HomeMy WebLinkAbout2016-04-19-Meeting AgendaCommission Meeting Agenda
Commission Chamber
4/19/2016
2:00 PM
INVOCATION:Imam, Dr. Mohamad Jamal Daoudi, The Islamic Society of Augusta.
PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA.
PRESENTATION(S)
A.Presentation by Peachtree Recovery Services. (Requested by Mayor
Hardie Davis, Jr.
Attachments
RECOGNITION(S)
Employee of the Month
B. Congratulations! - Ms. Tangela Gibson, Augusta 911 Department as
the April 2016 Employee of the Month for Augusta, Georgia.
Attachments
Five (5) minute time limit per delegation
DELEGATIONS
C.Mr. Joey Traina regarding Street Justice Summit 2016.Attachments
CONSENT AGENDA
(Items 1-13)
PLANNING
1. FINAL PLAT – HAYNES STATION SECTION 6 – S-855 –A
request for concurrence with the Augusta Planning Commission to
approve a petition by Cranston Engineering Group P.C., on behalf of
COEL Development Co., requesting final plat approval for Haynes
Station Section 6. This residential subdivision is located on Clifford
Attachments
Street adjacent to Haynes Station Section 4 and contains 86 lots.
DISTRICT 3
2. Z-16-14 – A request for concurrence with the Augusta Planning
Commission to approve a petition by Geneice McCoy, on behalf of Real
McCoy Properties & Estates LLC, requesting a change of zoning from
Zone P-1 (Professional) to Zone R-1A (One-family Residential)
affecting property containing .4 acres and is known under the present
numbering system as 1946 Kissingbower Road. Tax Map 071-3-137-
00-0 DISTRICT 2
Attachments
PUBLIC SERVICES
3.Motion to approve a request by Michael Evertsen for Tin Lizzy's
Cantina located at 2821 Washington Road for an Alcohol Special Event
License for May 5, 2016 (Cinco de Mayo in the parking lot). District 7.
Super District 10. (Approved by Public Services Committee April 12,
2016)
Attachments
4.Motion to approve a request by Melissa Outley for Mi Rancho 2,
located at 3064 Washington Road for an Alcohol Special Event License
for May 5, 2016 (Cinco de Mayo in the parking lot). District 7. Super
District 10. (Approved by Public Services Committee April 12, 2016)
Attachments
5.A motion to approve a Contract with Bridgestone Americas Tire
Operations, LLC for the Leasing of Transit Bus Tires. Bid Item 15-231.
(Approved by Public Services Committee April 12, 2016)
Attachments
6.A motion to approve the purchase of five (5) Paratransit Cutaway
Vehicles from National Bus Sales of College Park, Georgia. Bid Item 16-
120. (Approved by Public Services Committee April 12, 2016)
Attachments
PUBLIC SAFETY
7.Motion to approve entering into a Mutual Aid Agreement with
Columbia County to use the GEMA Mobile Operations Center and Land
Mobile Radios in the event of emergency communication failure.
(Approved by Public Safety Committee April 12, 2016)
Attachments
FINANCE
8.Motion to approve the purchase of 5 vehicles for Augusta Planning and
Development Department from License and Inspections Fund Balance
(217-00-0000 fund). (Approved by Finance Committee April 12,
2016)
Attachments
9.Motion to approve the purchase of one emergency response vehicle for
the Richmond County Sheriff’s Office-Bomb Team Division using
Federal Grant funds. (Approved by Finance Committee April 12,
2016)
Attachments
10.Motion to approve the purchase of one F150 pickup truck for the
Richmond County Sheriff’s Office-Criminal Investigation Division with
funds from the Sheriff’s Capital. (Approved by Finance Committee
April 12, 2016)
Attachments
11.Motion to approve Public Official Liability Insurance with RSUI
Indemnity Company, Option 1 for a premium charge of $68,695 for
policy period April 19, 2016 to April 19, 2017. (Approved by Finance
Committee April 12, 2016)
Attachments
12.Motion to approve the request for refund of taxes in the amount of
$2,760.49 by Mr. James Reed on behalf of his mother, Ms. Pensecola
Reed, regarding an error involving her senior exemption dating back to
2003. (Approved by Finance Committee April 12, 2016)
Attachments
PETITIONS AND COMMUNICATIONS
13.Motion to approve the minutes of the regular meeting of the
Commission held March 30, 2016 and Special Called Meeting held April
12, 2016.
Attachments
****END CONSENT AGENDA****
AUGUSTA COMMISSION
4/19/2016
AUGUSTA COMMISSION
REGULAR AGENDA
4/19/2016
(Items 14-28)
PLANNING
14. Z-16-15 – A request for concurrence with the Augusta Planning
Commission to approve with the conditions stated below a petition by
Manpreet Singh, on behalf of Bush Field Aircraft Company, requesting a
change of zoning from Zone A (Agriculture) and Zone HI (Heavy
Industry) to Zone LI (Light Industry) containing 3.68 acres and is
known as 3980 and 3982 Mike Padgett Highway. Tax Map 184-0-081-
03-0 and 184-0-085-00-0 –DISTRICT 1 1. The only use shall be a
convenience store and truck parking only. 2. Ensure that the property
complies with all aspects of the Tree Ordinance and applicable
landscaping standards. Retain a minimum of 25 feet of the existing trees
and erect and maintain a six (6) foot privacy fence along the northwest
property line. 3. The project site plan must comply with any other
ordinances and regulations in effect at the time of construction. 4. The
owner must extend, at their expense, the sanitary sewer line to the subject
property and connect to the service, following the guidelines and
specifications of Augusta Utilities. 5. All curb cuts must be approved by
the Traffic Engineering Department.
Attachments
PUBLIC SERVICES
15.Authorize Law Department to draft a Memorandum of Understanding
among Augusta, the Augusta Convention and Visitors Bureau (CVB),
and the Augusta Film Office, Inc., a non-profit, for enhancement of film
and entertainment business development in Augusta. (No
recommendation from Public Services Committee April 12, 2016)
Attachments
ENGINEERING SERVICES
16.Review and approve Riverwatch Lights - Location 2 & 3 Service Points,
as requested by Georgia Power. Hereby grant and convey to said
company the privilege and easement to go in, upon, along and across
that tract of land owned by Augusta, Georgia as 1420 Eisenhower Drive
and 1557 Riverwatch Parkway.
Attachments
17.Receive presentation on Americans with Disabilities Act
(ADA) plans from Cranston Engineering as requested by AED.
Attachments
18.Approve adding $40,000 to Georgia-Carolina Paving purchase order for
repairs to asphalt and concrete paving that are necessary after utility
repairs have been made. This contract will allow timely and professional
repair of paving cuts.
Attachments
19.Consider approving an Easement Exchange Deed and Maintenance
Agreement with Augusta Village at Riverwatch, LLC and GTC
Riverwatch, LLC.
Attachments
20.Consider proposal from Pond & Company to provide engineering design
services for the Berckmans Road Phase II 8” Water Main project in the
amount of $36,840.00.
Attachments
21.Motion to authorize condemnation of a portion of Tax Map 059, Parcel
320, due to liens on the subject property, which is owned by Terry Prince
and Betty Prince, for a temporary construction easement in connection
with the Discrepancy with the Right of Way of Martin Luther King Jr.
Blvd., more particularly described as 232 square feet, more or less, of
permanent utility and Ingress/Egress easement and 167 square feet, more
or less, of temporary construction easement.
Attachments
22.Consider approving award of construction contract to Blair Construction,
Inc. for the West Eagle Green Water Meter Replacement Project in the
amount of $27,950.00. Bid item #15-241.
Attachments
23.Approve and receive as information the Emergency Creek, Drainage
Pipe and Level Road Repair project at 1886 Lovers Lane in the amount
of $59,710.87 for Georgia Carolina Paving Company as requested by
AED.
Attachments
24.Approve the continued funding of the current On-Call Field and Attachments
Upcoming Meetings
www.augustaga.gov
Laboratory Testing for Soil and Construction Material, and Geotechnical
Inspections and Investigation (CMT_Geotech) Services contract in the
amount of $1,000,000. Funding is available in Transportation Investment
Act (TIA) Projects Funds and TIA Discretionary Funds, as requested by
AED.
25.Discuss establishing a Rail Crossing Quiet Zone in downtown Augusta.
(Requested by Mayor Hardie Davis, Jr.)
Attachments
26.Consider proposal from McKim & Creed to perform RFP 15-189 flow
monitoring analysis of the Spirit Creek Sanitary Sewer Basin.
Attachments
27.Approve Memorandum of Agreement (MOA) between Augusta, Georgia
and the Georgia Department of Transportation (DOT) to replace and
maintain new roadway lighting along Walton Way (SR 4) between 13th
Street and 15th Street as requested by AED.
Attachments
LEGAL MEETING
A. Pending and Potential Litigation.
B. Real Estate.
C. Personnel.
28.Motion to approve execution by the Mayor of the affidavit of
compliance with Georgia's Open Meeting Act.
Commission Meeting Agenda
4/19/2016 2:00 PM
Invocation
Department:
Department:
Caption: Imam, Dr. Mohamad Jamal Daoudi, The Islamic Society of
Augusta.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Presentation by Peachtree Recovery Services
Department:Mayor's Office
Department:Mayor's Office
Caption:Presentation by Peachtree Recovery Services. (Requested by
Mayor Hardie Davis, Jr.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Employee of the Month
Department:
Department:
Caption: Congratulations! - Ms. Tangela Gibson, Augusta 911
Department as the April 2016 Employee of the Month for
Augusta, Georgia.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Joey Traina
Department:
Department:
Caption:Mr. Joey Traina regarding Street Justice Summit 2016.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
AGENDA ITEM REQUEST FORM
Commission meetings: First and third Tuesdays of each month - 2:00 p.m.
Committee meetings: Second and last Tuesdays of each month - l:00 p.m.
Commission/Committee: (Please check one and insert meeting date)
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Soqal
Commission
Public Safety Committee
Public Services Committee
Administrative Services Committee
Engineering Services Committee
Finance Commiffee
Contact Information for IndividuaVPresenter Making the Request:
Jo
Telephone Number:
Fax Number'
-E-Mail nOOr.t
Caption/Topic of to be placed on the Agenda:f"ir z0 iA',
Please send this request form to the following address:
Ms. Lena J. Bonner Telephone Number: 706-821-1820
Clerk of Commission Fax Number: 706-821-1838
Suite 220 Municipal Building E-Mail Address: nmorawski@augustaga.gov
535 Telfair Street
Augusta, GA 30901
Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk's
Office no later than 5:00 p.m. on the Wednesday preceding the Commission meeting and
5:00 p.m. on the Tuesday preceding the Committee meeting of the following week. A five-
minute time limit will be allowed for presentations.
