercise of supervision or control of the Contractor’s performance hereunder. 1.7 Independent Contractor/Subcontractor 1.7.1 Contractor is acting, in performance of this Contract, as an independent contractor. Personnel supplied by the Contractor or its agents or subcontractors hereunder are not the City’s or the Airport’s employees or agents and Contractor assumes full responsibility for their acts. Contractor shall be solely responsible for the payment of compensation to its employees or subcontractors. The City shall not be responsible for payment of worker’s compensation, disability benefits, and unemployment insurance or for withholding and paying employment taxes for any Contractor employee, subcontractors or agent, but such responsibility shall be solely that of Contractor. 1.7.2 This clause of the contract does not prevent the Airport from requiring Contractor to have its employees follow normal rules and guidelines for work performance, redirecting the efforts of the employees to meet the needs of the facilities, performing safety or from requiring Contractor to perform the requirements of this Contract satisfactorily, according to the General Conditions, Scope of Services, Service Performance Work Methods/Standards, and Service Quality Standards, as described herein. 1.8 Force Majeure 1.8.1 Neither party hereto shall be considered in default in the performance of its obligations hereunder to the extent that the performance of any such obligation, except the payment of money, is prevented or delayed by any cause, existing or future, which is beyond the reasonable control of the affected party, or by a strike, lockout or other labor difficulty, the settlement of which shall be within the sole discretion of the party involved. 1.8.2 Each party hereto shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to delay, hinder, or prevent performance of the services under this Contract. In the event either party is prevented or delayed in the performance of this obligation because of such Force Majeure, there shall be an equitable adjustment of the schedule. Attachment number 1 \nPage 10 of 56 Item # 9 Custodial Services Contract 6 1.8.3 Contractor will not be liable for failure to perform or for delay in performance because of Force Majeure, including the following: 1.8.3.1 Any cause beyond its reasonable control; 1.8.3.2 Any act of God; 1.8.3.3 Inclement weather; 1.8.3.4 Earthquake; 1.8.3.5 Fire; 1.8.3.6 Explosion; 1.8.3.7 Flood; 1.8.3.8 Strike or other labor dispute; 1.8.3.9 Any shortage or disruption of or inability to obtain labor, material, manufacturing facilities, power, fuel or transportation from unusual sources, or any other transportation facility; 1.8.3.10 Delay or failure to act of any governmental or military authority; 1.8.3.11 Any war, hostility or invasion; 1.8.3.12 Any embargo, sabotage, civil disturbance, riot or insurrection; 1.8.3.13 Any legal proceedings; or 1.8.3.14 Failure to act by Contractor’s suppliers due to any cause which Contractor is not responsible, in whole or in part. 1.9 Disasters Contractor shall make his entire assigned work force and materials available to the Airport to secure the Facilities and for protection of life and property in the event of a disaster such as, but not limited to, tornadoes, floods, and fires. The Contractor shall do such extra work as directed by the Administrator and shall keep pertinent records of all extra work performed. The Contractor shall be separately reimbursed by Change Order for all extra work performed which is beyond the scope of this Contract. 1.10 Security Requirements and Badging Contractor’s employees are required to operate in Airport’s secure areas. Contractor shall be required to obtain the Airport’s Security Identification Display Area (SIDA) badges for any employee working in the secured area. Contractor shall comply, at its own expense, with the Transportation Security Administration (TSA) and the Airport’s security requirements for the Airport including, but not limited to employee training and badges. Contractor shall cooperate with the TSA and the Airport on all security matters and shall promptly comply with any project security arrangements established by the Airport. Compliance with such security requirements shall not relieve Contractor of its responsibility for maintaining proper security for the above- noted items, nor shall it be construed as limiting in any manner Contractor’s obligation with respect to all applicable federal, state and local laws and regulations and its duty to undertake reasonable action to establish and maintain secure conditions at and around the Premises and throughout the Airport. All employees shall be properly badged and comply with all TSA and Airport safety and security rules. Attachment number 1 \nPage 11 of 56 Item # 9 Custodial Services Contract 7 1.10.1 The required custodial work is described, herein. Any Contractor employee(s) assigned to perform work in a secured area are required to be “badged” or to be escorted a “badged” Contractor employee the entire time they are in a secured area. 1.10.2 To qualify for a badge, individual must be fingerprinted and have a background investigation completed. In addition, the Airport will conduct a background inquiry and require finger printing of all individuals who will be working on the secured side of the Airport screening point. This may also include collection of appropriate criminal history information, contractual and business associations and practices, employment histories, reputation in the business community and credit reports for the Contractor, as well as, its employees. 1.10.3 Contractor consents to such an inquiry and agrees to make available to the Airport such books and records the Airport deems necessary to conduct the review. 1.10.4 Contractor shall pay all costs associated with providing SIDA badges. 1.10.5 Contractor shall be responsible for any fines assessed by the Federal Aviation Administration (FAA) or TSA because of the actions of its employees or subcontractors. 1.10.6 Contractor’s failure to comply with Airport Security Requirements and Badging procedures shall be considered an event of default. 1.11 Commercial Activities Neither Contractor nor its employees may establish any commercial activity or issue concessions or permits of any kind to third parties for establishing activities at the Airport. 1.12 Records and Audit Contractor and its subcontractors shall maintain records and accounts in connection with all aspects in the performance of this Contract, including those, which will accurately document incurred costs, both direct and indirect, of whatever nature, during and for a period of three (3) years from the expiration or other termination of this Contract, unless otherwise specified by applicable law. The City may examine and copy, at all reasonable times, with advance notification, those records, and accounts. Contractor shall maintain all records in a central location in the City. 1.13 Contingent Fees Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Contract; and that Contractor has not paid or agreed to pay any company, association, corporation, firm or person, other than a bona fide employee working for Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Contract. For the breach or violation of this warranty and upon a finding after notice and hearing, the City may terminate the Contract and, at its discretion, may deduct from the Contract sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or consideration. 1.14 Rights and Remedies The rights and remedies of the City provided in this paragraph are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract. Attachment number 1 \nPage 12 of 56 Item # 9 Custodial Services Contract 8 1.15 Non-Appropriations Notwithstanding anything contained in this Contract, if sufficient funds have not been appropriated to support continuation of this Contract for an additional calendar year or an additional term of the Contract, this Contract shall terminate absolutely and without further obligation on the part of the City at the close of the calendar year of its execution or if the City suspends performance pending the appropriation of funds. 1.16 Representations and Warranties In order to induce the City to enter into this Contract, Contractor hereby represents and warrants that as of the date above written that: 1.16.1 Contractor is duly organized and validly existing in good standing under the laws of the state of GA. in which it is organized, is qualified to do business in all jurisdictions in which it is operating, and has the power and authority to execute and deliver and to perform its obligations under this Contract and the documents to which it is signatory; and 1.16.2 The execution, delivery and performance by Contractor and its undersigned representative(s) of this Contract and other documents to which Contractor is a signatory do not require the approval or consent of any other person, entity or government agency and do not result in any breach of any agreement to which Contractor is a party or by which it is bound; and 1.16.3 The execution, delivery and performance by Contractor of this Contract and other documents to which it is a signatory have been duly authorized by all necessary action, and constitute legal, valid and binding obligations of Contractor, enforceable against Contractor in accordance with its terms; and 1.16.4 No action, suit or proceeding to which Contractor is a party is pending or threatened that may restrain this Contract, or the enjoyment of rights or benefits contemplated herein; and 1.16.5 Contractor has all State of Georgia Licenses and permits required for the performance of custodial services and shall only use properly licensed and trained persons to perform such services. 1.17 Assignment Without the prior written consent of the City, Contractor may not assign, transfer, or convey any of its interests under this Contract, nor delegate any of its obligations or duties under this Contract except as provided herein. 1.17.1 Consent of the City Required. Any assignment of this Contract or rights under this Contract, in whole or part, without the prior written consent of the City will be void, except that, upon ten-(10) calendar days prior written notice to the City, Contractor may assign monies due or to become due under this Contract. Any assignment of monies will be subject to proper setoffs in favor of the City and to any deductions provided for in this Contract. 1.17.2 No Relief of Responsibilities. No assignment will be approved which would relieve Contractor of its responsibilities under this Contract. 1.17.3 Parties Bound. This Contract will be binding upon and inure to the benefit of the City and Contractor and their respective successors and assigns. Attachment number 1 \nPage 13 of 56 Item # 9 Custodial Services Contract 9 1.18 Notices 1.18.1 Delivery. All notices given by either party to the other under this Contract must be in writing and delivered by: (i) regular mail, postage prepaid; (ii) certified or registered mail; (iii) facsimile; or (iv) hand delivery, to the parties at the addresses and facsimile numbers set forth in the Clause titled “Addresses”. 1.18.2 Receipt. Notices sent by mail will be deemed to be received upon deposit in the mail, properly addressed. Notices sent by certified or registered mail will be deemed to be received upon the date of the acknowledgment. Notices sent by facsimile will be deemed to be received upon successful transmission to the proper facsimile number. Notices delivered by hand delivery will be deemed to be received upon acceptance by the respective party or its agent. 1.18.3 Change of Address or Facsimile Number. Either party may, at any time, change its respective address or facsimile number by sending written notice to the other party of the change. 1.18.4 Addresses. To THE CITY: To CONTRACTOR: Augusta Regional Airport ICS, Inc. Attn: Executive Director Attn: Sung Soo Kim 1501 Aviation Way 1110 Satellite Blvd. Suite 403 Augusta, Georgia 30906 Suwanee, GA 30024 Telephone: (706) 7898-3236 Telephone: 678-530-0401 With a copy to: Augusta General Counsel Augusta Richmond County Department of Law 501 Greene St. Augusta, Georgia 30901 1.19 Waiver The failure of the City to seek redress for any violation of or to insist upon the strict performance of, any term of this Contract will not prevent a subsequent violation of this Contract from being actionable by the City. The provision in this Contract of any particular remedy will not preclude the City from any other remedy as law or equity. 1.20 Compliance with Applicable Laws and Regulations Contractor covenants and agrees that it, its agents and employees shall comply with all Georgia, county, state, and federal laws, Airport Rules and Regulations, and City ordinances applicable to the work to be performed under this Contract, and that it shall obtain all necessary permits, pay all license fees and taxes to comply therewith. Further, Contractor agrees that it, its agents, and employees will abide by all rules, regulations, and policies of Airport during the term of this Contract, including any renewal periods. 1.21 Insurance 1.21.1 During the term of this Contract, Contractor shall provide, pay for, and maintain with companies reasonably satisfactory to the City and the Aviation Commission, the types Attachment number 1 \nPage 14 of 56 Item # 9 Custodial Services Contract 10 of insurance as set forth in the City Code, and Georgia law as the same may be amended from time to time, and as described herein. In the event of a conflict between the provisions of the City Code and this Contract, the more stringent requirement shall govern. In any event, the decision of the City’s Risk Manager shall govern. In no event shall Contractor maintain any insurance less than the requirements set forth in the City Code, as amended. The required insurance policies shall comply with the laws of the State of Georgia. 1.21.2 The Contractor and its subcontractors are required to maintain minimum insurance to protect itself and the City from the normal insurable liabilities that may be incurred by Contractor in the performance of the Contract’s Scope of Services the Airport. In the event such insurance shall lapse, the City and the Aviation Commission reserve the right to obtain such insurance at the Contractor's sole expense. 1.21.3 All insurance policies shall be issued by insurance companies eligible to do business in the State of Georgia and Best Rated A- or equivalent. 1.21.4 All such evidence of insurance shall be in the form of certificates of insurance satisfactory to the City and its Risk Manager, accompanied by a certified true copy of an endorsement to each policy containing the requirements herein. Properly executed certificates of insurance shall evidence the insurance coverage, endorsements, and limits required. The authorized representative of the insurance company shown on the certificate shall sign these certificates. 1.21.5 The Contractor's insurance policies as required by this Contract shall apply separately to the City as if separate policies had been issued to Contractor and City. 1.21.6 No operations shall commence at the Airport unless and until the required certificates of insurance are in effect and approved by the City’s Risk Manager. 1.21.7 Contractor shall furnish to the City’s Risk Manager and Aviation Commission annually Certificates of Insurance evidencing that all of the herein stated requirements have been met. 1.21.8 Renewal Certificates of Insurance must be provided to the City’s Risk Manager and Aviation Commission as soon as practical but in every instance prior to expiration of current coverage. 1.21.9 Insurance binder letter(s) or a Certificate(s) of Insurance as described above must be sent to the address below with a copy to the City address in paragraph 1.18.4 above: Augusta, Georgia of Augusta Risk Manager 530 Greene Street Room 217 Augusta, Georgia. 