Commission Meeting Agenda
4/19/2016 2:00 PM
Final Plat - Haynes Station Section 6
Department:Planning Commission
Department:Planning Commission
Caption: FINAL PLAT –HAYNES STATION SECTION 6 –S-855 –A
request for concurrence with the Augusta Planning Commission to
approve a petition by Cranston Engineering Group P.C., on
behalf of COEL Development Co., requesting final plat approval
for Haynes Station Section 6. This residential subdivision is
located on Clifford Street adjacent to Haynes Station Section 4
and contains 86 lots. DISTRICT 3
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Z-16-14
Department:Planning Commission
Department:Planning Commission
Caption: Z-16-14 –A request for concurrence with the Augusta Planning
Commission to approve a petition by Geneice McCoy, on behalf
of Real McCoy Properties & Estates LLC, requesting a change of
zoning from Zone P-1 (Professional) to Zone R-1A (One-
family Residential) affecting property containing .4 acres and is
known under the present numbering system as 1946
Kissingbower Road. Tax Map 071-3-137-00-0 DISTRICT 2
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Alcohol Special Event Application
Department:Planning & Development
Department:Planning & Development
Caption:Motion to approve a request by Michael Evertsen for Tin Lizzy's
Cantina located at 2821 Washington Road for an Alcohol Special
Event License for May 5, 2016 (Cinco de Mayo in the parking
lot). District 7. Super District 10. (Approved by Public Services
Committee April 12, 2016)
Background:This is a Cinco de Mayo Event.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of 100.00
Alternatives:
Recommendation:Planning & Development recommends approval. The R.C.S.O.
recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Alcohol Special Event Application
Department:Planning & Development
Department:Planning & Development
Caption:Motion to approve a request by Melissa Outley for Mi Rancho 2,
located at 3064 Washington Road for an Alcohol Special Event
License for May 5, 2016 (Cinco de Mayo in the parking lot).
District 7. Super District 10. (Approved by Public Services
Committee April 12, 2016)
Background:This is a Cinco de Mayo Event.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $100.00.
Alternatives:
Recommendation:The Planning & Development recommends approval. The
R.C.S.O. recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
APT Lease Tires
Department:Augusta Public Transit
Department:Augusta Public Transit
Caption:A motion to approve a Contract with Bridgestone Americas Tire
Operations, LLC for the Leasing of Transit Bus Tires. Bid Item
15-231. (Approved by Public Services Committee April 12,
2016)
Background:Bridgestone Americas Tire Operations, LLC was determined to be
the most responsive and responsible bidder. The bid process was
initiated and awarded by the City of Augusta Public Transit
Department. The table below reflects the quoted price per
mile/tire size for each of the five (5) years of the contract. See
attached.
Analysis:Augusta Public Transit currently operates a fleet of 32 vehicles
(18 fixed route buses and 14 paratransit cutaway style vehicles)
with each type of vehicle requiring different tire sizes. The
vehicles are equipped with six (6) tires each for a total of 192
tires. The life of a tire is estimated to be approximately 55,000
miles. At an average cost of $550.00 per tire it would cost
approximately $105,600.00 to buy and replace all tires. On
average, buses travel between 22,000 and 25,000 miles per year.
Based on that mileage coupled with normal wear and tear an
average tire should last approximately two (2) years. Using those
figures, Augusta would need to purchase tires three (3) times
during the five year period. The estimated cost would then be 2.5
times the above annual cost of approximately $105,600.00 for a
total expenditure of approximately $264,000.00. Leasing the tires
will result in a savings of approximately $110,000.00 during the
term of the contract. Some key advantages to leasing versus
buying include the following: • No burden with tire inventory
investment cost • Complete inventory including adequate spare
tires for the proper upkeep and maintenance of the tire program •
Controlled cost per mile known in advance with annual fixed rates
(simplifies budgeting) • Pay only for tire mileage operated at
lowest cost-per-mile available • No freight charges • Casing
Cover Memo
disposal • No capital tied up to equip and maintain tire shop •
Minimize labor, fringe, and workers’ comp expense for tire shop
personnel • Technical assistance from engineers and field
representative • Routine visit by Technical Representative: ? Fleet
inspection ? Monitor wear characteristics ? Training - tire
maintenance ? Recommendations offered to enhance
performance • Priority for continued supply during tire-related
material shortage • Opportunities and related cost savings
available for operating with all original tires, if desired (i.e., road
calls) • Warranty replacements with new tire
Financial Impact:This purchase will be funded with local and federal grant funds
from the Transit Department’s 2016 Capital Budget. The allocated
funding breakdown is: Split Federal Local FTA Grant GA-90-X-
300 80/20 $22,944.80 $5,736.20 FTA Grant GA-90-X-343 80/20
$97,055.20 $24,263.80 Total $150,000.00 $120,000.00
$30,000.00
Alternatives:The only alternative would be to purchase the tires versus leasing
them.
Recommendation:Approve the Contract for Leasing of Transit Tires from
Bridgestone Americas Tire Operations, LLC.
Funds are Available
in the Following
Accounts:
FTA Grant GA-90-X-300 and FTA Grant GA-90-X-343
REVIEWED AND APPROVED BY:
Cover Memo
SUBJECT: Contract for the Leasing of Transit Bus Tires
CAPTION: A motion to approve a Contract with Bridgestone Americas Tire Operations, LLC for
the Leasing of Transit Bus Tires.
BACKGROUND: This request is for the authorization to contract with Bridgestone Americas
Tire Operation, LLC for the Leasing of Transit Bus Tires. The term of this lease shall be for a
three (3) year period with the option to extend for two (2) additional one (1) year periods for a
total lease agreement up to five (5) years.
The pricing for the lease of tires was awarded through a competitive bid process. Bridgestone
Americas Tire Operations, LLC was determined to be the most responsive and responsible
bidder. The bid process was initiated and awarded by the City of Augusta Public Transit
Department. The table below reflects the quoted price per mile/tire size for each of the five (5)
years of the contract.
ANNUAL TIRE MILE RATE
TIRE
SIZE
YEAR
ONE
YEAR
TWO
YEAR
THREE
YEAR
FOUR
YEAR
FIVE
22570R195 0.005547 0.005769 0.006000 0.006240 0.006490
26570R195 0.006961 0.007240 0.007529 0.007830 0.008144
22575R16 0.003104 0.003228 0.003358 0.003492 0.003632
30570R225 0.007079 0.007362 0.007657 0.007963 0.008282
The total cost of this contract shall not exceed $150,000.00 for the five (5) year period. The cost
estimate is based on the figures in the table below:
ESTIMATED FIVE YEAR LEASE COST
Year
Average
lease cost
per mile per
tire
Number of
tires on each
bus
Number of
buses
Miles per
year per
bus
Total cost per
lease
1 0.005673 6 32 25000 27,230.40
2 0.00589975 6 32 25000 28,318.80
3 0.006136 6 32 25000 29,452.80
4 0.00638125 6 32 25000 30,630.00
5 0.006637 6 32 25000 31,857.60
Total Lease
Cost 147,489.60
ANALYSIS:
Augusta Public Transit currently operates a fleet of 32 vehicles (18 fixed route buses and 14
paratransit cutaway style vehicles) with each type of vehicle requiring different tire sizes. The
vehicles are equipped with six (6) tires each for a total of 192 tires.
The life of a tire is estimated to be approximately 55,000 miles. At an average cost of $550.00
per tire it would cost approximately $105,600.00 to buy and replace all tires. On average, buses
travel between 22,000 and 25,000 miles per year. Based on that mileage coupled with normal
wear and tear an average tire should last approximately two (2) years.
Using those figures, Augusta would need to purchase tires three (3) times during the five year
period. The estimated cost would then be 2.5 times the above annual cost of approximately
$105,600.00 for a total expenditure of approximately $264,000.00. Leasing the tires will result in
a savings of approximately $110,000.00 during the term of the contract.
Some key advantages to leasing versus buying include the following:
· No burden with tire inventory investment cost
· Complete inventory including adequate spare tires for the proper upkeep and maintenance
of the tire program
· Controlled cost per mile known in advance with annual fixed rates (simplifies budgeting)
· Pay only for tire mileage operated at lowest cost-per-mile available
· No freight charges
· Casing disposal
· No capital tied up to equip and maintain tire shop
· Minimize labor, fringe, and workers’ comp expense for tire shop personnel
· Technical assistance from engineers and field representative
· Routine visit by Technical Representative:
Ö Fleet inspection
Ö Monitor wear characteristics
Ö Training - tire maintenance
Ö Recommendations offered to enhance performance
· Priority for continued supply during tire-related material shortage
· Opportunities and related cost savings available for operating with all original tires, if desired
(i.e., road calls)
· Warranty replacements with new tire
FINANCIAL IMPACT: This purchase will be funded with local and federal grant funds from the
Transit Department’s 2016 Capital Budget. The allocated funding breakdown is:
Split Federal Local
FTA Grant GA-90-X-300 80/20 $22,944.80 $ 5,736.20
FTA Grant GA-90-X-343 80/20 $97,055.20 $24,263.80
Total $150,000.00 $120,000.00 $30,000.00
ALTERNATIVES: The only alternative would be to purchase the tires versus leasing them.
RECOMMENDATION: Approve the Contract for Leasing of Transit Tires from Bridgestone
Americas Tire Operations, LLC.
Invitation To Bid
Sealed bids will be received at this office until Friday, November 20, 2015 @ 11:00 a.m. for furnishing:
Bid Item #15-231 Tire Lease for Transit Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department
ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535
Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business
hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Monday,
November 9, 2015, @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand
delivered.
No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and
shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual
terms and conditions, applicable to the procurement. All specific requirements contained in the
invitation to bid including, but not limited to, the number of copies needed, the timing of the
submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by
the Procurement Director. All requests to waive or modify any such material condition shall be submitted
through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for
approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
VENDORS
BRIDGESTONE FIRESTONE
NORTH AMERICA TIRE, LLC
1200 FIRESTONE PARKWAY-
MILEAGE SALES
AKRON, OH 44317-0001
THE GOODYEAR TIRE &
RUBBER CO
1144 EAST MARKET ST,
D-710
AKRON, OH 443116
Attachment B Yes Yes
E-Verify Number 223508 120029
Addendums 1-5 Yes Yes
Original Yes Yes
Six Copies Yes Yes
SAVE Form Yes Yes
Tire Size 225/70R19.5 - Rate Per Tire Mile
Year 1 0.005547 0.005434
Year 2 0.005769 0.005434
Year 3 0.006000 0.005598
Year 4 (optional year) 0.006240 0.005820
Year 5 (optional year) 0.006490 0.006112
Tire Size 265/70R 19.5 - Rate Per Tire Mile
Year 1 0.006961 0.013710
Year 2 0.007240 0.013710
Year 3 0.007529 0.014120
Year 4 (optional year) 0.007830 0.014686
Year 5 (optional year) 0.008144 0.015420
Bid Opening
Bid Item #15-231 Tire Lease
for Augusta, Georgia - Transit Department
Bid Due: Wednesday, December 30, 2015 @ 11:00 a.m.