30901 (706) 821-2502 (Fax) 1.21.10 Contractor’s and subcontractors’ insurance companies or their authorized representative shall give the City and the Aviation Commission thirty (30) days prior written notice of any cancellation, intent not to renew, or material reduction in any policy’s coverage, except in the application of the Aggregate Limit Provisions. A ten-(10) day notice shall be required in the event of cancellation due to non-payment of premium. In the event of a reduction to the Aggregate Limit, it is agreed that immediate steps will be taken to have the prior Aggregate Limit reinstated. Attachment number 1 \nPage 15 of 56 Item # 9 Custodial Services Contract 11 1.21.11 All Contractor and subcontractors policies shall provide coverage as indicated below and that includes, or has been endorsed to include, or has the same substantive effect as the following: 1.21.11.1 Subrogation. Contractor and its subcontractors waives its right of subrogation against the City, the Aviation Commission, the Airport, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. 1.21.11.2 Hold Harmless. All policies shall include a hold harmless provision. The amount or amounts of all required policies shall not be deemed a limitation of the Contractor's agreement to indemnify and hold harmless the City, its officers, elected officials, employees, agents and the Aviation Commission and its employees. In the event Contractor shall become liable in an amount in excess of the amount or amounts of such policies, then the Contractor shall save the City, its officers, elected officials, employees, agents and the Aviation Commission and its employees harmless from the whole thereof, except in the event of gross negligence of the City. 1.21.11.3 Additional Insured. The City, the Aviation Commission, and each of its Commissioners, officers, agents, elected representatives, volunteers, and employees, in their respective capacities as such, shall be named additional insured hereunder with respect to the products, premises, and operations of the named insured. 1.21.11. Severability of Interest and Contractual liability. Any such policy shall contain Severability of Interest and Contractual liability coverage at least as broad as that given in the most current CG 00 01 ISO form. 1.21.12 If at any time the Executive Director requests a written statement from the insurance company as to any impairment to the aggregate limit, Contractor shall promptly authorize and have delivered such statement to the Aviation Commission. Contractor authorizes the Aviation Commission and/or the City’s Risk Manager to confirm with Contractor’s insurance agents, brokers, and insurance companies all information furnished. 1.21.13 The acceptance of delivery to the City and the Aviation Commission of any certificate of insurance evidencing the insurance coverage and limits required under this Contract does not constitute approval or acceptance by the City or the Aviation Commission that the insurance requirements in this Contract have been met. 1.21.14 The Contractor and the City understand and agree that the minimum limits of the insurance herein required may, from time to time, become inadequate, and Contractor agrees that it will increase such minimum limits upon receipt of written notice defining the basis of the increase. The Contractor shall furnish the City, within sixty-(60) days of the effective date thereof, a certificate of insurance evidencing that such insurance is in force. 1.21.15 Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be reasonably acceptable to the City’s Risk Manager and Aviation Commission. The amounts and types of insurance shall conform to the following minimum requirements with the use of Insurance Service Office policies, forms, and endorsements or broader, where applicable. Attachment number 1 \nPage 16 of 56 Item # 9 Custodial Services Contract 12 1.21.15.1 Workers’ Compensation and Employer’s Liability Insurance. Contractor maintained in force Workers’ Compensation and Employer’s Liability Insurance during the term of this Contract for all employees engaged in the operations under this Contract. The limits of coverage shall not be less than: Workers’ Compensation Georgia Statutory Employer’s Liability $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee 1.21.15.2 Comprehensive General Liability Insurance. Contractor shall maintain in force throughout the term of this Contract, one million dollars ($1,000,000) in Broad Form Comprehensive General Liability insurance. The Contractor's Comprehensive General Liability policy shall insure Contractor against claims for bodily injury, death, or property damage occurring on, in, or about the Airport or resulting from any accident occurring on or about the roads, terminal, driveways, or other areas of the Airport used by the Contractor. 1.21.15.3 Automobile Liability Insurance. Covering all owned, non-owned and hired vehicles, used in connection with the work identified in Scope of Services. Automobile Insurance in the minimum amount of One Million Dollars ($1,000,000.00) combined single limit coverage. If the Contractor's Comprehensive General Liability coverage includes vehicular operations on the Airport, separate automobile insurance shall not be required. 1.21.15.4 Other Insurance. The types and amounts of Other Insurance coverage required to be carried by Contractor shall be determined by the City’s Risk Manager on a case- by-case basis. In any event, for each type of Other Insurance required to be carried, Contractor shall provide no less than One Million Dollars ($1,000,000.00) coverage per occurrence per type of insurance. Coverage may be required at higher levels than the above minimum based upon the nature of Contractor’s risk exposure. Dependent upon the precise nature of the activities to be conducted by the Contractor, additional types of insurance coverage such as the following examples, among other, may be required to be carried by Contractor: 1.21.15.4.1 Property Liability 1.21.15.4.2 Products Liability 1.21.15.4.3 Chemical and Environmental Damage Liability 1.21.15.4.4 Other 1.22 Patent Indemnity Except as otherwise provided, the Contractor agrees to indemnify the City, Airport, and their Boards of Commissioners, officers, agents and employees against liability, including costs and expenses for infringement upon any letters or patent of the United States arising out of the Attachment number 1 \nPage 17 of 56 Item # 9 Custodial Services Contract 13 performance of this Contract or out of the use or disposal by or for the account of the City of supplies furnished or construction work performed hereunder. 1.23 Indemnification and Hold Harmless Contractor agrees to indemnify and hold harmless the City, Augusta Aviation Commission, Augusta-Richmond County Board of Commissioners and their members, officers, elected officials, agents, servants, employees and successors in office, from any and all claims including reasonable attorney's fees and expenses of litigation incurred by the Augusta-Richmond County Board of Commissioners and the Augusta Aviation Commission, in connection therewith related to or arising out of any damage or injury to property or persons, occurring or allegedly occurring in, on or about Airport property which are in any way related to or arising out of any failure of Contractor to perform its obligations hereunder. Contractor further agrees that the foregoing contract to indemnify and hold harmless applies to any claims for damage or injury to any individuals employed or retained by Contractor in connection with any changes, additions, alterations, modifications and/or improvements made to the premises, and hereby releases the Augusta-Richmond County Board of Commissioners and the Augusta Aviation Commission, from liability in connection with any such claims. Contractor agrees to indemnify and hold harmless at all times as set forth in the City Code, and particularly Article 1, Chapter 3, Division 1, Section 1-3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein. In the event of a conflict between the provisions of Augusta- Richmond County Code and this Contract, the broader requirement shall govern. 1.24 Permits Contractor shall obtain and maintain at all times all necessary licenses, permits, and certifications to perform the work described in the Contract. Contractor shall furnish copies of all licenses, permits, and certifications to the Administrator. 1.25 Work Permits Required Contractor agrees and acknowledges that its employees and agent’s employees, as well as any subcontractors or subcontractors’ personnel, working on the Contract must be United States citizens, or must be lawfully admitted for residence and be permitted to work in the United States under the Immigration and Naturalization Act, 8 U.S.C. 1101, et seq. All contractors and subcontractors entering into contracts with the City 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 the City has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must 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. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with the City the Attachment number 1 \nPage 18 of 56 Item # 9 Custodial Services Contract 14 contractor 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. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to the City at the time the subcontractor(s) is retained to perform such physical services. Such certificate is attached hereto as Exhibit and incorporated by reference. 1.26 Non-Discrimination The Contractor shall not discriminate against any employee, or applicant for employment, because of race, creed, religion, color, sex or national origin, marital status, physical handicap or sexual orientation. Further, Contractor agrees, for itself, its representatives, successors in interest, and assigns, as a part of the consideration hereof, that (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of the Airport, (2) in the furnishing of services at Airport, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination, and (3) Contractor shall use Airport facilities in compliance with all other requirements imposed by or pursuant to 14 CFR Part 152 and Title VI of the Civil Rights Act of 1964 and 49 CFR, Subtitle A, Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as such Title and Regulations may be amended. 1.27 Hazardous Materials Contractor shall not cause or permit any Hazardous Material to be brought, kept, or used in or about the Airport by Contractor, its agents, employees, subcontractors, or invitees. Without limiting the foregoing, if the presence of any Hazardous Material in the Airport caused or permitted by Contractor results in any contamination of the Airport, Contractor shall promptly take all actions at its sole expense as are necessary to return the Airport to the conditions existing prior to the introduction of such Hazardous Material to the Airport; provided that Airport’s approval of such actions, and the corrective actions to be used by Contractor in connection therewith, shall first be obtained. All solid waste shall be disposed of in accordance with Georgia law. Section 2: Contractor Services The Airport is a full-service Federal Aviation Administration certified commercial service airport with an Airport-operated Fixed Based Operator (FBO) (general aviation facility). The Airport also operates two common-use aircraft hangars and other facilities. The commercial passenger terminal was designed to invoke images of the clubhouse at Augusta National Golf Club®, home of the Masters® Golf Tournament. The facility has some of the characteristics of a country club, and does create a feeling of being in an environment other than a commercial airport. A replica of Rae’s Creek Bridge and its environs has been incorporated into the passenger terminal, straddling the midpoint of the passenger gate concourse. The Airport desires to keep the facilities at a high level of appearance and cleanliness. Contractor Services and responsibilities are: 2.1 To provide a clean environment for customers and staff. Attachment number 1 \nPage 19 of 56 Item # 9 Custodial Services Contract 15 2.2 To ensure that all Service Areas are cleaned daily in a manner consistent with the Service Performance Work Methods/Standards and at least at the frequencies stated in the Service Quality Standards. Contractor Services and responsibilities performed on weekends or holidays are identical to those performed on a weekday. 2.2.1 To primarily provide policing activities during first and second shift. 2.2.2 To primarily provide deep cleaning activities during third shift. 2.3 To perform all Services and make all interpretations of the required Contractor Services in this Contract based upon the following statement: The apparent silence on any Service, detail, or the omissions of any detailed description concerning any Service or point whatsoever shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All Services are to be completed, at a minimum, in accordance with Service Quality Standards and service Performance Work Method/Standards. 2.4 To provide all resources, labor, tools, equipment, transportation, proper disposal of trash, training, supplies, materials, oversight, etc., to ensure that Service Quality Standards and Service Performance Work Methods/Standards are achieved. 2.4.1 To provide on-site staff to perform Contractor Services daily as specified in the Contract. 2.4.2 To provide for the approval of the Administrator, recommendations for procedures, products, and materials that are considered “Green” from an environmental standpoint. The use of micro-fiber products is encouraged, as is the use of “Green” cleaning chemicals that are not considered hazardous materials by the Federal or State Environmental Protection agencies. 2.4.3 To ensure that any procedure, product, or material that is approved by the Administrator as “Green” shall at least match, if possible, the cleaning capability of the more traditional cleaning agents, shall not cause the expenditure of additional Contractor labor, and shall not increase the cost of products and supplies. Cleaning and other products approved by the Administrator for use in this Contract will be hereinafter being referred to in the Service Performance Work Methods/Standards as an ACP (Approved Cleaning Product). ACP normally will not be diluted or watered down unless ACP is a concentrated product designed for dilution. 2.5 To use Service Quality Standards and Service Performance Work Methods/Standards to measure performance. The results desired by the Airport can only be achieved if the Contractor adheres to the tasks and frequencies set forth herein. Administrator will also use Service Quality Standards and Service Performance Work Methods/Standards to measure Contractor’s performance. 2.6 To provide and to maintain Service Quality Control Plan (QCP). Attachment number 1 \nPage 20 of 56 Item # 9 Custodial Services Contract 16 2.6.1 The purpose of the Contractor’s QCP is to provide the Contractor and Airport a method to measure compliance with the Contract’s Service Quality Standards and Service Performance Work Methods/Standards. 2.6.2 The QCP is a system for identifying, documenting, and correcting deficiencies in the quality of Services before the level of performance becomes unacceptable. 2.6.3 The QCP will be included as a Contract Exhibit. 2.6.4 Administrator will approve the QCP and frequency of inspections. 2.6.5 The QCP shall serve as a living document and may be subject to change depending on the needs of the Airport. Contractor will revise the QCP when Services schedule changes, Services inspection schedule changes, and/or listing of current employees change. The Contractor will be required to provide an updated QCP, to the Contract Administrator for acceptance. 2.6.6 Contractor will provide copies of all completed QCP inspections to Administrator weekly. Section 3: Scope of Services 3.1 Services Contractor shall provide all necessary management, supervision, labor, tools, equipment, materials, vehicles, and any other such items required to complete Services in the Airport Service Areas. Contractor’s specific detailed duties, frequencies, and methods/standards are described in Service Performance Work Methods/Standards and Service Quality Standards. The frequency of service will not be less than specified in the Contract’s Service Quality Standards. 3.2 Service Areas The Service Areas are set forth in Exhibits 1, 2, 3, 4, 5, 6, and 7): 3.2.1 Commercial Terminal: Contractor shall be responsible for cleaning all areas, in the Commercial Terminal including restrooms, waiting areas, gates, boarding ramps/areas, and jet bridges (except as indicated below). The Commercial Terminal includes eight (8) verandas. Contractor is not responsible for the following areas in the Commercial Terminal (see Exhibits 2, 3, and 4): 3.2.1.1 Tug Drive area behind Baggage Claim; 3.2.1.2 Delta and US Airways airline offices/areas (includes ticket counter, area behind ticket counter and airline station office; 3.2.1.3 Baggage makeup area behind the airline offices; 3.2.1.4 Food Prep and Staging area in the Mid-Terminal; 3.2.1.5 Maintenance and equipment storage areas; 3.2.1.6 Restaurant and restaurant seating area (area behind gate) in holding room; Attachment number 1 \nPage 21 of 56 Item # 9 Custodial Services Contract 17 3.2.1.7 Gift shop in holding room; and 3.2.1.8 Rental car counters and office areas. 3.2.2 Fixed Base Operator: Contractor is responsible for cleaning all areas in FBO. Contractor is only responsible for cleaning the floors in the marked areas. (See Exhibit 5). 3.2.3 Weather Bureau: Contractor is responsible for cleaning restrooms and hallways. 3.2.4 Hangar 1: Contractor is responsible for cleaning restroom/shower, lobby, and hallway, (see Exhibit 6). 3.2.5 Hangar 2: Contractor is responsible for cleaning lobby, kitchen area, restrooms, and hallway, (see Exhibit 7). 3.2.6 Contract Operations: Contractor is responsible for cleaning restrooms and accessible offices on south end of building. 3.2.7 Contractor’s areas used for office and/or for storage that are publically viewable will be cleaned to same standards as Airport’s Service areas. 3.2.8 The areas that the Contractor is not routinely responsible for custodial services are identified herein. However, if cleaning is needed in one of these areas, Contractor will be compensated for the same as Extra work. 3.3 Service Hours Contractor will provide Contractor Services described herein according to the following schedule subject to adjustments made with Administrator’s approval: 3.3.1 Commercial Terminal: Continuously, daily, 24 hours per day, 365 days per year, including weekends and holidays. Contractor will coordinate shift times with Administrator. 3.3.2 Fixed Base Operations: Continuously, daily from 7 am to 3 pm, 8 hours per day, 365 days per year, including weekends and holidays. From 3 pm until 7 am, daily Contractor personnel from Commercial Terminal will deep clean/police FBO. 3.3.3 Weather Bureau, Hangar 1, Hangar 2, and Contract Operations: Continuously, daily 365 days per year including weekends and holidays. Contractor personnel from Commercial Terminal/FBO will deep clean/police these Service Areas. 3.4 Service Quality Standards Contractor shall perform service tasks at least as frequently as identified in Table below. More frequent servicing may be required due to existing conditions or as requested by Administrator. Reference Paragraph Contractor Service Frequency/Shift 3.5.1 Safety Precautions in all Service Areas Daily, 24/7/365 all Service Areas 3.5.2 All Service Areas Standards Daily third shift and during policing 3.5.3 Deep Cleaning Typical Duties Daily third shift and during policing when Attachment number 1 \nPage 22 of 56 Item # 9 Custodial Services Contract 18 required 3.5.4 Policing Typical Duties Daily during policing 3.5.5 Ash Receptacles Daily third shift and during policing 3.5.6 Blinds and Window Coverings Monthly except for noticeable dirty conditions 3.5.7 Brass Floor Plates/Receptacles Cleaned and Polished Third Shift 3.5.8 Carpet Clean Complete Daily third shift when required 3.5.9 Carpet Spot Clean Daily third shift 3.5.10 Carpet Entrance Mats and Walk off Mats Daily third shift 3.5.11 Carpet Vacuum Complete Daily third shift 3.5.12 Carpet Vacuum Traffic Patterns Daily first and second shift 3.5.13 Drinking Fountains Clean and Disinfect Daily third shift and during policing once per hour 3.5.14 Elevators Daily third shift and during policing 3.5.15 Exterior Areas, Entrance Areas, Vestibules, Including Curbside and Verandas Deep Clean and Police Daily Third shift and Police Daily once per hour 3.5.16 Exterior Areas, Curbside and Verandas Power Blow Daily third shift and during policing as required 3.5.17 Exterior Entrances, Curbside, Ramp side, and Verandas Pressure Wash Monthly third shift 3.5.18 Floors Cleaning Non-Carpeted Weekly third shift 3.5.19 Floors Dust /Sweep/Mop Daily third shift 3.5.20 Floors Mop Damp/Spot Daily third shift and during policing 3.5.21 Floors Mop Wet Weekly third shift or as required, daily third shift in restrooms 3.5.22 Floors Restore Finish (Concourse, Wide open, non-obstructed, and clear areas Burnish Floors Coated with Synthetic Floor Finish) Weekly third shift or as required to maintain finish. 3.5.23 Floors Restore Finish (Small confined areas, spray-Buff Floors coated with Synthetic Floor Finish) Daily third shift or as required to maintain luster. 3.5.24 Floors Restore Finish (Vestibules) Daily, third shift 3.5.25 Floors Strip Finish and Restore Finish Third shift. 3.5.26 Furniture and Building Surfaces etc. Damp Wipe, Dust, Spot Clean Daily third shift 3.5.27 Furniture Rearrange as Required Daily As required 3.5.28 Glass Clean all glass surfaces Daily third shift and during policing 3.5.29 Miscellaneous Cleaning Services As required and pre-approved by Aviation Commission 3.5.30 Report Maintenance Items to Marshal’s Operations Center Daily As required 3.5.31 Restrooms Clean and Police Once per hour first and second shift scheduled around commercial aircraft arrivals and departures 3.5.32 Restrooms Deep Clean Daily (third shift) in Commercial Terminal after last commercial flight arrival and before first commercial flight departure and in other Attachment number 1 \nPage 23 of 56 Item # 9 Custodial Services Contract 19 Service Areas as available. 3.5.33 Seating Spot Clean and Dust Weekly as required. 3.5.34 Stairwells Cleaned Daily third shift 3.5.35 Stanchions and Free Standing Signs Spot Clean and Dust Daily 3.5.36 Trash Cans Remove Trash, Clean Container, Replace Liners Daily third shift and as required during policing. 3.5.37 Trash, loose Daily third shift and during policing 3.5.38 Verandas Mop Weekly third shift 3.5.39 Verandas Pressure Wash Monthly third shift 3.5 Service Performance Work Methods/Standards The following Service Performance Work Methods/Standards are methods and standards required to meet Service Quality Standards. Contractor may deviate from specific method with Administrator approval and as long as Standards are met. See Section 2 Contractor Services and Section 3 Scope of Services. 3.5.1 Safety Precautions in all Service Areas Provide a safe environment for customers and employees. Take care throughout the Service Areas to prevent liquids and equipment from coming into contact with electric outlets located in the floor areas or baseboards. Take proper precautions to advise occupants of wet and/or slippery floor conditions and suitable safety warning signs shall be erected. Frequency: Daily, 24/7/365 all Service Areas 3.5.2 All Service Areas Standards All surfaces shall have a uniform appearance, free of streaks, smudges, dust, lint, cobwebs, and litter Chrome and stainless steel surfaces will be cleaned and polished Doors (on sides, top, and edges), doorknobs, panic bars, and kick plates shall be cleaned and polished Drinking fountains, including all sides will be free of all debris and spots and sanitized; wall surfaces around the drinking fountains will be free of water spots and streaks Elevator will be clean and free of smudges or marks. Walls and doors will be clean and polished. Carpeted floor will be vacuumed. Hard surface floor will be polished. Floors will be cleaned of chewing gum and other foreign materials Floors, carpeted, will be clean and vacuumed Floors, corners, crevices, under furniture, and behind doors will be free from any dust, litter, and dirt. Floors, hard surface Terrazzo/composition, will be clean, dust free, streak free, and have a uniform shiny gloss appearance without scratches, scrapes, marks, or wax build up. Furniture and building surfaces will be clean of soil and stains. Attachment number 1 \nPage 24 of 56 Item # 9 Custodial Services Contract 20 Furniture and equipment moved during cleaning will be returned to its original location. Glass, exterior windows, interior glass, windows, sectional dividers, mirrors, and entrance doors will be cleaned and free of dirt, dust, streaks, and spots. Both sides of glass, when accessible, will be cleaned up to a height of 8’0” from floor level. Jet bridges, passenger loading and unloading ramps will be cleaned. Restroom counter tops, dispensers, and surfaces will be cleaned, polished, and disinfected. Restroom dispensers will be serviced with proper products. Restroom floors, toilets, urinals, and adjacent wall area will be cleaned and disinfected. Restroom partitions and doors (sides, edges, and tops) will be dusted and cleaned. Signage and stanchions will be cleaned and dust free. Stairwells will clean and free of smudges or marks. Carpeted floors will be cleaned and vacuumed. Hard surface floors will be cleaned and polished. Trash and wastepaper baskets will be empty, in place, clean, and ready for use with new liners. Trash will be collect and dispose of in Airport dumpsters. Trash, litter, or any foreign substances, not in trash receptacle, will be removed from under furniture, under tables, under chairs, in corners, or behind doors. Walls and floors will be cleaned and free of dirt streaks, litter, and spots caused by spilling or tracking. Walls and interior surfaces will be cleaned to remove smudges, finger marks, etc Windowsills, door ledges, doorframes, door louvers, elevator doors, window frames, wainscoting, baseboards, columns, and partitions will clean and free of smudges or marks. Frequency: Daily third shift and during policing when required 3.5.3 Deep Cleaning Typical Duties Deep cleaning includes the following services; list is not all-inclusive: All flat areas/surfaces dusted and cleaned Appliances, exterior surfaces cleaned Baseboards dusted and wiped down Brass floor plates/receptacles cleaned and polished Cabinets and drawers clean outside and wipe down outside and inside Chandeliers and light fixtures cleaned and free of bugs, etc. Chrome and stainless steel fixtures cleaned and shined Cobwebs removed Desks, furniture, and knickknacks dusted Doors and door hardware cleaned and polished on both sides, top, and edges Drinking fountains cleaned and disinfected Attachment number 1 \nPage 25 of 56 Item # 9 Custodial Services Contract 21 Elevators cleaned and surfaces polished Exterior entrances, surfaces adjacent to entrances, and verandas will be clean i.e., power blow, pressure wash, etc. Floor hard surfaces cleaned and polished including terrazzo floor and vestibules Floor hard surfaces refinished when scraped or scared Floor hard surfaces vacuumed, mopped and dried Floor vestibules cleaned and polished. Floor carpet cleaned complete Floor carpet spot cleaned Floor carpets vacuumed and edged Kitchen chrome shined Kitchen counter top and sink cleaned and disinfected Kitchen drip pans cleaned Kitchen microwave wipe down inside and outside Policing all areas Kitchen range cleaned top and front Kitchen range hood cleaned on outside Report maintenance items to MOC Restroom doors and partitions cleaned/dusted sides, edges, and tops Restroom fixtures and surfaces cleaned, disinfected, and polished Restroom hard floors washed and disinfected Restroom mirrors cleaned and shined Restroom product dispensers cleaned, polished, and replenished Restroom sinks, counter tops cleaned and disinfected, chrome shined Restroom toilets/commodes, urinals, and adjacent areas cleaned and disinfected Restrooms tile walls cleaned and disinfected Seating frame beneath seat dusted/cleaned Shower and shower doors cleaned and disinfected Stainless steel and chrome fixtures shined and cleaned Stairs cleaned and vacuumed; handrails dusted and cleaned Tables and chairs cleaned Trashcans trash removed, tops/sides cleaned, and liners replaced Windows and window tracks cleaned Frequency: Daily third shift and during policing when required Attachment number 1 \nPage 26 of 56 Item # 9 Custodial Services Contract 22 3.5.4 Policing Typical Duties Policing includes the following services and may include any or all of Deep Cleaning Services depending upon conditions. Following list is not all-inclusive: Ash Receptacles cleaned and sand replaced/refreshed Cabinets and drawers clean outside Chrome fixtures shined and cleaned Cobwebs removed Door hardware cleaned Doors/partitions sides, edges, and top dusted/cleaned Drinking fountains cleaned and disinfected Elevators cleaned and surfaces polished Kitchen counter tops cleaned and disinfected Kitchen sinks and counters cleaned and disinfected, chrome shined Report maintenance items to MOC Restroom doors both sides, top, and edges dusted/cleaned Restroom hard floors washed and disinfected Restroom mirrors cleaned and shined Restroom product dispensers cleaned, polished, and replenished Restroom sinks, counter tops cleaned and disinfected, chrome shined Restroom toilets/commodes, urinals, and adjacent areas cleaned and disinfected Trashcans trash removed, tops/sides cleaned, and liners replaced Frequency: Daily during policing 3.5.5 Ash Receptacles Ash receptacles shall be emptied and kept clean, odor-free, and free of dirt, dust, ash, cigarette butts, debris, residue, and spilled material. Sand in ash receptacles shall be replenished as necessary. The exterior of waste receptacles should damp-wiped with the ACP as needed. Frequency: Daily third shift and during policing 3.5.6 Blinds and Window Coverings All blinds and coverings, cord tapes, and valances (not including Drapes, Curtains, and Unique Coverings) shall be clean and free of dust and spots. Frequency: Monthly except for noticeable dirty conditions. 3.5.7 Brass floor Plates/Receptacles Cleaned and Polished Floor plates and receptacles will be clean and polished. Surrounding floor, carpet or hard surface, will be protected from cleaning and polishing products. Frequency: Third Shift. Attachment number 1 \nPage 27 of 56 Item # 9 Custodial Services Contract 23 3.5.8 Carpet Clean Complete Carpets will be thoroughly clean and free from dust, dirt, embedded grit, stains, and debris. Nap will be laid in one direction. Visible spots, gum, or stains shall be removed. Worn or permanently stained carpet tile should be reported to Contractor’s Supervisor. When spot cleaning is not sufficient to clean carpets, carpet shall be completely steam cleaned. Cleaning should be attempted only after the carpet has been vacuumed. As much as possible, carpet cleaning will be accomplished during period with no passengers in terminal. When floors are completely cleaned, all carpet in a continuous section will be cleaned at the same time to provide a uniform appearance. Walls, baseboards, furniture bases, adjacent carpeted areas, and other surfaces will be free of watermarks, marks from the cleaning equipment or cleaning solutions. Frequency: Daily third shift when required 3.5.9 Carpet Clean Spot Use an ACP, carpet stain remover solution, a clean micro fiber cloth, and a nylon brush to remove obvious spots and stains from carpets. Spot cleaning should be attempted only after the carpet has been completely vacuumed. If the spot remains after the second attempt, report the problem to the Contractor’s supervisor. Frequency: Daily third shift 3.5.10 Carpet Entrance Mats and Walk off mats Interior entrance mats should be vacuumed daily. If the mat or surrounding area is wet, it may be necessary to use a wet/dry vacuum. The mat should be periodically removed, not less than once per week, and the area underneath should be vacuumed, mopped and allowed to completely dry before replacing the mat. Clean exterior mats by sweeping, vacuuming, "bumping", or hosing. Exterior mats should be replaced when they become worn, or are no longer capable of trapping dirt and moisture. In the Main Terminal where the “slotted” matting or other devices are installed in a pan, the matting shall be removed and the pan shall be cleaned at least monthly. Frequency: Daily third shift. 