Total Number Specifications Mailed Out: 6
Mandatory Pre-Bid/Telephone Conference: Not Applicable
Total packages submitted: 2
Total Noncompliant: 0
Page 1 of 2
VENDORS
BRIDGESTONE FIRESTONE
NORTH AMERICA TIRE, LLC
1200 FIRESTONE PARKWAY-
MILEAGE SALES
AKRON, OH 44317-0001
THE GOODYEAR TIRE &
RUBBER CO
1144 EAST MARKET ST,
D-710
AKRON, OH 443116
Bid Opening
Bid Item #15-231 Tire Lease
for Augusta, Georgia - Transit Department
Bid Due: Wednesday, December 30, 2015 @ 11:00 a.m.
Total Number Specifications Mailed Out: 6
Mandatory Pre-Bid/Telephone Conference: Not Applicable
Total packages submitted: 2
Total Noncompliant: 0
Tire Size 225/75R 16 - Rate Per Tire Mile
Year 1 0.003104 0.004022
Year 2 0.003228 0.004022
Year 3 0.003358 0.004142
Year 4 (optional year) 0.003492 0.004308
Year 5 (optional year) 0.003632 0.004524
Tire Size 305/70R22.5 - Rate Per Tire Mile
Year 1 0.007079 0.008866
Year 2 0.007362 0.008866
Year 3 0.007657 0.009132
Year 4 (optional year) 0.007963 0.009496
Year 5 (optional year) 0.008282 0.009972
Page 2 of 2
AUGUSTA PUBLIC TRANSIT
PATRICKG STEPHENS
Director
January 12,2016
Geri Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, GA 30901
Dear Ms. Sams:
The Transit team has reviewed the proposal submitted by Bridgestone in response to the ITB for Lease of
transit tires. The following summarizes our findings and recommendations:
L Their proposal meets the requirements as established in the Scope of Services.
2. A comparison of their pricing proposals with our Independent Cost Estimates shows they are well
within our evaluations.
3. Their proposed contract is acceptable to Transit as long as the pricing tables are updated to reflect
the pricing quotes contained in their bid proposal.
4. We have researched their debarment status and it appears that the company is in good standing.
Based on the above information, we are requesting the Procurement Department conduct their final
review and allow the process to enter final negotiations.
Sincerely,
Patrick Stephens
Augusta Transit Director
Augusta Public Transit
1535 Fenwick Street - Augusta GA 30904
(7 06) 823 -4400 - Fax (7 06) 82r -r7 52
WWW.AT]GI]STAGA.GOV
Commission Meeting Agenda
4/19/2016 2:00 PM
APT Para-Transit Vehicles
Department:Augusta Public Transit
Department:Augusta Public Transit
Caption:A motion to approve the purchase of five (5) Paratransit Cutaway
Vehicles from National Bus Sales of College Park, Georgia. Bid
Item 16-120. (Approved by Public Services Committee April
12, 2016)
Background:This request is for the authorization to purchase five (5) Para-
Transit Cutaway Vehicles from National Bus Sales of College
Park, Georgia. The pricing for these vehicles was awarded
through a competitive bid process. National Bus Sales was
determined to be the most responsive and responsible bidder. The
bid is for a fixed price of $90,617.00 for each vehicle for a total
price not to exceed $453,085.00. This cost represents a change
from the original bid for some minor changes to include those
related to the Air Conditioner System and its extended warranty.
Analysis:These vehicles will replace aging vehicles that exceeded the 4
year/100,000 mile useful life established by the Federal Transit
Administration. The pricing for these vehicles include extended
warranties of five years on most components such as the chassis,
climate Control System, and Structure and Body Systems. After
negotiations and the completion of a cost analysis, the cost
proposed by National Bus Sales was considered to be fair and
reasonable.
Financial Impact:This purchase will be funded with local and federal grant funds
from the Transit Department’s 2016 Capital Budget. The allocated
funding breakdown is: Split Federal Local FTA Grant GA-90-X-
300 80/20 $198,891.20 $49,722.80 FTA Grant GA-90-X-307
80/20 $163,576.80 $40,894.20 Total $453,085.00 $362,468.00
$90,617.00
Alternatives:Purchase of these buses could be delayed. However, due to their
age, maintenance costs will increase and reliability will decrease.
Cover Memo
Additionally, if we do not use the funds approved by the federal
government in a timely manner we risk losing the funds. The
funding for these five (5) buses was approved by the federal
government from 2009 & 2010 FTA 5307 Apportionments.
Recommendation:Approve the purchase of Vehicles from National Bus Sales.
Funds are Available
in the Following
Accounts:
FTA Grant GA-90-X-300 and FTA Grant GA-90-X-307
REVIEWED AND APPROVED BY:
Cover Memo
SUBJECT: Purchase of Paratransit Cutaway Vehicles
CAPTION: A motion to approve the purchase of five (5) Paratransit Cutaway Vehicles from National
Bus Sales of College Park, Georgia.
BACKGROUND: This request is for the authorization to purchase five (5) Paratransit Cutaway Vehicles
from National Bus Sales of College Park, Georgia.
The pricing for these vehicles was awarded through a competitive bid process. National Bus Sales was
determined to be the most responsive and responsible bidder. The bid process was initiated and awarded
by the City of Augusta Public Transit Department. This bid is for a fixed price of $90,617.00 for each
vehicle for a total price not to exceed $453,085.00 This cost represents a change from the original bid for
some minor changes to include those related to the Air Conditioner System and its extended warranty.
ANALYSIS:
These vehicles will replace aging vehicles that exceeded the 4 year/100,000 mile useful life established by
the Federal Transit Administration. The pricing for these vehicles include extended warranties of five
years on most components such as the chassis, climate Control System, and Structure and Body Systems.
After negotiations and the completion of a cost analysis, the cost proposed by National Bus Sales was
considered to be fair and reasonable.
FINANCIAL IMPACT:
This purchase will be funded with local and federal grant funds from the Transit Department’s
2016 Capital Budget. The allocated funding breakdown is:
Split Federal Local
FTA Grant GA-90-X-300 80/20 $198,891.20 $49,722.80
FTA Grant GA-90-X-307 80/20 $163,576.80 $ 40,894.20
Total $453,085.00 $362,468.00 $90,617.00
ALTERNATIVES: Purchase of these buses could be delayed. However, do to their age, maintenance
costs will increase and reliability will decrease. Additionally, if we do not use the funds approved by the
federal government in a timely manner we risk losing the funds. The funding for these five (5) buses was
approved by the federal government from 2009 & 2010 FTA 5307 Apportionments.
RECOMMENDATION: Approve the purchase of Vehicles from National Bus Sales.
Invitation To Bid
Sealed bids will be received at this office until Thursday, January 14, 2016 @ 11:00 a.m. for furnishing:
Bid Item #16-120 Paratransit Vehicles for Transit Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department
ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535
Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business
hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday,
December 30, 2015, @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand
delivered.
No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and
shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual
terms and conditions, applicable to the procurement. All specific requirements contained in the
invitation to bid including, but not limited to, the number of copies needed, the timing of the
submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by
the Procurement Director. All requests to waive or modify any such material condition shall be submitted
through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for
approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle November 12, 19, 26, December 3, 10, 17, 24, 2015
Metro Courier November 18, 2015
Revised: 1/8/2015
ITEM
NO.DESCRIPTION QTY. UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL
1
Paratransit vehicles in
accordance w/ Section 3 -
Specifications
5 $81,848.00 $409,240.00 $78,854.00 $394,270.00 $63,285.00 $316,425.00
2
Maintenance Manuals 2 $400.00 $800.00 $200.00 $400.00 $0.00 $0.00
Schematics 2 $100.00 $200.00 $300.00 $600.00 $0.00 $0.00
Parts Manuals 2 $100.00 $200.00 $30.00 $60.00 $0.00 $0.00
Build Sheet 1 $150.00 $150.00 $0.00 $0.00 $0.00 $0.00
Operator's Manuals 5 No Charge No Charge $0.00 $0.00 $0.00 $0.00
3
Vehicle Warranty 5 No Charge No Charge $0.00 $0.00 $0.00 $0.00
Chassis Warranty 5 No Charge No Charge $3,715.00 $18,575.00 $0.00 $0.00
Climate Control Warranty 5 $2,000.00 $10,000.00 $980.00 $4,900.00 $0.00 $0.00
Wheelchair Lift Warranty 5 No Charge No Charge $0.00 $0.00 $0.00 $0.00
Structure & Body Warranty 5 $2,000.00 $10,000.00 $1,200.00 $6,000.00 $0.00 $0.00
Save Form
Year
$316,425.00
2016 2016
Manufacturer & Chassis No. for
Vehicles Bid
Warranties in accordance w/ Section 3-Item 12 includes
Starcraft Allstar GCII Elkhart Coach ECII
Yes
224523 860852
Attachment B
E-Verify #
Grand Total $430,590.00 $424,805.00
2016
Vendors
National Bus Sales
800 Pickens Dr
Marietta, GA 30062
Bid Item #16-120
Paratransit Vehicle
For Transit Department
Bid Due: Thursday, January 14, 2016 @ 11:00 a.m.
Total Number Specifications Mailed Out: 22
Pre-Bid Conference: N/A
Total packages submitted: 3
Total Noncompliant: 0
Transportation South
1400 McCain Parkway
Pelham, Al 35124
Alliance Bus Group
1926 Hyannis Court
College Park, GA 30337
Yes
742287
Yes
Yes
YesYes
The following vendor submitted a "No Bid Response:
Tesco / 6401 Seaman Rd / Oregon, OH 43616
Documentation Sets in accordance w/ Section 3-Item 1.6 includes
Addendum 1 Yes Yes Yes
2016 Chevolet Express
Chassis (Diesel)
Goshen Coach/Chevy
4500 Diesel
Elkhart Coach ECII/Ford
Ford E450, 6.8 Liter
Model
Page 1 of 1
AUGUSTA PUBLIC TRANSIT
PATRICK G STEPHENS
Director
February 8, 2016
GeriSams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augustia, GA 30901
Dear Ms. Sams,
Transit has reviewed the bids that were received regarding RFB #16-120 for Paratransit Vehicles. The
following information is provided for your review and feedback:
Bid Response Evaluation:* Alliance Bus Group was the lowest bidder @ 563,285.00 per bus.