3.5.11 Carpet Vacuum Complete Use an upright carpet vacuum to collect surface soil and embedded grit from all areas accessible to the carpet vacuum. The vacuum should be adjusted to correspond with the pile height of the carpet. Chairs and trash receptacles should be tilted or moved where necessary to vacuum underneath. Additionally, as necessary, to prevent any visible accumulation of soil or litter in carpeted areas inaccessible to the upright carpet vacuum, a crevice tool and brush attachment should be used. After the carpeted floor has been completely vacuumed, it should be free of all visible litter, soil, and embedded grit. Jet Bridge is included in carpeted service areas. Frequency: Daily third shift Attachment number 1 \nPage 28 of 56 Item # 9 Custodial Services Contract 24 3.5.12 Carpet Vacuum Traffic Patterns Use an upright carpet vacuum or Power-vac with carpet tool to remove obvious soil and litter from the carpet in the traffic areas and where surface soil is apparent. Pick up and dispose of larger pieces of litter and debris. Frequency: Daily first and second shift 3.5.13 Drinking Fountains Clean and Disinfect Use a spray bottle of ACP cleaner/disinfectant, micro fiber cloth, and a small percolator brush or bottlebrush to remove all obvious soil, streaks, smudges, etc. from the drinking fountains and cabinets. Clean all the porcelain and polished metal surfaces including the orifices and drain. Damp wipe the sides of the fountain and clean any exposed piping, as well as ventilation louvers. Report any leaks or malfunctions to the MOC. After cleaning, the entire drinking fountain should be free of streaks, stains, spots, smudges, scale, and other removable soil. Frequency: Daily third shift and during policing once per hour 3.5.14 Elevators Elevator door tracks shall be clean and free of dirt, debris, built up grime, dust, smudges, and other extraneous matter. Exterior and Interior Car surfaces shall be clean and free of finger marks, smudges, and spills. Carpets and floors shall be free of removable spots, dirt, and debris. Floors requiring a finish shall be maintained at a high luster. Frequency: Daily third shift and during policing 3.5.15 Exterior Areas, Entrance Areas, Vestibules, Including Curbside and Verandas Deep Clean and Police Doors and door tracks shall be clean and free of dirt, debris, built up grime, dust, smudges, and other extraneous matter. Contractor shall collect and dispose of trash in waste receptacles; replace trash liners as needed; clean tops and sides of trashcans; empty and clean ash receptacles, collect surface litter with small broom and dustpan, powered blower or “Billy Goat” vacuum. Spot clean entrance door glass and frames; clean trash containers and lids. Exterior seating and tables will be dusted/cleaned Mop verandas as needed to remove obvious soil. Floors, hard surface shall be cleaned and have a uniform high gloss appearance. Frequency: Daily third shift and Police daily once per hour 3.5.16 Exterior Areas, Curbside and Verandas Power Blow Power blow outside of entrance areas, ramp side, and street side, to remove dust, dirt, and debris. Frequency: Daily third shift and during policing as required 3.5.17 Exterior Entrances, Curbside, Ramp side, and Verandas Pressure Wash Pressure wash outside of entrance areas ramp side, street side, and verandas to remove dust, dirt, and debris. Pressure wash within five (5) feet of entrance doors curbside. Attachment number 1 \nPage 29 of 56 Item # 9 Custodial Services Contract 25 Pressure wash passenger access ramps and within five (5) feet of access ramp entrance. Chewing gum and litter will be removed. Frequency: Monthly third shift 3.5.18 Floor Cleaning Non-Carpeted Follow manufacturer’s recommended cleaning and refinishing procedures. If floors are waxed, a non-yellowing wax will be used. Preparation for wet cleaning. The entire floor surface shall be dust mopped. ACP solutions, where used, shall be mixed thoroughly and in the proportions specified in approval products test without undue spillage of either solution or rinse water. The concourse areas (terrazzo) will be power scrubbed with an auto-scrubber or similar device. Care will be taken to prevent damage to furnishings, etc. The space to be wet-cleaned will be properly prepared by sweeping or vacuuming the floor area as necessary or otherwise clearing it of visible debris. Floor Mopping. The mopping work will be performed in such a manner as to properly clean the floor surface, care having been taken to see that the correct type and mixture of cleaning solution, if required, has been used. All mopped areas will be clean and free from dirt, streaks, detergent residue, mop marks and strands, etc., properly rinsed, if required, and dry mopped to present an overall appearance of cleanliness. Contractor shall ensure that no splash marks or mop streaks on floor fixtures, furniture, walls, baseboards, etc. or mop strands remain in the area after cleaning. Frequency: Weekly third shift 3.5.19 Floors Dust /Sweep/Mop All visible litter such as paper, rubber bands, paper clips, chewing gum, etc. should be picked up or swept and placed in a waste collection container. Prior to sweeping the floor surface, use a mop and solution of ACP to remove spills and obvious soil from the floor. Use a putty knife to remove gum, tar, and other sticky substances. On terrazzo or other smooth finished floor surfaces, use the largest micro fiber dust mop that is practical to remove accumulated soil and litter. On concrete exterior areas, use a push broom. The entire area to be swept should be cleaned thoroughly to remove dust, dry soil, and other litter. Chairs and trash receptacles should be tilted or moved where necessary to sweep underneath. After the floor has been swept, the floor surface, including corners and abutments should be free of streaks, litter, and spots caused by spills or tracking. Contractor shall ensure that no splash marks or mop streaks on floor fixtures, furniture, walls, baseboards, etc. or mop strands remain in the area after cleaning. Frequency: Daily third shift 3.5.20 Floors Mop Damp/Spot Hard floor surfaces should be damp-mopped daily. Prior to being damp mopped, the floor surface should be swept or dust mopped. A wet mop, mop bucket and wringer, and an ACP solution should be used to remove soil and stains from the entire area. The Attachment number 1 \nPage 30 of 56 Item # 9 Custodial Services Contract 26 ACP solution should be changed periodically and remain clear. All accessible areas should be damp mopped. When necessary to mop underneath chairs, trash receptacles, etc. the furniture shall be moved and replaced in its original position. After being damp mopped, the floor should have a uniform appearance with no streaks, swirl marks, detergent residue, or any evidence of soil. Contractor shall ensure that no splash marks or mop streaks on floor fixtures, furniture, walls, baseboards, etc. or mop strands remain in the area after cleaning. Frequency: Daily third shift and during Policing 3.5.21 Floors Mop Wet Prior to being wet mopped, the entire floor surface should be swept or dust mopped. A wet mop, dual compartment mop bucket, and wringer, scrub brush, floor squeegee, and ACP should be used to remove all soil and stains from the entire floor, baseboards, etc. The ACP solution should be applied to the entire floor area and allowed to remain for three to five minutes. Then the entire floor area should be scrubbed with the scrub brush if the floor is heavily soiled. In areas with floor drains, the floor should then be squeezed dry and rinsed with clear water. In areas without a floor drain, the solution should be picked up with a wet mop and mop bucket and wringer or a wet pick-up vacuum if available and then rinsed twice with clean water. The mop should always be placed in the rinse water compartment of the mop bucket before being placed in the ACP side of the bucket. All accessible areas should be wet cleaned. When necessary to mop underneath chairs, trash receptacles, etc. the furniture should be moved. After being wet cleaned, the floor should have a uniform appearance with no streaks, swirl marks, detergent residue, or any evidence of soil. Contractor shall ensure that no splash marks or mop streaks on floor fixtures, furniture, walls, baseboards, etc. or mop strands remain in the area after cleaning. Frequency: Weekly third shift or as required, daily third shift in restrooms 3.5.22 Floors Restore Finish (Concourse, Wide open, non-obstructed, and clear areas Burnish Floors Coated with Synthetic Floor Finish) Follow manufacturer’s recommended cleaning and refinishing procedures. If floors are waxed, a non-yellowing wax will be used. In wide open, non-obstructed, and clear areas use the “burnishing” or similar technique to restore the floor finish. This technique relies on the high level of heat generated by a pad driven by an ultra high-speed floor machine to polish and restore the surface of the finish. Generally, if the coat of floor finish is in good condition no spray buff or burnishing material is required to polish the floor and restore the surface of the finish. The burnishing technique requires an ultra high-speed floor machine (1000 to 2500 RPM). The burnishing effect of the high-speed machines is all that is needed to restore the luster and shine to the surface. If the floor begins to show some signs of deterioration, a solution of ½ water and ½-floor finish can be damp-mopped onto the clean floor. Once this solution has dried, the floor can be burnished using the ultra high-speed floor machine equipped with a burnishing pad. Prepare the surface for Burnishing by dust mopping the entire area and removing any wet spills or heavily soiled areas with a damp mop. Dried residue (gum, etc.) should be removed with a razor blade, putty knife and/or gum remover. Attachment number 1 \nPage 31 of 56 Item # 9 Custodial Services Contract 27 The Burnishing solution can be applied by using an auto scrubber or like machine. Burnishing solution shall be applied thinly, uniformly and evenly in such a manner as to avoid skipping of areas. Use the Burnishing machine to burnish the entire floor (use a burnishing pad), overlapping each pass by at least 6”. When the burnishing has been completed, the floor surface shall have a uniform high gloss with no scratch marks, swirl marks, blemishes of any kind, streaks, mop strand marks, or skipped areas. The finished area shall have a uniform luster. Contractor shall ensure that floor fixtures, walls, baseboards, furniture bases, adjacent carpeted areas, and other surfaces are be free of watermarks, marks from the cleaning equipment or cleaning solutions after cleaning. Contractor shall ensure that dirt and grime along floor and wall edge and in the corners are cleaned of all dirt and wax buildup. Frequency: Weekly third shift or as required to maintain finish. 3.5.23 Floors Restore Finish (Small confined areas, spray-Buff Floors coated with Synthetic Floor Finish) Follow manufacturer’s recommended cleaning and refinishing procedures. If floors are waxed, a non-yellowing wax will be used. Prior to being spray-buffed, the floor surface should be dust mopped and damp mopped to remove any dry or wet soil. A single-disc floor machine, buffing pad, and a spray bottle with spray-buffing solution should be used to restore a uniform gloss and protective finish to terrazzo floors that are finished with a synthetic floor finish. The spray-buff solution should be prepared by mixing a solution of equal parts of water and floor finish. The areas accessible to the floor machine should be spray buffed. Chairs, trash receptacles, etc. should be tilted and moved where necessary to spray-buff underneath. The floor should be dust mopped after spray buffing. After spray buffing the entire floor should have a uniform high gloss appearance, free of scuff- marks, heel marks, and other stains, should have a uniform coating of floor finish and shall be free of streaks, mop strand marks, and skipped areas. Contractor shall ensure that floor fixtures, walls, baseboards, furniture bases, adjacent carpeted areas, and other surfaces are be free of watermarks, marks from the cleaning equipment or cleaning solutions after cleaning. Contractor shall ensure that dirt and grime along floor and wall edge and in the corners are cleaned of all dirt and wax buildup. Frequency: Daily third shift or as required to maintain finish. 3.5.24 Floors Restore Finish (Vestibules) Follow manufacturer’s recommended cleaning and refinishing procedures. If floors are waxed, a non-yellowing wax will be used. Prior to being spray-buffed, the floor surface should be dust mopped and damp mopped to remove any dry or wet soil. A single-disc floor machine, buffing pad, and a spray bottle with spray-buffing solution should be used to restore a uniform gloss and protective finish to terrazzo floors that are finished with a synthetic floor finish. The spray-buff solution should be prepared by mixing a solution of equal parts of water and floor finish. The areas accessible to the floor machine should be spray buffed. Chairs, Attachment number 1 \nPage 32 of 56 Item # 9 Custodial Services Contract 28 trash receptacles, etc. should be tilted and moved where necessary to spray-buff underneath. The floor should be dust mopped after spray buffing. Care should be taken to clean the entrance door tracks and in the inside and outside corners of the doorframe. After spray buffing the entire floor should have a uniform high gloss appearance, free of scuff- marks, heel marks, and other stains, and should have a uniform coating of floor finish and be free of streaks, mop strand marks, and skipped areas. Contractor shall ensure that floor fixtures, walls, baseboards, furniture bases, adjacent carpeted areas, and other surfaces are be free of watermarks, marks from the cleaning equipment or cleaning solutions after cleaning. Contractor shall ensure that dirt and grime along floor and wall edge and in the corners are cleaned of all dirt and wax buildup. Frequency: Daily, third shift. 3.5.25 Floors Strip Finish and Restore Finish Follow manufacturer’s recommended cleaning and refinishing procedures. If floors are waxed, a non-yellowing wax will be used. When terrazzo floor or other hard surface floor restore finish procedure is not sufficient to remove scrapes, scratches, etc. and finish is not responding to restore uniform gloss, floor finish will be stripped and refinished. Brass floor plates, carpet and walls adjacent to floor will be protected from chemical and other substances used in the restoration process. When floors are stripped, entranceways and other hard surface floors will also be stripped to provide a uniform appearance. Floor fixtures, walls, baseboards, furniture bases, adjacent carpeted areas, and other surfaces will be free of watermarks, marks from the cleaning equipment or cleaning solutions. Contractor shall ensure that dirt and grime along floor and wall edge and in the corners are cleaned of all dirt and wax buildup. Frequency: Third shift. 3.5.26 Furniture and Building Surfaces etc. Damp Wipe, Dust, Spot Clean Items on employee’s office desktops are not to be disturbed. Use a micro fiber cloth, lambs-wool dusting tool, tank vacuum with dusting attachments, or combination of these dusting tools to remove all dust, lint, litter, dry soil, etc. from washable surfaces below 8’0” from the top of the floor surface of the following: blinds, chairs, desks, doors, equipment, file cabinets, fixtures, frames under seats, furniture, handrails, horizontal surfaces/ledges, partitions, seating, tops of partitions, walls, windowsills, etc. Desktops, counter tops, file cabinets and the like must be completely cleared before dusting. Damp wiping should be accomplished by removal of soil from the area -- not by rearranging it from one surface to another. Counter tops, file cabinets and the like must be completely cleared before damp wiping. Attachment number 1 \nPage 33 of 56 Item # 9 Custodial Services Contract 29 In stairwells, the tops and sides of any exposed, wall mounted lighting fixtures shall be damp wiped weekly, as well as the tops of suspended light fixtures in other areas of the buildings, up to a height of eight (8) feet. This includes both sides of glass in exterior doors, vestibules, and in offices. After regular damp wiping, all such surfaces should have a uniform appearance, be free of any streaks, smudges, dust, lint, or litter. Frequency: Daily third shift 3.5.27 Furniture Rearrange as Required Chairs or other furniture moved by the custodial worker during the performance of the work shall be returned to their appropriate location. Furniture must be placed in specified location and missing items shall be reported to Administrator. Frequency: Daily, as required 3.5.28 Glass Cleaning, all glass surfaces Use a spray bottle of ACP glass cleaning solution and a clean dry micro fiber cloth to clean both sides of interior glass in doors, windows, partitions, workstations, displays, trophy cases, mirrors, and other areas, up to 8’0” high. Remove any papers, notices, and the like taped or otherwise attached to the glass surfaces. Use a scraper or safety razor blade to remove these items. Spray a small area (usually about 3’ x 4’) with the glass cleaner, and remove the cleaner and soil with a circular motion of the clean cloth Use a brush, squeegee and bucket of glass cleaning solution to clean large expanses or areas of glass. After cleaning, the glass shall present a clean, uniform appearance and be free of any streaks, smudges, stain, or soil. Clean both sides of glass in entry vestibules and boarding areas/ramps. Frequency: Daily, third shift and during policing 3.5.29 Miscellaneous Cleaning Services. Baggage carts should be returned to the front of the main Terminal when found within other Service Areas. Additional custodial services during Masters® Golf Tournament and other events. Frequency: As required and pre-approved by Aviation Commission. 3.5.30 Report Maintenance Items to Marshal’s Operations Center Contractor shall report malfunctioning fixtures, equipment, etc., to Marshal’s Operations Center. Frequency: Daily 3.5.31 Restrooms Clean and Police Place “Closed for Cleaning” signs at entrances ENSURE THAT RESTROOMS WILL NEVER BE “CLOSED” UNLESS CUSTODIAL PERSONNEL ARE CLEANING RESTROOM. WHEN CLEANING ONE RESTROOM, ALL OTHER RESTROOMS FOR THE SAME GENDER WILL BE OPEN. ALL RESTROOMS WILL BE OPEN AND AVAILABLE WHEN AIRCRAFT ARRIVE. Use an ACP disinfectant cleaner. Attachment number 1 \nPage 34 of 56 Item # 9 Custodial Services Contract 30 Basins, countertops, and adjacent tiled wall: Apply the ACP solution to clean, disinfect, and polish. Dry the surfaces with a dry cloth or paper towel to prevent spotting. Commodes and adjacent areas: Apply the ACP solution to the insides and outsides of the commodes and to the adjacent wall areas. Spray the top of the seat first, then lift the seat and spray the remainder of the fixture. Clean the seat, outside of the fixture, and wall beside the fixture with the same color cloth used to clean the outsides of the urinals. Clean the inside of the fixture and under the flushing rim with a bowl mop, making sure to remove any body fluids and waste. Wipe dry the top of the seat and the metal surfaces with a cloth to prevent spotting. Floors, grout, and baseboards: Damp mop floors under urinals, and other areas as needed. Spray a liberal amount of ACP solution onto the tiled floor surfaces. Damp mop the floor, to remove all soil and stains. Squeegee the mopping solution into the floor drain, or finish the mopping with a well-wrung mop and mop bucket filled with ACP solution until dry. Mirrors, chrome fixtures, stainless steel fixtures, and other fixtures: Clean with ACP cleaner/disinfectant and polish to remove dust and to restore shine. Wipe with a paper towel, to remove any streaks or marks. Partitions, doors, and stall walls. Clean/disinfect hardware, faces, edges, and top with ACP to be free of dust, dirt, bodily fluid and waste, and graffiti. Product dispensers: Dispensers shall be cleaned with ACP to remove soil and to shine dispenser. Restocked with appropriate product. Adjacent surfaces should be damp- wiped to remove spillage. Trash and litter: Pick up and dispose of trash and litter. Trash receptacles: Empty trash receptacles, replace soiled or torn liners, and damp wipe containers (tops and sides). Urinals and adjacent areas: Clean the insides of the urinals and the underside of the flushing rim with a bowl mop, making sure to remove any body fluids and waste. Wipe metal surfaces with ACP and dry with a clean cloth to prevent spotting. Clean under the urinal if wall hung. Apply ACP solution to all the urinals and to the adjacent tiled wall area between and below the urinals and clean with a micro fiber cloth. This cloth should be of a particular color that will be used only on commodes and urinals. Vents, sills, and walls: Clean/disinfect with ACP to be free of dust, dirt, bodily fluid and waste, and graffiti. After cleaning Contractor shall ensure that: Basins, countertops, fixtures, and adjacent tiled wall will be clean, disinfected, and polished. Chrome and stainless steel fixtures shall have a high level of luster and be free of dust, mold, mildew, streaks, and encrustation. Commodes, urinals, sinks, and counter-tops will be clean, dry, and polished. Floors, grout, and baseboards will be clean, dry, and free from streaks, stains or whirl marks. Mirrors will be clean and streak-free. Attachment number 1 \nPage 35 of 56 Item # 9 Custodial Services Contract 31 Partitions, doors, vents, sills, and walls shall be free of dust, dirt, bodily fluid and waste, and graffiti. Product dispensers will be cleaned and restocked. Restrooms will have no objectionable odor and all surfaces will be wiped clean with no marks. Frequency: Once per hour first and second shift scheduled around commercial aircraft arrivals and departures 3.5.32 Restrooms Deep Clean Contractor shall Place “Closed for Cleaning” signs at entrances. ENSURE THAT RESTROOMS WILL NEVER BE “CLOSED” UNLESS CUSTODIAL PERSONNEL ARE CLEANING RESTROOM. WHEN CLEANING ONE RESTROOM, ALL OTHER RESTROOMS FOR THE SAME GENDER WILL BE OPEN. ALL RESTROOMS WILL BE OPEN AND AVAILABLE WHEN AIRCRAFT ARRIVE. Use an ACP disinfectant cleaner. Basins, countertops, and adjacent tiled areas: Clean the tops, sides, insides, hardware, piping underneath and counter tops between the basins with a micro fiber cloth and ACP. Dry the surfaces with a dry cloth or paper towel to prevent spotting. Clean the tops, sides, insides, hardware, piping underneath and counter tops between the basins with a micro fiber cloth. Commodes and adjacent areas: Use a pump-up sprayer to apply the ACP solution to the insides and outsides of the commodes and to the wall areas beside them. Spray the top of the seat first, then lift the seat and spray the remainder of the fixture. Clean the seat, outside of the fixture, and wall beside the fixture with the same color cloth used to clean the outsides of the urinals. Clean the inside of the fixture with a bowl mop, making sure to remove any scale and buildup. Use the bowl mop to clean under the flushing rim. Wipe dry the top of the seat and the metal surfaces with a cloth to prevent spotting. Floors, grout, and baseboards: Sweep or dust mop the floor and pick up and dispose of all litter. Spray a liberal amount of ACP solution onto the tiled floor surfaces. Mop the floor, removing all soil and stains. Use a scrub brush for heavy or greasy soil. Squeegee the mopping solution into the floor drain, or finish the mopping with a well- wrung mop and mop bucket filled with ACP solution. Vacuum the carpeted entranceway. The Kiavac or equivalent cleaning system may be used in lieu of these procedures. Mirrors, chrome fixtures, stainless steel fixtures, and other fixtures: Clean with ACP/disinfectant cleaner to remove any dust, mold, mildew, streaks, and encrustation and to restore shine. Apply ACP window cleaner to the mirrors and clean the mirrors with a paper towel, being sure to remove any streaks or marks. Partitions, doors, and stall walls: Clean/disinfect hardware, faces, edges, and top with ACP to be free of dust, dirt, bodily fluid and waste, and graffiti. Product dispensers: Dispensers shall be cleaned with ACP to remove soil and to shine dispenser. Restocked with appropriate product. Adjacent surfaces should be damp- wiped to remove spillage. Attachment number 1 \nPage 36 of 56 Item # 9 Custodial Services Contract 32 Trash and litter: Pick up and dispose of trash and litter. Trash receptacles: Empty trash receptacles, replace soiled or torn liners, and damp wipe containers (tops and sides). Urinals and adjacent areas: Use a pump-up sprayer to apply the ACP solution to all the urinals and to the tiled wall area between and below the urinals and clean with a micro fiber cloth. This cloth should be of a particular color that will be used only on commodes and urinals. Clean the insides of the urinals with a bowl mop, making sure to remove any scale and buildup. Use the bowl mop to clean the underside of the flushing rim. Wipe metal surfaces dry with a clean cloth to prevent spotting. Clean under the urinal if wall hung. Vents, sills, and walls: Clean/disinfect with ACP to be free of dust, dirt, bodily fluid and waste, and graffiti. After cleaning Contractor shall ensure that: Basins, countertops, fixtures, and adjacent tiled wall will be clean, disinfected, and polished. Chrome and stainless steel fixtures shall have a high level of luster and be free of dust, mold, mildew, streaks, and encrustation. Commodes, urinals, sinks, and counter-tops will be clean, dry, and polished. Floors, grout, and baseboards will be clean, dry, and free from streaks, stains or whirl marks. Mirrors will be clean and streak-free. Partitions, doors, vents, sills, and walls shall be free of dust, dirt, bodily fluid and waste, and graffiti. Product dispensers will be cleaned and restocked. Restrooms will have no objectionable odor and all surfaces will be wiped clean with no marks. Frequency: Daily (third shift) in Commercial Terminal after last commercial flight arrival and before first commercial flight departure and as available in other Service Areas. 3.5.33 Seating Spot Clean and Dust Vinyl covered seats shall be damp-wiped. After cleaning, there should be no dust, streaks, spots, or other evidence of removable soil. Cloth seats should be spot cleaned. Frequency: Weekly as required. 3.5.34 Stairwells Cleaned Carpets and floors shall be free of removable spots, dirt, and debris. Floors requiring a finish shall be maintained at a high luster. Exposed Surfaces, treads, risers, and landings: stairways, entrances, landings, railings, risers, ledges, grills, doors, radiators, and surrounding areas shall be free of dirt, dust, litter, and debris. Frequency: Daily third shift Attachment number 1 \nPage 37 of 56 Item # 9 Custodial Services Contract 33 3.5.35 Stanchions and Free Standing Signs Spot Clean and Dust Stanchion and freestanding signs poles and bases should be dusted/cleaned. After cleaning, there should be no dust, streaks, spots, or other evidence of removable soil. Frequency: Daily 3.5.36 Trash Cans Remove Trash, Clean Container, and Replace Liners Trash containers shall be emptied and kept clean, odor-free, and free of dirt, dust, ash, cigarette butts, debris, residue, and spilled material. Plastic liners for all trash containers shall not be torn, worn, or contain residue. The exterior of waste receptacles should damp-wiped with the ACP as needed. All waste receptacles and other trash containers within the area should be emptied and returned to their initial location. Boxes, cans, papers, etc. placed near a trash receptacle will not be removed unless placed within the receptacle itself or affixed with a label marked “please throw” or “trash”. All plastic liners that are torn or obviously soiled should be removed from trash receptacles and replaced with new liners. The liners should be folded back over the rim of the receptacle and secured. All waste from such trash receptacles should be removed from the area and placed in one of the collection dumpsters outside the Terminal. Frequency: Daily third shift and as required during policing. 3.5.37 Trash, loose. Loose trash in the Service Areas and on the adjacent grounds shall be collected and placed in appropriate trash receptacle. Frequency: Daily third shift and during policing. 3.5.36 Verandas Mop Contractor shall mop verandas as needed to remove obvious soil. Frequency: Weekly third shift 3.5.37 Verandas Pressure Washed Contractor shall pressure wash verandas and associated fence/guard rail as needed to remove obvious soil. Frequency: Monthly third shift REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK Attachment number 1 \nPage 38 of 56 Item # 9 Custodial Services Contract 34 Section 4: Airport’s Administrator Duties 4.1 The Airport Administrator is responsible for the performance of this Contract on behalf of Airport. The instructions of the Administrator will be strictly and promptly followed in every case. The Administrator shall have free access to the materials and the work at all times for measuring and inspecting the work. The Contractor is to afford the Administrator all necessary facilities and assistance for so doing. 4.2 The Administrator will decide all issues that may arise as to the quality and acceptability of work performed, and as to the manner of performance and rate of progress of the work. The Administrator will decide all issues that may arise as to the interpretation of the Contractor Services and Scope of Services, and plans relating to the work and to the fulfillment of the Contract on part of the Contractor. The Administrator will determine the amount and quality of the various kinds of work performed and materials furnished which are to be paid for under the Contract. The Administrator's or his designee's decisions upon all claims, questions, and disputes will be final and conclusive upon the parties to this Contract. 4.3 The Administrator or designee may make temporary changes in the routine assignments, tasks, or task frequencies if such changes do not require additional labor hours. Such changes shall not be considered modifications of the Contract and shall not affect the amount or method of payment to the Contractor. Section 5: Contractor’s Employees 5.1 Work Supervision The Contractor will provide direct supervision to its employees and those of its subcontractors on each shift. Daily on-site supervision shall be provided by a working shift supervisor who also has specific cleaning duties. 5.2 Labor Requirements 5.2.1. See Service Hours, above. 5.2.2 The Contractor shall provide labor and shifts shown in its Management Plan, which is incorporated by reference as if fully set forth herein. 5.2.3 Commercial Terminal Personnel Requirements and Responsibilities. 5.2.3.1 First shift (5 am until 1 pm) daily and second shift (1 pm until 9 pm) daily. The Contractor will provide a minimum of two employees, one male and one female, during first and second shifts daily in the Commercial Terminal. Commercial Terminal employees are responsible for cleaning and policing the Commercial Terminal, for policing the public restrooms once each hour, and for cleaning/policing all other Service Areas, as described below, to accomplish and maintain Scope of Services and Service Quality Standards. Commercial Terminal employees are responsible for cleaning and policing the FBO daily from 3 pm until 7 am. Attachment number 1 \nPage 39 of 56 Item # 9 Custodial Services Contract 35 Commercial Terminal employees are also responsible for cleaning and policing the Weather Bureau, Hangar 1, Hangar 2, and Contract Operations, as described below, to accomplish Scope of Services and Service Quality Standards. This includes cleaning/policing the public restrooms once each hour and for policing all other Service Areas. A detailed description of service duties is contained in the Service Performance Work Method/Standard section. 5.2.3.2 Third shift (9 pm until 5 am) daily The Contractor will provide a minimum of two employees, during third shift daily in the Commercial Terminal to accomplish and maintain Scope of Services and Service Quality Standards. A detailed description of service duties is contained in the Service Performance Work Method/Standard section. Third shift personnel are responsible for all deep cleaning duties in all service areas. 5.2.4 Fixed Base Operations Personnel Requirements. 5.2.4.1 First shift (7 am until 3 pm) daily The Contractor will provide a minimum of one dedicated female employee from 7 am to 3 pm daily in the FBO to accomplish and maintain Contractor Services and Scope of Services. The employee will be responsible for cleaning/policing the FBO. 5.2.4.2 Second and third shifts (3 pm until 7 am) daily Commercial Terminal Contractor personnel are responsible for hourly policing and deep cleaning the FBO to accomplish and maintain Scope of Services and Service Quality Standards. A detailed description of service duties is contained in the Service Performance Work Method/Standard section. Commercial Terminal third shift personnel are responsible for all deep cleaning duties in all service areas. 