Their offer includes specifications for a 6.8 liter gasoline engine and not a diesel engine. Our
specifications include a diesel engine. ln our response to questions, we stated that we would
only use a gasoline engine if diesel engines were not available. The bids received from the other
companies did include diesel engines. Therefore we would consider Alliance's bid as not
acceptable. We currently supply diesel fuel for our buses on site at our facility. lncluding the
gasoline engines in our inventory would require us to fuel off site. That arrangement is not
viewed as an option at this time.* Transportation South's bid does meet specifications, however their cost is S1637.00 more per
vehicle than National Bus Sales bid.{' National Bus Sales bid does meet Augusta's specifications and is the lowest bid particularty with
regard to being equipped with a diesel engine package.
Recommended Actions:* National Bus Sales be awarded the bid for Five (5) Paratransit vehicles.* We recommend that the Transit and Procurement Departments meet with National Bus Sales to
engage in best and final price negotiations.* A pre-production meeting should be setup to discuss all details and specifications related to the
bus build to ensure that they meet Augusta specifications with particular emphasis on the
following:
L. Floor plan #0134255 as offered is the desired configuration.2. The exterior paint details must be clarified and further discussed.3. lnterior seating should be vinyl or leather covering and not cloth.4. Need to further discuss the Q-straint Restraint Systems offered.5. Need to discuss warranty service. Augusta presently has buses supplied by National Bus
Sales. There has been difficulty getting service locally.6. Need to further discuss other aspects as appropriate
Augusta Public Transit
1535 Fenwick Street-Augusta, GA 30904
(7M) 8234400 - Fax (706\ 821-r7s2
'W'*'\M- AUCUSTAGA. COV
W
AUGUSTA PUBLIC TRANSIT
PATRICKG STEPIIENS
Director
Again the transit team appreciates all the help your staffhas provided us in helping us to improve Transit
inAugusta.
Augustl Public Transit
1535 Fenwick Street - Augusta, GA 30904
(7M) 8234400 - Fax (706) 82t-1752
l.W{W.AUGLTSTAGA.COV
Commission Meeting Agenda
4/19/2016 2:00 PM
Approval of Mutual Aid Agreement with Columbia County to Use GEMA Mobile Operations Center and
Land Mobile Radios
Department:EMA
Department:EMA
Caption:Motion to approve entering into a Mutual Aid Agreement with
Columbia County to use the GEMA Mobile Operations Center
and Land Mobile Radios in the event of emergency
communication failure. (Approved by Public Safety Committee
April 12, 2016)
Background:The GEMA Mobile Operations Center managed and operated by
Columbia County and Land Mobile Radios Mutual Aid
Agreements are used in time of emergency communication failure,
this includes phone lines and radios. The agreement for the Mobile
Operations Center allows access to the vehicle and the staff that
comes with the vehicle’s deployment. The radios agreement
allows access to the mobile radios Columbia County has on hand
should we need to communicate with Columbia County assets or
to be used if our radio communications network goes down with
the phone lines.
Analysis:
Financial Impact:
Alternatives:None at this time
Recommendation:To approve entering into a Mutual Aid Agreement with Columbia
County to use the GEMA Mobile Operations Center and Land
Mobile Radios in the event of emergency communication failure.
Funds are Available
in the Following
Accounts:Cover Memo
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
2016 - Planning and Zoning
Department:Finance Department - Fleet Management Division
Department:Finance Department - Fleet Management Division
Caption:Motion to approve the purchase of 5 vehicles for Augusta
Planning and Development Department from License and
Inspections Fund Balance (217-00-0000 fund). (Approved by
Finance Committee April 12, 2016)
Background:The Augusta Planning & Development Department would like to
request the purchase of 5 new vehicles to be used by additional
inspectors (see email attached). The 5 new vehicles will include:
two (2) Ford F150 4 x 2 pickup trucks; two (2) Ford F150 4 x 4
pickup trucks; and one (1) Ford Explorer.
Analysis:The Procurement Department published competitive bids using
the Demand Star electronic bid application for the 6,000 GVW
pickup trucks (Bid-15-239) and the mid-size SUV (Bid 15-182).
Bid 15-239 (4x2) results were as follows: (1) Allan Vigil Ford =
$22,901.00 each; (2) Bobby Jones Ford = $23,410.00 each; (3)
Fairway Ford = $22,254.00 each; (4) Langsdale Chevrolet =
$25,160.00 each; and (5) Master Buick GMC = $32,698.00 each.
NOTE: Bobby Jones Ford has agreed to match the lowest non-
local bidder’s price through the Local Vendor Preference program.
See Attachment Bid 15-239 (4x4) results were as follows: (1)
Allan Vigil Ford = $26,008.00 each; (2) Bobby Jones Ford =
$26,744.00 each; (3) Fairway Ford = $25,469.00 each; (4)
Langsdale Chevrolet = $28,419.00 each; (6) Master Buick, GMC
= $36,336.00 each NOTE: Bobby Jones Ford has agreed to match
the lowest non-local bidder’s price through the Local Vendor
Preference program. See Attachment Bid 15-182 results were as
follows: (1) Allan Vigil Ford = $27,579.00 each; (2) Bobby Jones
Ford = $28,804.00 each NOTE: Bobby Jones Ford declined to
match the lowest non-local bidder’s price through the Local
Vendor Preference program. See Attachment
Financial Impact:The two 4 x 2 pickup trucks will be bought for $22,254.00 each;
the 2 4 x 4 pickup trucks will be bought for $25,469.00 each; and
Cover Memo
the Ford Explorer will be bought for $27,579.00 for a total of
$123,025.00. The funds will be provided from the 217-00-0000
Fund balance of License and Inspections
Alternatives:1)Approve the requet, 2)Approve the request in part, 3)
disapprove the request.
Recommendation:Approve the purchase of 5 vehicles for the Augusta Planning &
Development Department.
Funds are Available
in the Following
Accounts:
Fund Balance of License and Inspetions 217-07-2210/5422210--
217-00-0000/1342210 use of revenue generated by this regulatory
fund is restricted to support the mission of the building inspection
function. The use of available fund balance for the purchase of
these vehicles is appropriate. dbw
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
2016 - Sheriff's Tahoe
Department:Finance Department - Fleet Management Division
Department:Finance Department - Fleet Management Division
Caption:Motion to approve the purchase of one emergency response
vehicle for the Richmond County Sheriff’s Office-Bomb Team
Division using Federal Grant funds. (Approved by Finance
Committee April 12, 2016)
Background:The Sheriff’s Office is requesting to purchase one Chevrolet
Tahoe for the purpose of transporting the bomb team crew
members in response to various bomb threats and activities
throughout the area.This response vehicle will be crucial in the
continuing effort of protecting the public by curtailing criminal or
terroristic activity through the use of their expertise in explosives
and other devices. Currently there is only one other vehicle being
used for this purpose. This acquisition, with funding provided by a
federal government grant, will be a tremendous asset in updating
the division’s response fleet.
Analysis:Fleet Management has requested use of the Georgia state bid
contract for the purchase of this vehicle. The state contract number
is 99999-SPD-ES40199409-0002 and assures the best pricing
throughout the state. The contract for this type vehicle is currently
held by Hardy Fleet Group, Inc. of Dallas, Georgia. Please see
attachment for pricing detail.
Financial Impact:The price for the vehicle and required accessories is $37,961. The
vehicle will be purchased entirely through use of a Georgia
Emergency Management Agency (GEMA) grant. (See
attachment)
Alternatives:1) Approve the request, 2)Disapprove the request.
Recommendation:Approve the purchase of one emergency response vehicle for the
Richmond County Sheriff’s Office-Bomb Team Division. Cover Memo
Funds are Available
in the Following
Accounts:
Federal Grant: 220-03-9244/5425310
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
2016 Sheriff's F-150
Department:Finance Department-Fleet Mangement Division
Department:Finance Department-Fleet Mangement Division
Caption:Motion to approve the purchase of one F150 pickup truck for the
Richmond County Sheriff’s Office-Criminal Investigation
Division with funds from the Sheriff’s Capital. (Approved by
Finance Committee April 12, 2016)
Background:The addition of the pickup truck versus an automobile is the
versatility of the truck. The sheriff has not received sufficient
capital funds in recent years to assist in keeping up his
investigator’s fleet, therefore, this purchase will be helpful in that
endeavor.
Analysis:The Procurement Department published a competitive bid using
the national Oniva Demand Star electronic bid application for the
6,000 GVW pickup trucks with the following results: Bid 15-239:
Allan Vigil Ford = $24,562.00; Gerald Jones Ford (formerly
Bobby Jones Ford) = $25,281.00; Fairway Ford = $24,408.00;
Langsdale Chevrolet = $25,838.00; and Master Buick GMC =
$34,098.00.NOTE: Gerald Jones Ford has agreed to match the
lowest non-local bidder’s price.
Financial Impact:The price for the pickup truck is $24,408. The vehicle will be
purchased with the sheriff’s 2016 capital outlay funds.
Alternatives:1) Approve the purchase 2)disapprove the purchase
Recommendation:Approve the purchase of one Ford F150 pickup truck for the
Richmond County Sheriff’s Office-Criminal Investigation
Division.
Funds are Available
in the Following
Accounts:
Capital Outlay: 272-03-2110/5422210 Cover Memo
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Continue Purchase of Public Official Liability Insurance 2016
Department:Risk Management
Department:Risk Management
Caption:Motion to approve Public Official Liability Insurance with RSUI
Indemnity Company, Option 1 for a premium charge of $68,695
for policy period April 19, 2016 to April 19, 2017. (Approved by
Finance Committee April 12, 2016)
Background:Current coverage has a $2,000,000 liability limit with an SIR (self
insured retention) of $250,000 for each claim Public Officials and
$250,000 each claim Employment Practices Liability. Public
Official Liability provides coverage for "wrongful acts" of the
public entity and wrongful acts of individuals who act on behalf of
the entity. A wrongful act means any actual or alleged breach of
duty, neglect, errors, misleading statements, omissions or
employment practices violation by an insured solely in the
performance of duties for the public entity. Augusta-Richmond
County has maintained continuous coverage since
1997. Acceptance of coverage gives additional protection to the
assets of public officials. Public Official Liability (POL) coverage
is claims made coverage which means any claim which may be
covered would need to be filed during the policy period.
Analysis:The Augusta Law Department (knowledge of decisions made by
the Commission which may lead to a claim against this coverage)
and Augusta Human Resources Department (knowledge of
grievances, separations from employment, etc. which may lead to
claims against the Employment Practices Endorsement to this
coverage) are the two areas responsible for filing claims against
this coverage.
Financial Impact:J. Smith Lanier & Company secured four quotes for this coverage.
These quotes provide $2,000,000 in coverage with a $250,000 SIR
(self insured retention). Quotes were received from RSUI
Indemnity Company, (current carrier) Option 1, “ A+” carrier for
a premium of $68,695, (Additional Def. Expense Limit
$1,000,000) Option 2, “A+” carrier for a premium of $75,565,
Cover Memo
(Additional Def. Expense Limit $2,000,000) Darwin Insurance
Company, “A” rated carrier for a premium of $93,600 (Additional
Def. Expense Limit $1,000,000) Ironshore Insurance Company,
“A” rated carrier for a premium of $63,567 Total limit of
$2,000,000 to include both settlement and Defense expenses Bond
Exclusions –Does not pick up bond coverage Prior and pending
litigation backdated to 4/1/2016 AIG Insurance Company A rated
carrier –Declined - unable to provide a complete quote. While
IronShore was the low bidder, they did not meet all bid
requirements including Bond exclusion, Telecommunication
Claims Defense exclusion and coverage backdated to April 1
2016.
Alternatives:Consider RSUI Option 2 above at Additional Defense Expense
Limit of $2,000,000 for $75,565 or, Rely totally on available
funds for the payment of any judgments which may be rendered
directly against entity's public officials.
Recommendation:Approve coverage quoted RSUI Insurance Company for a one
year period for a premium of $68,695 for $2,000,000 in coverage
and an SIR of $250,000.
Funds are Available
in the Following
Accounts:
611-01-5212/5231101
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
PnopoSAL oT INSURANCE
Alrio RISTMINIGEMENT
Ptepated fot:
Augusta, Georgia
Augusta Regional Airport Authority
Solid Waste Management Authority
PolicyPetiod: 4/19/16 to 4/19/17
Presented by:
Phil Harison, Jr.
YP/Managing Director
J. Smitb Lanier & Co.
ln*ring People and Brlrinest Sinrc l8(t8
SERVICE COMMITMENT
J. Smith Lanier & Co. is committed to the client. We enjoy what we do and it shows in our work. Some
of our more important qualities include:
r A Team Of Qualified Insurance Ptofessionals
Periodic evaluation of your insurance program
Certificates of Insurance
Policy forms, wording, and endorsements
Contracts (Insurance/Indemnification provisions)
Claims Management Services
Resolve coverage issues
Claims reporting procedures
Timely setdements
Engineering Services
Site surveys
Develop new or refined safety programs
Safety Training
Review Carier recommendations for feasibility and effectiveness
SERVICE TEAM
AtJ. Smith Lanier & Co., we believe the best way to effectively give your business the serrice it deserves is
through ^ te tn effort. Our client service team concept is designed to give you consistent, knowledgeable
service which can only occur by working with tained professionals.
J. SMITII LANIER A CO. -Augusta Diuision
2601 Commons Avenue
Augusta, GA 30909
Main Phone Number: 705-737-8811 Main Fax Number: 706-737-3413
Phil Harison, Jr.
oharis on@i smithlanier. com
Lisa Hamilton
lhamiltonfdi smithlanier. com
COMMERCIAL LINES TEAM
VP/Managing Director
Account Manager
706 434-2391
7067378811
706-737-8811
CLAIMS
Jerry Hedgepeth AIC, ARM, CIC Corporate Claims Director 770-874-4535
ihedseneth(aismithlanier.com
Mitzi McCoy
mmccov@ismithlanier.com
Claims Analyst
SCHEDULE OF NAMED INSUREDS
{Named Insureds Listed below may not apply to all coverages depending upon their insurable interest}
Special care must be taken to insure all legal entities of your business, including any LLC (Untited
Liabiliyt Corporation), )Y (Joint Ventur), and Partnerships. Many insurance policies do not cover these
entities unless they are specifically named on the policy. It is important to noti$, your agent if an entiry is
formed during the policy term. Let us know if one of your entities is not listed below.
Augusta, Georgia
Augusta Regional Airport Authority
Solid Waste Management Authority
PUBLIC OFFICIALS PREMIUM SUMMARY
INSURANCE CARRIER Best Rating Premium
RSUI Indemnity Co. - Option 1 A+ XIV $68,695
RSUI Indemnity Co. - Option 2 A+ XIV $7s,s65
IronShore Insurance Co.A XIV $63,567
Darwin Insurance Co.AXV $93,600
AIG Insurance Co.AXV Declined
Marketins Summarv Tetms & Conditions:
1) RSUI Indemniw Comoanv
Public Officials Limit: $2,000,000
EPL Coverage - Vendor Liabiliry Coverage for discrimination and sexual harassment
EPL Coverage - $100,000 Sublimit Defense Expenses Wage & Hour Claims
Telecommunications Claims defense expenses sublimit $ 1 00,000
Additional Defense Expense Limit of $1,000,000 for RSUI Option #\ or,
Additional Defense Expense Limit of $2,000,000 for RSUI Option #2
Amended Settlement Clause 70/30
Retention: $250,000 Each Claim Public Officials
$250,000 Each Claim Employment Practices Liabitty
Ptior and Pending Litigation backdated to 04/19 /97 fot Augusta, GA
04 / 19 / 03 Augusta Regional Airport Authority
08/01/04 Solid Waste Management Authority
2\ IronShore Insutance Co.
Public Officials Limit: $2,000,000
EPL Coverage - Vendor Liabiliry Coverage for discrimrnation and sexual harassment
OFAC Compliance Notice
Prior and Pending Litigation backdated to: 04/01/1.6
Non-Monetary Relief Exclusion with Sublimit - $250,000
Telecommunications Claims defense expenses E xclusion
Bond Exclusion
IronShore Insurance Co. - Continue
Retention: $250,000 Each Claim Public Officials
$250,000 Each Claim Employment Practices Liability
3) Darwin Insurance Company
Public Officials Limit: $2,000,000
EPL Coverage - Vendor Liability Coverage for discrimination and sexual harassment
EPL Coverage - $100,000 Sublimit Defense Expenses !7age & Hour Claims
Telecommunications Claims defense expenses sublimit $ 1 00,000
Additional Defense Expense Limit of $1,000,000
Amended Settlement Clause 70/30
Retention: $250,000 Each Claim Public Officials
$250,000 Each Claim Employment Practices Liability
Prior and Pending Litigation backdated to 04/19 /97 for Augusta, GA
04 / 19 / 03 Augusta Regional Airport Authoriry
08/01/04 Solid $7aste Management Authority
4) AIG Insurance Co. - Unable to orovide a comolete quote as their coverase form is
limited to the below subjectivities and thus does not meet the current policy terms and conditions.
Zortrng claims are defense only, subject to a $1M sublimit. There is no indemnity coverage.
Any zoning claim brought by or on behalf of a religious institution, is subject to a $500k SIR
Any front and back wages awarded as part of an EPL suit are subject to a 50 / 50 co-insurance
deductible.
A.M. BEST RATING SCALE
GUIDE TO BEST'S FINANCIAL STRENGTH RATINGS
A Best's Financial Strength Rating is an independent opinion of an insurer's financial strength and ability to meet its ongoing insurance policy and
contract obligations. The rating is based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating
performance and business profile.
Financial Strength Ratings
Rating Descriptor Definition
o
(,oat,
A++, A+Superior Assigned to companies that have, in our opinion, a superior ability to meet their ongoing insurance obli
dations
A, A.Excellent Assigned to companies that have, in our opinion, an excellent ability to meet theirongoing insurance
ohlioalions
B++, B+Good Assigned to companies that have, in our opinion, a good ability to meet their ongoing insurance obliga-
lions
I.ct
EoE
B, B-Fair Assigned to companies that have, in our opinion, a fair ability to meet their ongoing insurance obliga-
tions. Financial strength is vulnerable to adverse changes in underwriting and economic conditions.
C++, C+Marginal Assigned to companies that have, in our opinion, a marginal ability to meet their ongoing insurance obli
gations. Financial strength is vulnerable to adverse changes in undeMriting and economic conditions.
C, C.Weak Assigned to companies that have, in our opinion, a weak ability to meet their ongoing insurance obliga-
tions. Financial strength is very vulnerable to adverse changes in undeMriting and economic conditions
D Poor
Assigned to companies that have, in our opinion, a poor ability to meet their ongoing insurance obliga-
tions. Financial strength is elitremely vulnerable to adverse changes in underwriting and economic con-
ditions.
E
Under
Regulatory
Supervision
Assigned to companies (and possibly their subsidiaries/affiliates) placed under a significant form of
regulatory supeNision, control or restraint - including cease and desist orders, conservatorship or reha-
bilitation, but not liquidation - that prevents conduct of normal, ongoing insurance operations.
F ln Liquidation Assigned to companies placed in liquidation by a court of law or by a forced liquidation.
S Suspended
Assigned to rated companies when sudden and significant events afiect their balance sheet strength ot
operating performance and rating implications cannot be evaluated due to a lack of timely or adequat€
Ratinq Modifiers
Modifier Descriptor Definition
u Under Review lndicates the rating may change in the nearterm, typically within six months. Generally is event driven, with
positive, negative or developing implications.
pd Public Data lndicates rating assigned to insurerthat chose not to participate in A.M. Best's interactive rating process.
(Discontinued in 2010)
lndicates rating assigned to a Lloyd's syndicate.sl
Outlooks
Syndicate
lndicates potential direction of a Financial Strength Rating over an intermediate term, generally defined as 12 to 36 months.
Positive lndicates possible rating upgrade due to favorable financial/market trends relative to the current rating level.
Negative lndicates possible rating downgrade due to unfavorable financial/market trends relative to the current rating level.
Stable lndicates low likelihood of a rating change due to stable financiaumarket trends.
Not Rated Designation
NR: Assigned to companies that are not rated by A.M. Best.
Rating Disclosurc
A Best's Financial Strength Rating opinion addresses the relative ability of an insurer to meet its ongoing insurance obligations. The ratings are not
assigned to specific insurance policies or contracts and do not address any other risk, including, but not limited to, an insurer's claims-payment
policies or procedures; the ability of the insurer to dispute or deny claims payment on grounds of misrepresentation or fraud; or any specific liability
contractually borne by the policy or contract holder A Best's Financial Strength Rating is not a recommendation to purchase, hold or terminate any
insurance policy, contract or any other financial obligation issued by an insurei nor does it address the suitability of any particular policy or contract
for a specific purpose or purchaser ln arriving at a rating decision, A.M. Best relieson third-party audited financial data and/or other information
provided to it. While this information is believed to be reliable, A.M. Best does not independently verify the accuracy or reliability of the information.
For additional details, see A.M. Best's lerms of Use al www. ambest.com.
Best's Financial Strength Ratings are distributed via press release and/or the A.M. Best V\reb site at www.ambest.com and are published in the Credi,
RatingActions section of 8estt4/eeko. Best's Financial Strength Ratingsareproprietary and may not be reproduced without permission.
Copyright O 2013 by A.M. Best Company, lnc.Version 021 71 2
DISCLAIMER
Propual
J. Smith Lanier & Co. thanks you for the opportunity to discuss your insurance and risk management program. This summary is a brief
overview of that program and is based on the exposu(e information you ptovided. Please refer to the pohcies for complete terms, conditions,
limitations, definitions, and exclusions.