5.2.5 Weather Bureau, Hangar 1, Hangar 2, and Contract Operations Personnel Requirements. Contractor personnel will clean/police these Service Areas daily to accomplish and maintain Scope of Services and Service Quality Standards. No dedicated Contractor personnel are assigned to these Service Areas. Commercial Terminal third shift personnel are responsible for deep cleaning duties in all service areas. 5.2.6 Each Contractor employee assigned to work in the secured areas of the Airport facilities shall undergo a background check to receive the clearance necessary for the employee to work in Secure Areas without an escort. The Contractor shall not permit any personnel not having undergone such security background check to work in secured areas of the Airport. Attachment number 1 \nPage 40 of 56 Item # 9 Custodial Services Contract 36 5.2.7 Subject to controlling law, the Administrator may refuse to permit the Contractor to use any employee on this job if the Administrator reasonably deems that individual unfit to work at the Airport Facilities in any respect. 5.2.8 Contractor shall keep on file and furnish the Administrator each day a report which lists the names of all personnel present for work that day, showing the positions filled by each person to accomplish the specified work and the hours worked. 5.2.9 Contractor shall instruct its employees that no gratuities shall be solicited for any reason whatsoever from occupants or other persons using the Airport Facilities or any other person. Contractor employees will not remove any property from the Airport grounds or facilities without receiving advance approval from the Administrator. 5.2.10 Contractor’s employees must be able to read, write, speak, and understand English. 5.2.11 The Airport reserves the right to require the removal of Contractor employees from assignment to its facility. 5.3 Relief for Absenteeism, Vacation, Sick, etc. 5.3.1 The Contractor shall provide relief personnel to perform routine work as necessary and/or to work overtime at no additional cost to the Airport to insure that each cleaning assignment is performed as required, and that the requirements for labor hours are met each day. 5.3.2 If the on-site Working Shift Supervisor is absent, the Contractor shall provide a replacement that fully understands the Contract’s Service requirements. Individual must be competent, have the necessary security clearances, and have been given the authority to carry out the duties of the Supervisor, if authorized by the Administrator. 5.4 Contractor’s Employees Uniforms and Identification 5.4.1 Contractor shall provide uniforms to its employees and subcontractor assigned to the Airport. Uniforms will be clean, neat appearing, and include appropriate footwear. Cotton or synthetic smocks (approximately mid-thigh length) will be acceptable. Uniforms must not interfere with the safety of the employee. The Administrator must approve the style and color of Contractor uniforms. 5.4.2 Identification. Contractor employees shall wear a contractor provided nametag at all times. Nametag will be displayed on the front of the outer most garment between the shoulders and waist to ensure visibility to anyone addressing employee. 5.5 Contractor Personnel Training 5.5.1 Contractor shall provide trained, qualified personnel to perform the duties required in accordance with the Contract. 5.5.2 Contractor will review the Contract terms with each employee prior to employee performing work unassisted so that all employees thoroughly understand duties and responsibilities. 5.5.3 Employee training is to be completed with materials supplied by the Contractor. New employees shall be trained, as necessary, covering the types of tasks to be performed. Attachment number 1 \nPage 41 of 56 Item # 9 Custodial Services Contract 37 5.6 Materials, Supplies, Tools, and Equipment Management Contractor shall supply all equipment, materials, and supplies necessary to allow it to perform the work. The Contractor is solely responsible for the maintenance, upkeep, and inventory of its materials, supplies, tools, and equipment. 5.7 Maintenance of Office, Equipment, and Carts 5.7.1 Contractor shall require employees to maintain the cleanliness of its assigned office/storage area, equipment, and carts to the same standards as for the Airport’s Service Areas. This shall include custodial carts, all tools, and powered equipment. 5.7.1 At the end of each shift, all equipment must be returned to the Contractor's storage area and must be wiped off with a sponge and neutral detergent before returning it to the storage area. Cleaned equipment, including electrical cords, shall be free of all removable soil. Contractor’s employees shall take care not to allow drains to become clogged and to overflow during equipment cleaning. 5.8 Key Control/Security 5.8.1 Airport keys used by the Contractor shall not be taken from the facilities for any reason. Keys shall be stored in a secure lock box in contractor’s area when not being used. Contractor’s shift supervisor will control access to keys and issue keys to employees. In the event of lost or misplaced key, the Contractor will bear the cost of any necessary re-keying. 5.8.2 Contractor employees will keep Airport keys on their person at all times while working in the facilities, securely attached to their body or clothing. 5.8.3 When Contractor employees are cleaning an area after hours, they shall not leave the work area when the doors are unlocked. Unlocked doors must have a Contractor employee present at all times in the immediate area. Section 6: Contractor’s Compensation 6.1 Contractor’s annual bid amount for completion of the Contractor Services work as defined herein is One hundred seventy eight thousand and twenty ($178,320.00). Contractor shall be compensated on a monthly basis, $14,860.00, for the satisfactory completion of Services performed in each Service Area. The monthly amount per Service Area is itemized below. Any penalties for nonperformance will be deducted as described below. 6.2 Contractor shall submit a monthly invoice to the Administrator for service performed under contract during the previous month. Invoice shall be itemized by Service Area and indicate month of service. Invoice shall indicate number of personnel and hours worked daily. Contractor’s monthly compensation for satisfactorily completed work is itemized as follows: Service Area Monthly Compensation Area 1: Commercial Terminal $11,230.00 Area 2: Fixed Base Operations $ 2,940.00 Area 3: Weather Bureau $175.00 Attachment number 1 \nPage 42 of 56 Item # 9 Custodial Services Contract 38 6.3 Extra Work. The Parties acknowledge that there may be need to perform additional Contract Services and in preparation for the special events, such as the Masters® Golf Tournament, and other special circumstances or events. When pre-approved by the Aviation Commission, Contractor shall submit an invoice itemizing approved work. The Contractor shall use the employees normally assigned to routine cleaning for project cleaning and miscellaneous work. Contractor shall be compensated for Extra Work by the following formula: Product of 1.35 times (negotiated required hours) times (employee hourly rate) 6.4 Payment Term. The Airport will make every effort to insure the Contractor’s invoice is paid within thirty-(30) working days after receipt. 6.5 Contractor shall submit invoices to the following address: Augusta Regional Airport Attn: John Stearly Director of Maintenance 1501 Aviation Way Augusta, Georgia 30906 Section 7: on-Performance Administrator will notify Contractor of any Service Area(s) that do not meet standards as described in Service Quality Standards and Service Performance Standards/Methods. Administrator may notify Contractor’s representative via email of discrepancies in work performance. 7.1 Non-Performance Administrator will designate Contractor Services as non-performance when any one of the following conditions exists: 7.1.1 When appropriate labor force is not assigned to each shift. 7.1.2 When the Administrator determines that the Contractor has not corrected Contractor Services to meet standard within 24 hours. 7.1.3 The appearance of the Service Area does not meet standards as described in Service Quality Standards and/or Service Performance Standards/Methods and Contractor has not corrected discrepancy. 7.1.4 Contractor Services have not been completed in a timely manner. 7.1.5 The proper materials, tools, and/or equipment were not used. Area 4: Hangar One Area $ 175.00 Area 5: Hangar Two Area $ 160.00 Area 6: Contract Operations $180.00 Total Monthly Compensation $14,860.00 Attachment number 1 \nPage 43 of 56 Item # 9 Custodial Services Contract 39 7.1.6 The above list of conditions, which determine non-performance of work, is not exhaustive. 7.2 Penalty for Non-Performance When the Administrator determines that Contractor Services are unacceptable and the Contractor has not remedied the discrepancy to the Administrator’s acceptance within 24 hours, the Contractor will be penalized for non-performance. Contractor’s failure to perform Contractor Services, as set forth herein shall subject it to deductions as set forth below. Deductions shall be made from the Contractor’s itemized monthly invoice. Section 8: Agreement 8.1 Entire Agreement This Contract, together with all of the Exhibits shall constitute the entire agreement between the Parties and any prior understanding or representation of any kind preceding the date of this Contract shall not be binding upon either party except to the extent incorporated in this Contract. The Contractor’s bid is incorporated by reference into this Contract as if fully set forth herein. 8.2 Governing Law This Contract will be construed under Georgia law, including the Georgia Uniform Commercial Code; all remedies available under that code are applicable to this Contract. Contractor and the City fix jurisdiction and venue for any action brought with respect to this Contract in the City. 8.3 Legal Construction If any provision contained in this Contract is held to be invalid, illegal or unenforceable, that invalidity, illegality, or unenforceability will not affect any other provision of this Contract and this Contract will be construed as if the invalid, illegal, or unenforceable provision had never been contained in this Contract. 8.4 Prior Contracts Superseded This Contract and Exhibits constitute the sole and only agreement between Contractor and the City with respect to the subject matter of this Contract and supersede any prior understandings or written or oral contracts respecting the subject matter of this Contract. Service Area Penalty Area 1: Commercial Terminal 25% of monthly fee Area 2: Fixed Base Operations 25% of monthly fee Area 3: Weather Bureau 25% of monthly fee Area 4: Hangar One Area 25% of monthly fee Area 5: Hangar Two Area 25% of monthly fee Area 6: Contract Operations 25% of monthly fee Attachment number 1 \nPage 44 of 56 Item # 9 Custodial Services Contract 40 8.5 Counterparts This Contract may be executed concurrently in one or more counterparts, each of which will be deemed an original, but all of which will together constitute one Contract. 8.6 Further Acts Airport and Contractor each agrees to perform any additional acts, execute, and deliver any additional documents as may reasonably be necessary in order to carry out the provisions and affect the intent of this Contract. 8.7 Inspection The City may, at reasonable times, inspect the part of the plant, place of business, or work site of a contractor, subcontractor, or subunit thereof, which is pertinent to the performance of any contract awarded or to be awarded by the City. 8.8 Amendments Contractor acknowledges that this Contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning the City’s ability to assume contractual obligations and the consequences of Contractor’s provision of goods or services to the City under an unauthorized contract, amendment, modification, change order, or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to the City under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to the City in excess of the any contractually authorized goods or services, as required by the City’s Charter and Code, the City may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to the City, and waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to the City, however characterized, including, without limitation, all remedies at law or equity.” 8.9 Temporary Suspension or Delay of Performance of Contract To the extent that it does not alter the scope of this Contract, the City may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by the Contractor under this Contact. 8.10 Use of the City Landfill Contractor shall dispose of all trash, removed from the Airport, at the City Solid Waste Landfill in accordance with local and state regulations. The Contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK Attachment number 1 \nPage 45 of 56 Item # 9 Custodial Services Contract 41 Section 9: Signature Page I WITESS WHEREOF, the parties hereto have caused this Contract to be executed by their appropriate officials, as of the date first written above. COTRACTOR: __________________________________ BY: ICS, INC. Title: CEO Printed Name: SUNG SOO KIM AIRPORT APPROVED: AUGUSTA AVIATIO COMMISSIO BY: ______________________________ Title: Chairman Printed Name: ______________________ APPROVED AS TO FORM: ___________________________________ County Attorney COUTY AUGUSTA, GEORGIA BY: Title: Mayor Printed Name: David Copenhaver Attest: _________________________ Clerk: __________________________ (Seal) Attachment number 1 \nPage 46 of 56 Item # 9 Custodial Services Contract 42 Exhibit 1: Airport Service Areas Diagram Attachment number 1 \nPage 47 of 56 Item # 9 Custodial Services Contract 43 Exhib it 2: Com merci al Termi nal Holdi ng Room Servic e Area Attachment number 1 \nPage 48 of 56 Item # 9 Custodial Services Contract 44 Exhibit 3: Commercial Terminal Ticketing and Baggage Claim Service Areas Attachment number 1 \nPage 49 of 56 Item # 9 Custodial Services Contract 45 Exhibit 4: Commercial Terminal Administrat ive Service Area Attachment number 1 \nPage 50 of 56 Item # 9 Custodial Services Contract 46 Exhibit 5: Fixed Base Operator Service Area Attachment number 1 \nPage 51 of 56 Item # 9 Custodial Services Contract 47 Exhibit 6: Hangar 1 Service Area Attachment number 1 \nPage 52 of 56 Item # 9 Custodial Services Contract 48 Exhibit 7: Hangar 2 Service Area Attachment number 1 \nPage 53 of 56 Item # 9 Custodial Services Contract 49 Exhibit 8: Service Quality Control Plan Attachment number 1 \nPage 54 of 56 Item # 9 Custodial Services Contract 50 Exhibit 9: Management Plan Attachment number 1 \nPage 55 of 56 Item # 9 Custodial Services Contract 51 Exhibit 10: Airline Schedule September 2013 Gate Airline Flight # Aircraft Previous AGS Arrival AGS Departure Next 2 DAL 5297 CRJ RON 545 X6 ATL 2 DAL 543 DC9 RON 700 ATL 2 DAL 455 DC9 RON 815 X6 ATL 2 DAL 455 DC9 RON 900 6 ATL 2 DAL 5582 CRJ ATL 935 X7 1005 ATL 2 DAL 5541 CRJ ATL 1121 1150 ATL 2 DAL 5024 CRJ ATL 1243 1310 X6 ATL 2 DAL 5401 CRJ ATL 1435 1500 ATL 2 DAL 5096 CRJ ATL 1617 X6 1700 ATL 2 DAL 5107/5580 CRJ ATL 1821 1850 X6 ATL 2 DAL 918 DC9 ATL 2003 RON 2 DAL 0653 DC9 ATL 2132 X6 RON 2 DAL 5407 CRJ ATL 2356 RON 4 USE 3708 CRJ RON 0505 CLT 4 USE 4002 CRJ RON 0705 CLT 4 USE 4417/4411 CRJ CLT 913 6 939 6 CLT 4 USE 4361 CRJ CLT 1042 X6 1112 X6 CLT 4 USE 3924 CRJ CLT 1219 1245 CLT 4 USE 4462 DH3 CLT 1404 X6 1425 X6 CLT 4 USE 4096 CRJ CLT 1358 6 1425 6 CLT 4 USE 4153 DH3 CLT 1721 1750 CLT 4 USE 3767/3766 CRJ DCA 1841 X6 1940 X6 DCA 4 USE 3755/4153 CRJ CLT 1913 X6 1914 X6 CLT 4 USE 3755/3857 CRJ CLT 1913 6 1920 6 CLT 4 USE 3899 CRJ CLT 2122 RON 4 USE 3951 CRJ CLT 2332 RON Airport ATL Atlanta, Hartsfield International, GA CLT Charlotte, Charlotte Douglas International, NC DCA Washington, Reagan National, DC Exceptions X: Except 1, 2,. 6, 7: Monday, Tuesday, …, Saturday, Sunday Airline DAL Delta Airlines operated by Delta & Delta Connection Carrier, Express Jet PDT US Airways Express operated by Piedmont Airlines PSA US Airways Express operated by PSA Airlines Type Aircraft A319 Airbus 126 seats DC9 McDonnell Douglass 120 seats CRJ Canadair Regional Jet 50 seats DH8 DeHavilland DHC 8 37 seats ERJ 145 Embraer ERJ-145 50 seats Attachment number 1 \nPage 56 of 56 Item # 9 Request for Proposal Request for Proposals will be received at this office until Wednesday, February 13, 2014 @ 3:00 p.m. for furnishing: RFP Item 14-110 Custodial Services for Augusta Regional Airport RFP Item 14-111 Routine Maintenance Services & Emergency Maintenance Services to HVAC Systems for Augusta Regional Airport 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. For RFP Item 14-110 – Custodial Services a Pre-Proposal Conference will be held on Friday January 31, 2014 @ 11:00 a.m. For RFP Item 14-111 – Routine Maintenance Services & Emergency Maintenance Services to HVAC Systems – a Pre-Proposal Conference will be held on Friday, January 31, 2014 @ 12:00 p.m. There will be a non mandatory site visit for both projects at the Augusta Regional Airport following the last meeting at 1:00 p.m. 