We have evaluated your exposures to loss and developed this proposal based upon the information that you have provided to us. If you are
aware of other areas of potential exposure that need to be evaluated or of additional information of which we should be awarc prior to
binding of coverage, please bring the other areas or additional information to our attendon xs soon as possible. Should any of your exposures
change after coverage is bound, please noti$ us immediately.
Client Contrads
In the event that you enter into a contract that ha^s specific insurance requirements,J. Smith I-anier & Co. will review )'our contract, but only
in regards to the insurance requiremeots of the contract. The scope of our review will be to determine if the cwrent insurance proS'ram which
yo,, h"rr" placed through our agency ad&esses the t)?es and amounts of insurance coverage referenced by the contract. We will identify the
signifrcant insurance obligations aod will provide a summary of the changes required in your current insurance Program to meet the
requirements of the contract. Upon your authorization, we wiil make the necessary changcs in your insurance program. We will also be
available to discuss aoy insurance requirements of the contract with your attomey, if desired.
In performing a contract review,J. Smith Lanier & Co. is not providing legal advice or a legal opinion conceming any portion of dre contract.
In addition, J. Smith Lanier & Co. is not undertaking to identi$ all potential liabiiities that ma)' arise under any such contracts. A contract
review is provided solely for your information and should not be relied upon by third parties. Any descriptions of the insurance covera{Ies are
subiect to the terms, conditions, exclusions, and other provisions of the cofltract and of the insurance policies and applicable regulations,
rating rules or plaos.
Conpensation Di$torsn (nckdiryNea York Rcgalatiott 1 94 Diclovre)
J. Smith Lanier & Co. is an insurance producer domiciled ,rr the State of Georgia and licensed to sell insutance in additional states (iflcluding
New York). Our licensed insurance producers are authorized by law to confer with you regardrng the benefits, terms and conditions of
ilsurance conttacts; to offer advice conceming the substantive benefits of particular insurance contfacts; to sell insurance; and to obtain
insurance for purchasers. Our role in any particular insurance transaction typically involves one or rnore of these activities. Except in cases
whereJ. Smith Lanier & Co. has a specific fee agreernent to receive compensation from a client, we customarily receive compensadon from
insurer-. for our professional servicei in the form of a commission, which normally consists of a percentage of the premium collected by the
insurers.
J. Smith Lanier & Co. may also receive additional compensation, under agreements with one or more insurers and/or insurance
Ltermediaries, in the form oi commission overrides or based on some combination of volume, profitability or other factors. We will receive
compensadon in connecdon with the sale ofinsurance products based upon the t,?e ofinsurance contract that we sell and our arrangement
with the insurer. Depending on the insurer and insurance contract that you select, compensation may be paid to J. Smith Lanier & Co. by the
insurer selling the itr.nrancelontract or b)' another third party. Such compensation may vary depending on a number of factors, including the
insurance aorrt oat and the insurer the purchaser selects. In some cases, other factors such as the volume of business a producer provides to
an insurer or the profitability of insurance contracts a producer provides to an insurer also may affect compensadon'
At your request, we will be pleased to provide you with information about compensation expected to be received byJ. Smith Lanier & Co.
based i, whole or in part orthe sale of insurance to you and (if applicable) compensation expected to be received by us based in whole or in
part on any altemative quotes presented to you by J. Smith I-anier & Co.
Collection D*closurc
If this prgposal results in your cornmitment to purchase ofle or more of the insurance products described in this proposal, J. Smith Lanier &
Co. will submit to you, or caused to be submined to you, an invoice for the insuraoce premiums asso&ted with such insurancc products.
You are responsible for payment io full of the premium arnounts set forth on our invoices within the payment tetms set forth on the invoices.
In the event that J. Smith Lanier & Co. or its designee commenccs legal action to collect arnounts due under outstanding invoices or to
enforce its rights gnder any insurance contracts, you will be responsible for payment of all reasonable attomeys' fees, court costs and exPense-s
1xH:.;,"
j. Smith t,mier & Co. in collectinll past duc mounts pursumt to such invoices or othemise enforcing its legal rights under such
ADDITIONAL RECOMMENDED COVERAGES
\We have been dependent upon information provided by you to evaluate your exposures to loss. However,
if there are other areas that need to be evaluated, please bring these areas to our attention. Specifically,
we ask thatyou rcuiew and considet the following items:
HIGHER LINIITS: In today's litigrous society, many businesses have found it necessary to increase their lirnits of
liability to ensure adequate protection for thek assets in the event of a loss. Higher limits of liability
may be available. To ensure your level of comfort, please carefi:lly review the limits of coverage
shown in this proposal
EMPLOYEE Loss of Nloney, Securities and Other Property caused by dishonest acts of your
DISHONESTY: employees.
C\BER Despite a company's best effort to secure its computer systems, hackers, cyber thieves
LIABILITY: and cyber terrorists continue to successfully break into networks and cause catastrophic financial
Iosses including the ft of personal and client information. Cyber LiabiJity (Internet Liability
Insurance) 21d l![6r]ia Liability Insurance covers loss caused by fraudulent alteration or destruction
of electronic information such as malicious copying of uade secrets, extordon, loss of business
income caused by virus or destruction of electronic information, network secudty, etc.
POLLUTION Businesses are legally iiable when environmental contamination originates from site or activiq'-related
business operations. Environmental risk exists even if a business operation is firlly compliant v/ith the
proper permits and procedures. Potential contamination from chemicals and materials used in normal
business operations can linget in the soil and water for yeats. Accidents and ensuing legal suits from
third-party claims for personal damage; bodily injury and property damage compensation arc the #l
source of environmental insurance claims. Environmental/Pollution insurance offers a cost efficient
safety net that protects against damages resulting from a range of exposures both on and off- site
operations as well as during transporation (owned & non-owned).
FIDUCIARY The Employee Retirement Income Security Act of 1974 imposes personal
LIABILITYI liability on Fiduciaries of employee welfare plans for acts of mismanagement
or errors in ludgment. Fiduciary Liability Insurance covers such personal liability and includes
Employee Benefits Liabiliq' which insures the corporation against claims arising out of efiors ot
omissions made in the administration of Employee Benefit Plans.
POLICE PROF. Provides Professional Liability coverage for an entities Law Enforcement activities while performing
LIABILITY their professional duties. The policies cover such perils as false arrest, civil rights violations and Hot
Pursuit.
AUTHORIZATION TO BIND
Named Insured: Augusta, Georgia;
Augusta Regional Airport Authority
Solid Waste Management Authority
Choose the appropriate option:
tr I hereby authorizeJ. Smith Lanier & Co. to bind my coverage per the terms and conditions outlined in this Proposal.
AuthoiT,ed Signatare Date
tr I hereby authorize J. Smith Lanier & Co to bind my coverage with changes as stated below. I understand these changes
may result in possible additional underwriting requirements or more/less premium.
Authoiied Signanre Date
Commission Meeting Agenda
4/19/2016 2:00 PM
James Reed
Department:Clerk of Commission
Department:Clerk of Commission
Caption:Motion to approve the request for refund of taxes in the amount
of $2,760.49 by Mr. James Reed on behalf of his mother, Ms.
Pensecola Reed, regarding an error involving her senior
exemption dating back to 2003. (Approved by Finance
Committee April 12, 2016)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Minutes
Department:
Department:
Caption:Motion to approve the minutes of the regular meeting of the
Commission held March 30, 2016 and Special Called Meeting
held April 12, 2016.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Z-16-15
Department:Planning Commission
Department:Planning Commission
Caption: Z-16-15 –A request for concurrence with the Augusta Planning
Commission to approve with the conditions stated below a
petition by Manpreet Singh, on behalf of Bush Field Aircraft
Company, requesting a change of zoning from Zone A
(Agriculture) and Zone HI (Heavy Industry) to Zone LI (Light
Industry) containing 3.68 acres and is known as 3980 and 3982
Mike Padgett Highway. Tax Map 184-0-081-03-0 and 184-0-085-
00-0 –DISTRICT 1 1. The only use shall be a convenience
store and truck parking only. 2. Ensure that the property complies
with all aspects of the Tree Ordinance and applicable landscaping
standards. Retain a minimum of 25 feet of the existing trees and
erect and maintain a six (6) foot privacy fence along the northwest
property line. 3. The project site plan must comply with any other
ordinances and regulations in effect at the time of construction.
4. The owner must extend, at their expense, the sanitary sewer
line to the subject property and connect to the service, following
the guidelines and specifications of Augusta Utilities. 5. All curb
cuts must be approved by the Traffic Engineering Department.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:Cover Memo
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Framework for expanding our participation in the Film Industry
Department:Administrator's Office
Department:Administrator's Office
Caption:Authorize Law Department to draft a Memorandum of
Understanding among Augusta, the Augusta Convention and
Visitors Bureau (CVB), and the Augusta Film Office, Inc., a non-
profit, for enhancement of film and entertainment business
development in Augusta. (No recommendation from Public
Services Committee April 12, 2016)
Background:The State Economic Development Department, which houses the
State’s Film Office, seeks one governmental liaison in each of
Georgia’s Counties as the Camera Ready liaison with the State,
for two primary purposes: (1) to provide information on the
venues, businesses and services available for film production in
their County, and (2) to serve as a one-stop-shop in coordinating
permits, requests for service and other needs of production
companies considering a project in that County. The Augusta
Convention and Visitors Bureau (CVB) has served as the Camera
Ready Film office for Richmond County for many years. They
have not dedicated specific staff just for this purpose, and the only
dedicated budget is $9500 since 2013 to furnish photographs to
the State’s Reel Scout database. (See Attachment #1) Recently, a
local non-profit group, the Augusta Film Office, Inc. (AFO), was
formed by a group of local businesses serving film production, to
promote the growth of local business capacity to serve this
growing industry in Georgia. AFO has also provided many of the
same services as the CVB. AFO has requested that the City
consider establishing its own Film Office, and consider them to
staff this new office at no cost to the city for 12 months. (See
Attachment #2) The film industry has grown in Georgia due to
economic incentives offered by the state. Georgia offers a
corporate income tax credit of 20% based on a minimum
investment of $500,000 in production expense in Georgia, which
may be cumulative among various projects. An additional 10%
credit is available if filmmakers place the Georgia logo and
promotional information in their production. The tax credit can be
used against state income tax liability or the company’s payroll
Cover Memo
withholding. Georgia started these incentives in 2008, and they
do not have an expiration date. The state estimated $6 billion in
economic impact in FY 2014-15; but they don’t break that down
by city or region. While we have had films, television shows,
and commercials filmed here over the last several years (See
Attachment #3), there is concern that we do not yet have the crew
depth, or the critical mass of trained technicians, talent, stages,
equipment, and other support services to become a major player in
the film industry. Hence, a primary focus of our efforts should be
working with Augusta Technical College and others to build our
capacity to attract larger projects. Similarly, we have not
developed a strategy to attract films, or identify the specific size of
type of films we want to attract. We should develop a “film
friendly” approach, to include low or no fees, incentives, top notch
customer service, etc., to ensure that we stand out. In addition,
Augusta has not been a member of the Association of Film
Commissioners International (AFCI). They have trade shows for
communities that want to do direct marketing and recruitment. An
organization would have to have local government sponsorship to
join. Thus one of AFO’s reasons to request being designated the
Augusta film office is so they can join; CVB is willing to join if
asked and sponsored by the City. Finally, it is notable that
Augusta has made at least one preliminary venture in this arena,
during 2001. At that time, former Mayor Bob Young considered a
business plan written by the CVB (See Attachment #4), but there
is no evidence that the Commission ever discussed it in a formal
meeting.