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, February 4, 2014 @ 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. Request for proposals (RFP) and specifications. An RFP 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. Proponents 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 proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 16, 21, 23, 30, 2014 Metro Courier January 22, 2014 Revised: 3/5/2013 Attachment number 2 \nPage 1 of 1 Item # 9 UNOFFICIAL VENDORS Attachment B E-Verify #Add. 1 SAVE Form Original 6 Copies Fee Proposal JANI-KING 3665 WHEELER ROAD, SUITE 1A AUGUSTA, GA 30909 YES 332901 YES YES YES 5 COPIES/ Non-Compliant YES RICK'S CLEANING SERVICE, LLC 3188 LEXINGTON WAY AUGUSTA, GA 30909 YES 701238 YES YES YES YES YES EXECUTIVE CLEANING 680 HAMMOCK RD MILLEDGEVILLE, GA 31061 YES 381551 YES YES YES YES YES AMERICAN FACILITY SERVICES 1325 UNION HILL INDUST COURT, SUITE A ALPHARETTA, GA 30004 No/ Incomplete No/ Non- Compliant YES YES YES YES YES M&M MANAGEMENT 3114 AUGUSTA TECH DRIVE, SUITE 403 AUGUSTA, GA 30906 YES 357593 YES YES YES YES YES IMMACULATE CLEANING 2008 HOPETOWN DRIVE AUGUSTA, GA 30909 YES 570929 NO/ Non- Compliant YES YES 0 COPIES/ Non-Compliant YES EXECUTIVE JANITORIAL 3070 DAMACUS RD, UNIT F AUGUSTA, GA 30909 YES 240034 YES YES YES YES YES ICS, INC 1110 SATELLITE BLVD., SUITE 403 SUWANEE, GA 30024 YES 206424 YES YES YES YES YES KEECLEAN MANAGEMENT INC. 2180 SATELITE BLVD. SUITE 400 DULUTH, GA 30097 YES/ Incomplete 141419 Non- Compliant YES YES YES YES RFP Opening RFP Item #14-110 Custodial Services for Augusta, Georgia - Augusta Regional Airport RFP Due: Tuesday, February 18, 2014 @ 3:00 p.m. Page 1 of 1 Attachment number 3 \nPage 1 of 1 Item # 9 RICK'S CLEANING SERVICE, LLC 3188 LEXINGTON WAY AUGUSTA, GA 30909 EXECUTIVE CLEANING 680 HAMMOCK RD MILLEDGEVILLE, GA 31061 M&M MANAGEMENT 3114 AUGUSTA TECH DRIVE, SUITE 403 AUGUSTA, GA 30906 EXECUTIVE SERVICE DIVERSE ENTERPRISE Emter[rose 3070 DAMACUS RD, UNIT F AUGUSTA, GA 30909 ICS, INC 1110 SATELLITE BLVD., SUITE 403 SUWANEE, GA 30024 Evaluation Criteria Points (A) Business History and Relevant Business Experience 15 12.7 13.0 13.7 12.3 14.3 (B) Unique Benefits and Services Bidder will Provide to the Airport 10 6.7 8.7 9.7 9.0 9.3 (C) Qualifications to Include Personnel and Owned Equipment 10 6.0 8.3 10.0 10.0 10.0 (D) Communications Plan 5 3.0 4.0 4.3 4.3 5.0 (E) Management Plan 10 6.0 9.3 10.0 9.3 10.0 (F) Service Quality Control Plan (QCP)15 8.7 13.3 14.3 12.0 14.0 (G) Customer Satisfaction Program 10 6.7 8.7 9.3 8.3 9.7 (H) Financial Statement 5 0.0 4.3 5.0 5.0 5.0 (I) References 5 3.7 3.0 5.0 4.3 5.0 (J) Copies of Required Insurance Policies 5 0.0 4.3 5.0 5.0 5.0 (K) Contract Review Comments and Completion Information 5 0.0 4.3 4.3 4.3 5.0 (L) RFP Costs Worksheets Lowest Price - 5 pts Second - 4 pts Third - 3 pts Fourth - 2 pts Fifth - 1 pt Sixth - no pts 5 4.0 2.0 1.0 5.0 3.0 (1) Routine Service (2) Emergency Service (3) Extra Work Total Points 100 57.3 83.3 91.7 89.0 95.3 Cumulative Evaluation Sheet - RFP Item # 14 110 Contract Custodial Services For Augusta, Georgia – Augusta Regional Airport Vendors Attachment number 4 \nPage 1 of 1 Item # 9 Attachment number 5 \nPage 1 of 1 Item # 9 Attachment number 6 \nPage 1 of 3 Item # 9 Attachment number 6 \nPage 2 of 3 Item # 9 Attachment number 6 \nPage 3 of 3 Item # 9 Attachment number 7 \nPage 1 of 2 Item # 9 Attachment number 7 \nPage 2 of 2 Item # 9 Attachment number 8 \nPage 1 of 2 Item # 9 Attachment number 8 \nPage 2 of 2 Item # 9 Attachment number 9 \nPage 1 of 5 Item # 9 Attachment number 9 \nPage 2 of 5 Item # 9 Attachment number 9 \nPage 3 of 5 Item # 9 Attachment number 9 \nPage 4 of 5 Item # 9 Attachment number 9 \nPage 5 of 5 Item # 9 Commission Meeting Agenda 4/15/2014 2:00 PM Disparity Study Department: Caption:An update from the Interim Administrator regarding identifying a funding source to fund Disparity Study, related IT programs and approve same being done. (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 # 10 Attachment number 1 \nPage 1 of 3 Item # 10 Attachment number 1 \nPage 2 of 3 Item # 10 Attachment number 1 \nPage 3 of 3 Item # 10 Commission Meeting Agenda 4/15/2014 2:00 PM Recreation Community Centers Technology Assessment Department:Information Technology Caption:Approve Technology Assessment of Recreation Community Centers. Background:Augusta Recreation, Parks & Facilities has provided computer training in Community Centers using a configuration of donated or loaned computers. Without the ability to impose standards for the equipment utilized to provide this training, it has been difficult to standardize classroom configurations. Security has also been challenging due to the many different methods of connectivity. A Technology Refresh Plan was not possible due to the high cost of keeping computer equipment updated. A Technology Assessment was performed by the Information Technology Department to address the computer needs at each Community Center. Analysis:The Technology Assessment addressed Cost, Security, Equipment/Hardware, Personnel, Bandwidth, and Facilities. The recommendation is to utilize repurposed computers from Augusta’s Enterprise environment. While these computers are no longer productive in a high demand Enterprise environment they still remain useful in a training environment. Utilizing repurposed computers will provide a saving of $57,750. A standard configuration will make it possible for an instructor to use any available classroom with little setup time. The future Technology Refresh Plan will continue the use of repurposed computers. This will allow Recreation, Parks & Facilities to keep computers updated with no additional hardware cost. One (1) mobile classroom will be used to support all Recreation, Parks & Facilities. The computers will be installed at the facilities listed below. 1. Brigham Senior Center a. Two (2) Units 2. McBean Community/Senior Building a. Four (4) Units 3. Blythe – Community/ Senior Center a. Two (2) Units 4. Carrie J. Mays – Community/Senior Center a. Four (4) Units 5. Sand Hills Community/ Senior Center a. Ten (10) Units 6. Doughty Park a. Eight (8) Units 7. Jamestown – Stationary Lab a. Twenty Four (24 Units) 8. Barton Village – Stationary Lab a. Ten (10) Units 9. May Park a. Four (4) Units 10. Bernie Ward a. Four (4) Units Additionally, twelve (12) repurposed computers will be Cover Memo Item # 11 designated for program expansion and support. Operating systems will be purchased for each computer and there will be no impact to Augusta’s Microsoft Enterprise Agreement. Financial Impact:The total capital program cost is $34,051. Funds in the amount of $7,000 are available in 272-015410-5316230. Funds in the amount of $27,051 are available in 272-015410-5316220. The total impact to Recreation, Parks & Facilities Operating budget is $159 per month. Alternatives:Continue training utilizing existing computer equipment. Recommendation:Approve recommendation of Recreation, Parks & Facilities’ Technology Assessment. Funds are Available in the Following Accounts: Funds in the amount of $7,000 are available in 272-015410- 5316230. Funds in the amount of $27,051 are available in 272- 015410-5316220. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 11 InformInformInformInformation Technologyation Technologyation Technologyation Technology 530 Greene Street, Annex 101 Augusta, GA 30911 (706) 821-2522 – FAX (706) 821-2530 www.AugustaGa.gov Augusta Recreation, Parks & Facilities Technology Assessment April 4, 2014 Version # 14 Security: Computer access must be monitored, by an instructor, at all times. Physical security is not available at all locations where a computer classroom is desired. The computer equipment must be disassembled and placed in a secure location when personnel are not on site. The following recommendation will allow instructors to share one (1) mobile configuration to support multiple facilities. The mobile classroom should be packed up at the end of the day and placed in a secure location. Frequent inventory should be performed given the value and portability of the equipment proposed. Where permanent classrooms are proposed physical security should be assessed. Equipment/Hardware: The equipment/hardware proposed has sufficient capacity to support current training programs. Portability is imperative due to the fact that many rooms which are used for computer labs serve multiple purposes. Standardized configuration will allow instructors to utilize any available classroom. Recreation, Parks & Facilities will dispose of existing donated computers once replacements have been installed by Information Technology. Computers may be accepted, in the future, that meet or exceed the specifications of the current computer in use. When these donations occur, documentation should be requested stating that the computer is being donated and will become the property of Recreation, Parks & Facilities. IFORMATIO TECHOLOGY Tameka AllenTameka AllenTameka AllenTameka Allen Director Michael F. BlanchardMichael F. BlanchardMichael F. BlanchardMichael F. Blanchard Gary HewettGary HewettGary HewettGary Hewett Deputy Director Deputy Director Attachment number 1 \nPage 1 of 5 Item # 11 InformInformInformInformation Technologyation Technologyation Technologyation Technology 530 Greene Street, Annex 101 Augusta, GA 30911 (706) 821-2522 – FAX (706) 821-2530 www.AugustaGa.gov Personnel: Instructors are not currently available at every location where a computer laboratory is desired. Instructors will have to move around between locations and dates to service multiple facilities. In some locations, community organizations such as The Boys and Girls Club are committed to offering services such as computer training. Agreements will be in place to govern the use of Recreation, Parks & Facilities’ equipment and facilities. When equipment is provided to these organizations an equipment transfer form will also be completed. Laptop computers will be used in the mobile classroom to allow the instructors to easily break down the equipment and transport it to multiple facilities. Recreation, Parks & Facilities personnel or organizations authorized by Recreation, Parks & Facilities will perform computer training. All scheduling of classes, evaluation and purchase of training material will be done by Recreation, Parks & Facilities. Information Technology will assume responsibility for the support of all equipment provided by Information Technology. Bandwidth: The classroom configuration will provide sufficient bandwidth to allow instructors to download training programs, during non-training periods. The configuration will allow low impact internet activity during classroom training. In locations where repurposed computers will be used, existing cable modems will be used to provide this connectivity, where available. If a cable modem is not in place one will be installed. Following is a test of two (2) facilities using the wireless equipment proposed for the mobile classroom. Each MiFi card is free when new service is activated and costs approximately $40 per month. The total impact to Recreation, Parks & Facilities’ monthly operating costs for a mobile classroom will be $40 per month. The total impact to Recreation, Parks & Facilities’ monthly operating costs will be $119 per month for each cable modem. Attachment number 1 \nPage 2 of 5 Item # 11 InformInformInformInformation Technologyation Technologyation Technologyation Technology 530 Greene Street, Annex 101 Augusta, GA 30911 (706) 821-2522 – FAX (706) 821-2530 www.AugustaGa.gov Verizon MiFi-890L Speed Test Download/Upload/Ping Sand Hills Test 1 Test 2 Test 3 Test 4 Test 5 Test 6 Test 7 5.8/4.5/69 7.21/6.01/64 3.6/6.53/64 12.57/12.55/69 9.45/8.98/49 17.95/12.25/4710.11/6.20/49 Heph-McBean Test 1 Test 2 Test 3 Test 4 Test 5 Test 6 Test 7 23.24/13.29/4924.66/14.05/5522.89/9.64/49 16.77/8.56/51 16.54/11.03/5316.99/7.96/73 5.04/2.81/182 **All tests were conducted on an Apple iPhone 5 with the SpeedTest.net app** Attachment number 1 \nPage 3 of 5 Item # 11 InformInformInformInformation Technologyation Technologyation Technologyation Technology 530 Greene Street, Annex 101 Augusta, GA 30911 (706) 821-2522 – FAX (706) 821-2530 www.AugustaGa.gov Facilities: Augusta’s Recreation, Parks & Facilities Department has over seventy (70) facilities that have varying technology needs. Ten (10) have been identified to receive computer learning classrooms. Very few facilities have space that can be dedicated to computer training. Often the rooms used for computer training also provide additional community services that require all computers, support equipment, tables and chairs to be removed from the room on a weekly and in some cases daily basis. See additional information below. Facilities where computer access is desired utilizing repurposed computers: 1. Brigham Senior Center a. Two (2) Units 2. McBean Community/Senior Building a. Four (4) Units 3. Blythe – Community/ Senior Center a. Two (2) Units 4. Carrie J. Mays – Community/Senior Center a. Four (4) Units 5. Sand Hills Community/ Senior Center a. Ten (10) Units 6. Doughty Park a. Eight (8) Units 7. Jamestown – Stationary Lab (Request update to existing classroom) a. Twenty four (24 units) 8. Barton Village – Stationary Lab (Request update existing classroom) a. Ten (10) units 9. May Park a. Four (4) Units 10. Bernie Ward a. Four (4) Units Spare Computers for expansion and support. Twelve (12) Attachment number 1 \nPage 4 of 5 Item # 11 InformInformInformInformation Technologyation Technologyation Technologyation Technology 530 Greene Street, Annex 101 Augusta, GA 30911 (706) 821-2522 – FAX (706) 821-2530 www.AugustaGa.gov Recommendation A mobile computer classroom will be purchased to support all facilities that need part time classrooms. The mobile computer classroom will utilize a cellular hotspots for internet access and have five (5) laptops. Set up instructions will be provided. Training material and schedules will be provided by Parks, Recreation & Facilities Staff. Computers repurposed from Enterprise environment will be used to provide the requested eighty four (84) computers. This will provide a savings of $57,750. Operating systems would be purchased and there will be no impact to Augusta’s Microsoft Enterprise Agreement. Laptop Mobile Computer Classroom Item Quantity Description Model Cost Total 1 1 Hot Spot Model MiFi5510L /C /C 2 1 Signal Booster etwork Extender $399 $399 3 5 Laptops Latest $1,400 $7,000 4 5 Accessories Misc. $99 $495 5 1 Padded Case Jel-1510CB $189 $189 Total $8,083 Total Program Cost Item Quantity Description Model Cost Total 1 1 Laptop MCC Misc. $8,083 $8,083 2 84 Computers Misc. /C /C 3 84 O/S Misc. $99 $8,316 4 84 Wireless Card Misc. $99 $8,316 5 84 Internet S/W Misc. $85 $7,140 6 1 Power Strips Misc. $1,400 $1,400 7 3 Wireless Routers $199 $597 8 1 Cable Modem Business Class $199 $199 Total $34,051 The total impact to Recreation, Parks & Facilities’ monthly operating costs for a mobile classroom will be $40. The total impact to Recreation, Parks & Facilities’ monthly operating costs for one (1) additional cable modem will be $119. Above is a photo of the case that will hold the mobile classroom. Attachment number 1 \nPage 5 of 5 Item # 11 Commission Meeting Agenda 4/15/2014 2:00 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the regular and Special Called meetings held April 1, 2014. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 12 Commission Meeting Agenda 4/15/2014 2:00 PM District 4 appointment Department: Caption:Motion to approve the appointment of Ms. Betty Reece to the Transit Citizens Advisory Board representing District 4. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 13 Attachment number 1 \nPage 1 of 1 Item # 13 Commission Meeting Agenda 4/15/2014 2:00 PM Terrance R. Howard Department: Caption:Motion to approve the appointment of Terrance R. Howard to the Historic Preservation Commission (HPC) due to the resignation of Mike Russell representing District 8. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 14 Attachment number 1 \nPage 1 of 2 Item # 14 Attachment number 1 \nPage 2 of 2 Item # 14 Commission Meeting Agenda 4/15/2014 2:00 PM Approve Engineering Project list - SPLOST VII Department:Finance / Administrator Caption:Approve the projects to be funded by SPLOST VII as recommended by the Engineering Department. Background:On March 10, 2014 the commission approved a referendum resolution to: A REFERENDUM RESOLUTION TO REIMPOSE A SPECIAL ONE PERCENT SALES AND USE TAX, SUBJECT TO REFERENDUM APPROVAL; TO REGULATE AND PROVIDE FOR THE CALLING OF AN ELECTION AND TO CALL AN ELECTION TO DETERMINE THE REIMPOSITION OR NON-REIMPOSITION OF THE SALES AND USE TAX; TO SPECIFY THE PURPOSES FOR WHICH THE PROCEEDS OF THE SALES AND USE TAX ARE TO BE USED AND MAY BE EXPENDED; TO SPECIFY THE ESTIMATED COST OF THE PROJECTS THAT WILL BE FUNDED FROM THE PROCEEDS OF THE SALES AND USE TAX; TO SPECIFY THE AMOUNT OF PREVIOUSLY INCURRED GENERAL OBLIGATION DEBT TO BE RETIRED FROM THE PROCEEDS OF THE SALES AND USE TAX; TO SPECIFY THE MAXIMUM AMOUNT OF REVENUE TO BE RAISED BY THE SALES AND USE TAX; TO AUTHORIZE THE ISSUANCE OF $22,395,000 IN AGGREGATE PRINCIPAL AMOUNT OF GENERAL OBLIGATION DEBT OF AUGUSTA, GEORGIA IN CONJUNCTION WITH THE REIMPOSITION OF THE SALES AND USE TAX; TO SPECIFY THE PURPOSES FOR WHICH THE DEBT IS TO BE ISSUED, THE MAXIMUM INTEREST RATE OR RATES THAT SUCH DEBT IS TO BEAR, AND THE AMOUNT OF PRINCIPAL TO BE PAID IN EACH YEAR DURING THE LIFE OF SUCH DEBT; TO PROVIDE FOR THE LEVY AND COLLECTION OF AD VALOREM TAXES TO SERVICE SUCH DEBT, TO THE EXTENT THE PROCEEDS OF THE SALES AND USE TAX ARE NOT SUFFICIENT FOR SUCH PURPOSE; AND FOR OTHER PURPOSES. The project categories included: (a) Projects to be owned or operated or both by Augusta or by one or more local authorities within the Special District pursuant to intergovernmental contracts with Augusta (the “Augusta Projects”): (i) Road, Street, Bridge, Cover Memo Item # 15 and Drainage Improvements - $50,000,000, (ii) Public Safety Facilities, Equipment, and Vehicles - $29,939,000, (iii) Parks and Recreation Facilities - $19,000,000, (iv) Cultural, Library, and Historic Facilities - $21,025,000, (v) Economic Development Facilities and Land Acquisition - $13,250,000, (vi) Information Technology - $5,550,000, (vii) Industrial Infrastructure Improvements - $1,750,000, (viii) Municipal Building Renovations - $30,000,000, (ix) Fleet Administration and Maintenance Facilities - $450,000, and (x) Sales Tax Program and Project Administration - $9,000,000; (b) Projects to be owned or operated or both by Blythe (the “Blythe Projects”): (i) Road Improvements - $400,000, (ii) Water System Improvements - $350,000, (iii) Equipment and Vehicles - $225,000, (iv) Community Building, Library, and Park Facilities - $900,000, and (v) Information Technology - $100,000; and (c) Projects to be owned or operated or both by Hephzibah (the “Hephzibah Projects”): (i) Recreational Multi- Use Facility - $4,450,000, (ii) Agricultural Center and Arena Project - $1,800,000, (iii) Water System Equipment and Vehicles - $365,000, (iv) Public Safety Equipment and Vehicles - $510,000, (v) Fire Department Facilities - $950,000, and (vi) Road and Bike Lane Projects - $300,000; and(2) retiring Augusta’s Tax Anticipation Notes, dated March 7, 2014 (the “Augusta Notes”), by paying or making provision for the payment of the principal of and interest on the Augusta Notes coming due on October 1, 2014, in the estimated maximum amount of $8,050,000; Analysis:$50,000,000 was allocated for Road, Street, Bridge and Drainage Impvoements Projects. The Engineering department is recommending the funding be used to complete the projects listed in the attached document. Financial Impact:Funding would be from sales tax revenue generated by SPLOST VII. Sales tax collections are projected to begin in April 2016 and will continue until Ocotber 2021. Project funding will be allocated over the collection period. Alternatives:1. Approve recommended list of projects 2. Task staff to revise list for Road, street, bridge and drainage improvement projects. Recommendation:Approve project list as recommended Funds are Available in the Following Accounts: SPLOST VII Cover Memo Item # 15 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project ** Amount C6 Engineering 15th Street Pedestrian Improvements 8,000,000$ C14 Engineering ADA-Sidewalks-Rehab-Replacement 600,000 C18 Engineering Bridge Rehabilitation and Maintenance 800,000 C21 Engineering Corrugated Pipe Replacement Program 500,000 C22 Engineering Dennis Road Widening and Drainage Improvements 2,000,000 C24 Engineering Dover-Lyman Street and Drainage Improvement 1,000,000 C26 Engineering East Augusta Roadway and Drainage Improvements - Phase III (Marion Homes Area)500,000 C27 Engineering East Augusta Roadway and Drainage Improvements - Phase IV (Azalea, Brunswick, & Albany Street Areas)500,000 C35 Engineering Flood Control Structures - Rehabilitation and Maintenance 1,000,000 C37 Engineering Garden City Beautification Initiative 250,000 C38 Engineering Glass Factory Drainage Basin Conveyance Improvements and Flood Reduction 200,000 C39 Engineering Grading and Drainage 1,500,000 C43 Engineering Hyde Park St. & Drg Imp. and Wilkerson Gardens 1,500,000 C49 Engineering Maintenance/Construction Machinery and Equipment 200,000 C53 Engineering Milling and Resurfacing - Contracts 5,100,000 C54 Engineering Monte Sano Ave. Improvements (Wrightsboro Rd. to Walton Way)3,000,000 C55 Engineering National Hill Area Streets and Drainage Improvements 3,000,000 C56 Engineering Old Savannah Road Street & Drainage Improvements (Martin Luther King Blvd. to Gordon Highway)500,000 C58 Engineering On Call Guardrail Replacements 300,000 C59 Engineering On Call Roadway Striping and Reflector Installation 500,000 C60 Engineering On Call Traffic Engineering 200,000 C61 Engineering On-Call and Emergency Appraisal Services 100,000 C62 Engineering On-Call and Emergency Construction Material Testing Services 500,000 C63 Engineering On-Call and Emergency Construction Services 1,500,000 C64 Engineering On-Call and Emergency Design Services 300,000 C66 Engineering Paving Dirt Roads 2,000,000 C67 Engineering Peach Orchard Road Sidewalk Installation - Pepperidge Drive to Tobacco Road 1,000,000 C70 Engineering Rocky Creek Flood Reduction Improvements 1,500,000 C71 Engineering Skinner Mill Road Widening (Boy Scout to Walton Way)6,000,000 C72 Engineering SPLOST Administration 1,000,000 C76 Engineering Traffic Sign Upgrade Program 300,000 C77 Engineering Traffic Signal Upgrade Program 1,500,000 C78 Engineering Tree Removal, Pruning and Replacement 1,000,000 C80 Engineering Watershed Study and Storm Water Inventory & Mapping 150,000 C82 Engineering Wrightsboro Road Reconstruction and Pedestrian Improvements (Highland Ave. to Marks Church Road)2,000,000 Total 50,000,000$ **Projects recommended by Engineering Department Attachment number 1 \nPage 1 of 1 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Amount B Administration 47,050,000$ C Engineering 50,000,000 D Fire 7,500,000 E Fleet 8,450,000 F IT 18,550,000 H Planning & Development 6,500,000 I Recreation 19,000,000 J Sheriff 1,439,000 K City of Hephzibah 8,375,000 L City of Blythe 1,975,000 M Augusta Authorities 5,750,000 N Library 2,000,000 P Outside Agencies 21,775,000 total 198,364,000$ Attachment number 2 \nPage 1 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Project Type Amount % Infrastructure 80,500,000 40.58% Engineering 50,000,000 IT 13,000,000 Planniing & Development 6,500,000 Augusta Authorities 5,750,000 Outside Agencies 5,250,000 Public Buildings 34,950,000 17.62% Administration 30,000,000 Fire Department 2,500,000 Library 2,000,000 Fleet 450,000 Recreation 19,000,000 9.58% Cultural/Historic Outside Agencies 16,525,000 8.33% Intergovernmental 10,350,000 5.22% Law Enforcement 1,439,000 0.73% Debt Service 12,050,000 6.07% Project Management 5,000,000 2.52% Fleet Replacement 13,000,000 6.55% Information Technology 5,550,000 2.80% 198,364,000 100.00% Attachment number 2 \nPage 2 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount B1 Administrator/Mayor Project Administration 5,000,000$ Administrator/Mayor Interest on Bonds 4,000,000 B2 Administrator/Mayor Municipal Building Renovations 30,000,000 B5 Administrator/Mayor Debt Repayment (GRU Cancer Center)8,050,000 Total 47,050,000$ Attachment number 2 \nPage 3 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project ** Amount C6 Engineering 15th Street Pedestrian Improvements 8,000,000$ C14 Engineering ADA-Sidewalks-Rehab-Replacement 600,000 C18 Engineering Bridge Rehabilitation and Maintenance 800,000 C21 Engineering Corrugated Pipe Replacement Program 500,000 C22 Engineering Dennis Road Widening and Drainage Improvements 2,000,000 C24 Engineering Dover-Lyman Street and Drainage Improvement 1,000,000 C26 Engineering East Augusta Roadway and Drainage Improvements - Phase III (Marion Homes Area)500,000 C27 Engineering East Augusta Roadway and Drainage Improvements - Phase IV (Azalea, Brunswick, & Albany Street Areas)500,000 C35 Engineering Flood Control Structures - Rehabilitation and Maintenance 1,000,000 C37 Engineering Garden City Beautification Initiative 250,000 C38 Engineering Glass Factory Drainage Basin Conveyance Improvements and Flood Reduction 200,000 C39 Engineering Grading and Drainage 1,500,000 C43 Engineering Hyde Park St. & Drg Imp. and Wilkerson Gardens 1,500,000 C49 Engineering Maintenance/Construction Machinery and Equipment 200,000 C53 Engineering Milling and Resurfacing - Contracts 5,100,000 C54 Engineering Monte Sano Ave. Improvements (Wrightsboro Rd. to Walton Way)3,000,000 C55 Engineering National Hill Area Streets and Drainage Improvements 3,000,000 C56 Engineering Old Savannah Road Street & Drainage Improvements (Martin Luther King Blvd. to Gordon Highway)500,000 C58 Engineering On Call Guardrail Replacements 300,000 C59 Engineering On Call Roadway Striping and Reflector Installation 500,000 C60 Engineering On Call Traffic Engineering 200,000 C61 Engineering On-Call and Emergency Appraisal Services 100,000 C62 Engineering On-Call and Emergency Construction Material Testing Services 500,000 C63 Engineering On-Call and Emergency Construction Services 1,500,000 C64 Engineering On-Call and Emergency Design Services 300,000 C66 Engineering Paving Dirt Roads 2,000,000 C67 Engineering Peach Orchard Road Sidewalk Installation - Pepperidge Drive to Tobacco Road 1,000,000 C70 Engineering Rocky Creek Flood Reduction Improvements 1,500,000 C71 Engineering Skinner Mill Road Widening (Boy Scout to Walton Way)6,000,000 C72 Engineering SPLOST Administration 1,000,000 C76 Engineering Traffic Sign Upgrade Program 300,000 C77 Engineering Traffic Signal Upgrade Program 1,500,000 C78 Engineering Tree Removal, Pruning and Replacement 1,000,000 C80 Engineering Watershed Study and Storm Water Inventory & Mapping 150,000 C82 Engineering Wrightsboro Road Reconstruction and Pedestrian Improvements (Highland Ave. to Marks Church Road)2,000,000 Total 50,000,000$ **Projects recommended by Engineering Department Attachment number 2 \nPage 4 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount D1 Fire Emergency Vehcile Fleet Replacement 5,000,000$ D3 Fire Fire Stations - 1 location 2,500,000 Total 7,500,000$ Attachment number 2 \nPage 5 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount E1 Fleet Roof Replacement 450,000$ E3 Fleet Public Safety Vehicles 8,000,000 Total 8,450,000$ Attachment number 2 \nPage 6 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount F1 IT Radio System 13,000,000$ F2 IT TAO/TCO Software Application 4,000,000 F3 IT MDT Replacement 900,000 F4 IT Communication Infrastructure 250,000 F5 IT Orthophotography 400,000 TOTAL 18,550,000$ Attachment number 2 \nPage 7 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount H1 Planning and Development Flood Reduction Program 2,500,000$ H2 Planning and Development Demolition Program 4,000,000 Total 6,500,000$ Attachment number 2 \nPage 8 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount I7 Recreation Dyess Park 500,000$ I9 Recreation Lake Olmstead 250,000 I11 Recreation May Park 250,000 I14 Recreation Riverwalk 400,000 I23 Recreation Augusta Aquatic Ctr 1,500,000 I30 Recreation Fleming Tennis Center 500,000 I33 Recreation Minnick Park 200,000 I34 Recreation Pendleton King Park 250,000 I35 Recreation Valley Park 250,000 I40 Recreation Newman Tennis Center 2,000,000 I42 Recreation Diamond Lakes Regional 2,750,000 I44 Recreation McDuffie Woods Park 300,000 I46 Recreation Brigham Com. Center 300,000 I51 Recreation Butler Creek 250,000 I55 Recreation Eisenhower Park 250,000 I58 Recreation Blythe Community Pk 250,000 I60 Recreation McBean Community Pk 250,000 I61 Recreation Program Administration 1,000,000 I64 Recreation Boathouse Rowing Center 400,000 Recreation Splash Pad Water Playground Initiative 1,850,000 Recreation Playgound Unit Replacement Initiative 2,000,000 Recreation HVAC Upgrades 500,000 Recreation City-Wide Cemetery Improvements 500,000 Recreation City-Wide Park Facility Improvements 500,000 Recreation City-Wide Park Signage Initiative 300,000 Recreation City-Wide Site Improvements 500,000 Recreation City-Wide Multi-Purpose Court Upgrades 500,000 Recreation City-Wide Swimming Pool Renovations 500,000 TOTAL 19,000,000$ Attachment number 2 \nPage 9 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount J1 Sheriff Digital In-car Video System 407,000$ J2 Sheriff HD Body Cameras 332,000 J4 Sheriff Downtown Video Security Enhancement 700,000 Total 1,439,000$ Attachment number 2 \nPage 10 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount K1 Hephzibah Facilities for Agricultural Center & Arena 1,800,000$ K2 Hephzibah Equipment to Automate Water Meter Reading 220,000 K3 Hephzibah Bike Lanes 200,000 K4 Hephzibah Windsor Spring and Roadway Beautification 100,000 K5 Hephzibah Water Dept. Vehicles & Equipment 145,000 K6 Hephzibah Vehicles & Equip. for Public Safety 125,000 K7 Hephzibah Sewer to Connect to Augusta - K8 Hephzibah Vehicles & Equipment for Fire & EMS 385,000 K9 Hephzibah Fire Dept. New Facilities 950,000 K10 Hephzibah Recreational Multi-use Facility 4,450,000 TOTAL 8,375,000$ Attachment number 2 \nPage 11 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount L1 City of Blythe Water system upgrades 350,000$ L2 City of Blythe Road Improvements 300,000 L3 City of Blythe Police Vehicles & Equipment/Computers 125,000 L4 City of Blythe Community Building/Library/Park 900,000 L5 City of Blythe WIFI access 50,000 L6 City of Blythe IT upgrades 50,000 L7 City of Blythe Paving roads 100,000 L8 City of Blythe Non Public Safety Vehicles and equipment 100,000 L9 City of Blythe Additional Water Systems Upgrades - Total 1,975,000$ Attachment number 2 \nPage 12 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount M1 Canal Authority Canal Improvement 2,500,000$ M2 Development Authority Augusta Corporate Park Access Road 1,250,000 M3 Development Authority Economic Development Industrial Infrastructure 500,000 Downtown Development Authority Surface Parking Lot 1,500,000 Total 5,750,000$ Attachment number 2 \nPage 13 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Department Project Amount N1 Library Maxwell Branch Library -$ N2 Library Friedman Branch Library - N3 Library Wallace Branch Library - N4 Library Appleby Branch Library - Total 2,000,000$ Allocation to be determined Attachment number 2 \nPage 14 of 15 Item # 15 Augusta Georgia SPLOST VII Project list Key Agency Project Amount P1 Augusta Regional Collaborative Corp The Mills District 5,250,000$ P2 Greater Augusta Arts Council ART Space 750,000 P3 Greater Augusta Arts Council Public Arts Master Plan 25,000 P4 Greater Augusta Arts Council Augusta Public Art Implementation 2,000,000 P5 Imperial Theatre Theatre Renovation 2,500,000 P6 Augusta Symphony Miller Theater 4,250,000 P7 Paine College The James Brown Community & Fine Arts Cultural Center 6,000,000 P9 Augusta Museum of History Building Expansion 500,000 P11 Southeastern Natural Sciences Academy Phinizy Swamp Nature Park 500,000 Total 21,775,000$ Attachment number 2 \nPage 15 of 15 Item # 15 Commission Meeting Agenda 4/15/2014 2:00 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 # 16