Analysis:There are 3 main business models for how these services are
delivered throughout the State of Georgia: (1) CVB offices serve
as the Camera Ready Film office in the majority of the counties;
(2) a city or county office is created, as in City of Atlanta and City
of Savannah; (3) a collaborative is created among either the
Development Authority, Chamber of Commerce, CVB and/or
city/county government to jointly serve the film business and to
market local opportunities. The State Film Office suggested that
some of the more successful local film efforts (aside from the City
of Atlanta) are those of Savannah, Rome/Floyd County,
Covington/Newton County, and Conyers/Rockdale County.
Below is information on two of these, as well as our neighboring
Columbia County. These 3 locations provide good examples of
the primary business models: City department, CVB, or
collaborative partnerships among local agencies. City of Savannah
Has a Film department with 4 staff members. They are budgeted
from local tax dollars to market the film business; they are
members of AFCI; and they serve as the Camera Ready film
office on behalf of the City and Chatham County. Their Economic
Development Authority assists with some marketing funds.
Savannah has also created several local financial incentives for the
film business in addition to what the State provides as tax credits.
Cover Memo
They jointly funded a web site, Savannahfilm.org, which provides
production companies with on-line permit applications, with
support services information, and descriptions of the incentives
offered. The City does not charge any permit fees, only out-of-
pocket expenses such as law enforcement overtime/security
expenses, as the City’s primary goal is to grow the film business
in Savannah. (See Attachment #5.) City of Rome Provides its
Camera Ready film office through the CVB, which also houses
the local Sports Commission, and manages several annual events.
All of their funding is provided from local hotel/motel taxes, with
some program revenue for tours and sponsored events. They do
not budget for marketing, because the amount of location film
business is very unpredictable. They are not members of AFCI.
They have a network of local businesses that support film
production, either with office space, services or staffing; the CVB
serves as the one-stop-shop/coordinator of the logistics. They
charge just $10 for permit fees, and then coordinate with all city
and county agencies based on the CVB’s knowledge and
relationship with all of the local agencies. Film companies cover
any out of pocket expenses like security. The City does not have
an Ordinance establishing these programs. Columbia County
Created a film office in March of this year, and staffs its local
Film office jointly among the Development Authority, the CVB
and the County government. They adopted a MOU to clarify each
of their roles. The CVB serves as the State Camera Ready
designee, and coordinates as local liaison any permits needed for
productions, as well as maintains their database of local
resources/venues/businesses available. The Development
Authority joined AFCI and is going through the certification
process to attend their trade shows and to market the opportunities
in Columbia County; in addition, the Development Authority is
familiar with the State’s incentive programs. Columbia County’s
approach is that they rely on the strengths of each of their local
partners to support, recruit and assist productions. Whenever
inquiries come to the Camera Ready office from the State, they
are shared among the 3 partners to support and assist as needed.
(See Attachment #6) Attached are the following documents:
Attachment #1: Summary of current CVB role and list of projects
Attachment #2: Proposal from Augusta Film Office, Inc.
Attachment #3: List of Film Projects Attachment #4: 2001
Business Plan Attachment #5: Savannah Ordinance and Budget
Attachment #6: Columbia County MOU Attachment #7:
Recommended Film Services Framework
Financial Impact:None anticipated in 2016. The CVB/AFO partnership would
likely request up to $80,000 in 2017 to implement a more
intentional business development effort.
Alternatives:Create an Augusta, Georgia Film office. This would create new
expense for the government administration, and would no longer
Cover Memo
leverage the funds being expended currently by the CVB on
Camera Ready Film liaison and marketing work. Develop a
Memorandum of Understanding among the CVB, as the official
Camera Ready film office for Augusta; the AFO, Inc. as a local
non-profit dedicated to film industry business development,
promotion and marketing; and Augusta, Georgia government, to
enhance the development of this business and economic
opportunity in Augusta. This alternative could include providing
additional funding to the CVB for this purpose. Create a Film
Office or Commission which is completely separate from the local
government or CVB. Macon has taken this approach; one of their
primary duties is coordination of an annual film festival. This
framework does not allow us to take advantage of the
opportunities for collaboration that many other cities have.
Recommendation:Authorize Law Department to draft a Memorandum of
Understanding among Augusta, our CVB, and the AFO for
enhancement of film and entertainment business development in
Augusta. (See Attachment #7.) This approach allows us to
capitalize on the experience and official Camera Ready
designation of the CVB, while also utilizing the dedicated staff
resources of the AFO. In addition to carrying out the tasks they
have been doing, they would also work to build capacity so that
our community can be prepared to offer the crews and production
resources film makers need. In the long term (24 months+), if we
are successful in attracting more and larger budget films,
commercials, music videos, etc., we should then consider creation
of a city department such as that in Savannah.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Acquisition of Easement for Properties located at River Watch Road Way Lights - Location 2 & 3
Service Points
Department:Engineering
Department:Engineering
Caption:Review and approve Riverwatch Lights - Location 2 & 3 Service
Points, as requested by Georgia Power. Hereby grant and convey
to said company the privilege and easement to go in, upon, along
and across that tract of land owned by Augusta, Georgia as 1420
Eisenhower Drive and 1557 Riverwatch Parkway.
Background:The rights herein include and embrace the right to clear an keep
clear all trees and other obstructions located within fifteen (15')
feet of the distribution pole line, plus the right to install and
maintain anchors and guy wires as needed in the construction and
maintenance of the mentioned distribution line.
Analysis:The rights are necessary for the maintenance.
Financial Impact:$10.00
Alternatives:Deny the motion for the maintenance.
Recommendation:Approve the motion for the maintenance.
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Cover Memo
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
ADA Presentation
Department:Engineering
Department:Engineering
Caption:Receive presentation on Americans with Disabilities Act
(ADA) plans from Cranston Engineering as requested by AED.
Background:Cranston Engineering is under contract with AED to prepare plans
and recommendations for ADA in public rights-of-way.
Analysis:N/A
Financial Impact:N/A
Alternatives:N/A
Recommendation:N/A
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Asphalt patch repair, concrete curb and sidewalk repair replacement for Utilities
Department:Utilities
Department:Utilities
Caption:Approve adding $40,000 to Georgia-Carolina Paving purchase order for
repairs to asphalt and concrete paving that are necessary after utility
repairs have been made. This contract will allow timely and professional
repair of paving cuts.
Background:On May 5, 2015 the Augusta Commission approved to award the bid for
repairs of asphalt and concrete which has been removed for repairs to
utility lines to Georgia-Carolina Paving, the lowest responsive bidder to
Bid Item #14-209, for a one year contract. The department is in the
process of submitting bid specifications to the Procurement Department
for a new bid. This money will allow the Utilities Department to
operate until the new contract is bid and awarded.
Analysis:Approval of this addition to the purchase order will allow the Utilities
Department to move forward with restoring roadways, driveways and
sidewalks in a timely manner after utility cuts have been made for repairs.
Financial Impact:Funds are available in account 506043410-5311912
Alternatives:Delay work until the new contract is bid.
Recommendation:Approve $40,000 amendment to the Georgia-Carolina Paving.
Funds are Available in
the Following
Accounts:
Funds are available in account 506043410-5311912
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Augusta Village at Riverwatch Easement Exchange Deed and Maintenance Agreement
Department:Utilities
Department:Utilities
Caption:Consider approving an Easement Exchange Deed and
Maintenance Agreement with Augusta Village at Riverwatch,
LLC and GTC Riverwatch, LLC.
Background:Augusta Village at Riverwatch, LLC and GTC Riverwatch, LLC
constructed the Georgia Theatre. In order to situate the building on
the site, they had to relocate a section of the existing sanitary
sewer, which is owned by Augusta, to a new location. Permission
was granted, with the condition that they dedicate an easement
over the new sanitary sewer, to Augusta. It was also agreed that,
upon this dedication, Augusta would abandon that section of the
old sanitary sewer easement.
Analysis:The new sanitary sewer section has been constructed, inspected
and passed all testing. An easement is needed over it, so that it can
be a part of the public utilities system. The old section of sewer
has been removed and, therefore an easement of it serves no
purpose.
Financial Impact:N/A
Alternatives:Disapprove the Easement Exchange Deed and Maintenance
Agreement with Augusta Village at Riverwatch, LLC and GTC
Riverwatch, LLC.
Recommendation:Approve the Easement Exchange Deed and Maintenance
Agreement with Augusta Village at Riverwatch, LLC and GTC
Riverwatch, LLC.
Funds are Available
in the Following
Accounts:
N/A Cover Memo
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
ABOVE Rf,Sf,RVED FOR CLERK'S USEI
AFTER RECoRDING, PLEASE RsIUpN To:
Augusta Law Dcpartment
520 Grecne Strcct
Augusta, Gcorgia 30901
Attention; Kayla Cooper
STATE OF GEORGIA
RTC}IMOND COUNTY
EASEMENT DEED OF DEDICATION AND
AN ABANDONMENT OF AN EXISTING EASEMENT
(Easement, Exchange)
GEORGIA THEATRE A}TD AUGUSTA VILLAGE AT RTVERWATCH
(Parcel ldentification Number 008-2-002-00-0 and 008-0-010-10-0J
THfS INDEMIURE, made and entered into this day of '.24L6,
between AUGUSTA VILLAGE at, RIVERWATCH, LLC, a Delaware Limj-ted Li:rb:L1ity
Company and GTC RMRWATCH, LLe, a Georgia Limited Liability Compan,r.hereinafter referred to as DEVELOPER and AUGUSrA, GEORGIA, a poliuir:al
subdivision of the State of Georgia, hereinafter referred to as AtIGIISTA;
WITNESSETH:
WHEREAS, AUGUSTA does own a certain sanltary sewer easement andappurtenances, orr Ehe above referenced parcels of Iand, by Easemerrt Deed ofDedication of Augusta Village at, Riverwatch, LLC and ?he MGHemi-ng (:lroup,
Page L of 5
Inc. , dat,ed December
the Superior Court of
4032-L039; and
18, 20].2 and recorded in the
Richmond County, Georgia, in
Office of the C"Ierk of
Record Book 73'7't , Pages
WHEREAS, during t,he development of said parcels of land, DEVELOPE,II didreroute and relocate a section of said sanitary sewer pipeline; ancl
WHEREAS, DEVEIJOPER wishes to grantr AUGUSTA an easements over the n{}vrly
rerout,ed and relocated section of the sanitary sewer pipeline; and
WHEREAS, DEVELOPER requests that AUGUSTA abandon the existing eEsrilrrrert overthe sect,ion of sanitary sewer easement and pipeLine that was rerorlt ad andreLocat,ed; and
WHEREAS, AUGUSTA has agreed Eo such abandonment and exchange of eers3mentsi
NOW THEREFORE:
AUGUSTA, its successors, assj-gns and lega1 representatives, does tre:reby
abandon Ehat section of the existing sanitary se$rer easement, fronr,)oint Ato Point B, shown as t'Easement c", on a two sheet pJ-at prepared b1' l{ & cSurveying, Inc. for The Board of Commissioners of Augusta-Richmonci r)ounty,
dated November 10. 2015, and made a parE hereof, to which referencre is madefor a more accurate and complete description of the metes, bounds arrdcourses. AUGUSTA and does, by this documenL, convey any and all:lirJhts andprivileges it has, or may have, in and Eo that secEion of the exisit:-ng
easement unto DEVELOPER; and
rN EXCHANGE
DEVEIJOPER, j-ts successors, assigns and 3-ega1 representatives, doe$ l:rerebygrant, bargain, seII and convey unto AUGUSTA, its successors, assi.gl:rs andIega1 represent,atives, a.n exclusive utility, access and maintenanc:e
easement,s, 20 feet in width, as show:t on said pl-at,, marked'rEasem€lnl:, No. 1'rand I'Easement No. 2rralong with the pipeline and appurtenances cons'l:.ruct,ed
Page 2 of 5
wit,hin said easement; said easemenL being f or the purpose of layin'3
adding, relaying, expanding, ad.ding, installing, ext,ending, operatirrg,
repairing and maint,aining pipelines t,ransporEing and carrying utilil:y
services for AUGUSTA.
DEVELOPER does also grant unto AUGUSTA, it,S SUCCeSSOTS, aSSigns arid 1egal
representatives, Ehe right, but not the duty, to clear and keep cl.eirr all
t,rees, undergrowth and other obsEructions from said easemenL, for a.LI
purposes stated herej-n, along with the free right of ingress and eg::ess to
and from said easement, for these purposes.
DEVEL,OPER further grant,s unto AUGUSTA the right t,o stretch communi.cirtion
lines, ot other Ij-nes, within bhe easements, for the use of AUGUSI'A its
assigns, representatives, agents, and desigineeS, upon or under sai'd land,
within said easements, with the necessary cables, wires, apparatusr,
fixtures and. applj-ances,. and with the right to assign said easement in
whole or in pare.
DEVELOPER does agree that no other utility, pipeline, cables, wir€rs ' or
other intrusions, may be consLructed within the aforesaid easements in
perpetuity.
AUGUSTA does hereby agree that DEVELOPER, ils successors, legaI
representatives and assigns, shall have the right to use said parce.L of
Land in any manner not inconsistent or interfering with the right'sr lrerein
granted, excluding, however, the right to p3-ant, Lhereon any Erees o:t other
vegetation Ehat may int,erfere with t,he l-aying, relaying, insEalling'
adding, extending, operating, repairing and maintaining of pj-pelirres
transtorting and carrying utility services. ALSO EXCLUDED is the r:Lght to
erecE, construct or maintain thereon any buildings, structures, or r>ther
permanent lmProvements.
IN WITNESS WHEREOF, DEVELOPER and AUGUSTA have caused these preserltr] to be
executed the day and year first above written as Lhe date of thes<:
presents.
Page 3 of 5
Signed, sealed and delivered in our presence:
AUGUSTA VILI,AGE AT RIVERWATCII, I,LC
By: Lur-,s"Srfr-x ^= ._
\ . t , 'i n-e ". .-\, -1-t
-Md_ county, stat,e otrAilLW
(NoEary Seal-)
My Commission Expires ,e*, 1lotl Attest, z ,/ 1".,
N ^ GTC RIVERWATCH, IJLC
Bv: I L, fl@t,/
rirre, ? r.dl*f
/) tA/thn CounEy, St,ate
--My Commission Expires:ffi
,"r"W
/
Printed Name:
Print,ed Name:
Title, fl".- ,
NOTARY PUBLIC
STATE OF NEW JERSEY
ritle ,€Xrru l-
ACCEPTED:
AUGUSTA, GEORGIA
By:
WITNESg Hardie Davis , ,Jt.
As It,s: MaYor
NOTARY PUBLTC
Rictrmond County, Georgia
My Commission ExPires:
(Not,ary Seal)
Page 5of5
Attest:
Clerk of Commission
(SEAL)
STATE OF GEORGIA
COUNTY OF RICHMOND
MAINTENANCE AGREEMENT
GEORGIA THEATRE and AUGUSTA VILLAGE AT RIVERWATCH
Parcel ldentification Numbers 008-2-002-00-0 and 008-0-01 0-1 0-0
(A Section of Sanitary Sewer System)
THlSAGREEMENT,enteredintothisdayof-,2016,byarrd
bEtwCEn AUGUSTA VILLAGE AT RIVERWATCH, LLC and GTC RIVERWATCH, LLC,
hereinafter referred to as the'DEVELOPER", and AUGUSTA, GEORGIA, a political subdiyisiion
of the State of Georgia, hereinafter refened to as .AUGUSTA":
WTNESSETH
WHEREAS, the DEVELOPER has requested that AUGUSTA accept a newly rerouterl
and relocated section of gravity sanitary sewer system, on the above referenced parcels of li;nd,
as shown by the Easement Deed of Dedication, contemporaneously tendered and recordcd in
the office of the Clerk of the Superior Court of Richmond County, Georgia, with this docunrerrt;
and
WHEREAS, AUGUSTA has adopted a policy requiring the DEVELOPER to maintarin
those installations and systems laid or installed in the said subdivision, which AUGUSTA doers
accept by Deed, for a period of eighteen (18) months;
NOW THEREFORE, in consideration of the premises, the expense previously incurrrird
by the DEVELOPER and the mutual agreement hereinafter set out, lT lS AGREED that:
(1) AUGUSTA accepts the section of gravity sanitary sewer system for the Gecrgia
Theatre development (hereinafter referred to as'improvements'), respectively described in sirid
Deed of Dedication contemporaneously tendered herewith to the Augusta-Richmond County
Commission.
(2) The DEVELOPER agrees to maintain said improvements for a period of ei1ih1:een
(18) months from the date of the approval of this document by the Augusta-Richmond Count:y
Commission.
(3) The DEVELOPER agrees that, if during the said eighteen month period therre is a
failure of said improvements due to failure or poor workmanship, the DEVELOPER shall h,g
responsible for adequate maintenance and repairs, and shall perform and complete such
maintenance and repairs within a reasonable time, as determined by AUGUSTA.
(4) ln the event of such failure of the improvements, AUGUSTA shall notify the
DEVELOPER and set forth in writing the items in need of repair. The DEVELOPER shall
present, within fifieen (15) business days of the date of said writing, its proposed plan of rrirp;;tir
and shall have the repairs completed in a reasonable time, as determined by AUGUSTA.
(5) lf, in the event of an emergency, as determined by AUGUSTA, the DEVELT:)F'ER
is unable to respond in a timely manner, AUGUSTA shall be authorized to erect banicadeti,
traffic direction devices and such other temporary measures as are necessary to remedy lher
emergency nature of the problem at the DEVELOPER'S expense and allow the DEVELOII:P|I
time to make the needed repairs.
(6) ln the event the DEVELOPER fails to comply with the terms of this agreemttnl,
then AUGUSTA shall proceed to have the necessary corrective work done, and the
DEVELOPER agrees to be responsible to AUGUSTA for payment, in full, of the costs of
repairing the improvements due to failure of material or poor workmanship as liquidated
damages.
lN WITNESS WHREOF, the DEVELOPER has hereunto set its hand and seal and
AUGUSTA has caused the execution of this agreement by and through its duly authorized
officers and agents, with its seal affixed, the day and year first written above.
Signed, sealed and deliver, in the presence of,
AUGUSTA VILLAGE AT RIVERWATCH, LL$
ev, (t cx$*\\.-t-=-\J
Title:@'"tl
1fu";county, state orfuit-fia,y,,1 g
My Commission Expire s: fr r* . 2, 2D r'7
(Notary Seal)
NOTARY PUBLIC
STATE 0F NEW i,ERSEY
GTC RIVERWATCH, LLC
By:
g//r-countv, state or Ary
My Commission Expire r, 4/J/ /,a
ritre: ?ca.. Ar^f
NOTARY PUBLIC
ACCEPTED:
NOTARY PUBLIC
State of _ Courrty of
My CommissionExpires
(Notary Seal)
AUGUSTA, GEORGIA
By:
Hardie Davis, Jr.
As its Mayor
Attost:
Clerk of Commission
(sEAL)
I
Commission Meeting Agenda
4/19/2016 2:00 PM
Berckmans Road Phase II - 8” Water Main Project
Department:AUD
Department:AUD
Caption:Consider proposal from Pond & Company to provide engineering
design services for the Berckmans Road Phase II 8” Water Main
project in the amount of $36,840.00.
Background:The City of Augusta is currently engaged in the re-alignment and
widening of Berckmans Road. The Utilities Department has water
lines that will be in conflict with new roadway and will need to
mitigate the conflict(s). Pond and Company is currently
designing the road realignment and widening for the City of
Augusta. They have a thorough knowledge of the project
requirements and have already performed surveys and completed
preliminary road designs. It would be effective for Pond and
Company to perform the water main design in conjunction with
the roadway design. At the Utilities Department’s request, Pond
& Company submitted the attached proposal to design the
Berckmans Road Phase II 8” Water Main project.
Analysis:The Utilities Department has evaluated the Pond & Company
proposal and has determined the proposed fee of $36,840.00 to be
fair and reasonable to perform the scope of work.
Financial Impact:Funds are available in 511043410-5212115 / 81600010-5212115.
Alternatives:No alternatives are recommended.
Recommendation:We recommend approval to enter into a contractual agreement
with Pond & Company to provide engineering design services for
the Berckmans Road Phase II 8” Water Main project for a fee not
to exceed $36, 840.00.
Funds are Available
in the Following Funds are Available in the Following Accounts: 511043410-
Cover Memo
Accounts:5212115 / 81600010-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Start of Project
End of Project
Wheeler
B
o
y
S
c
o
u
t
Ashlan
d
Kemp
Ingleside
Highland Hazel
Royal First
Allen
H e n d e r s o n
Oakland
Monte Sano
Margate
Yorkshire
Porter
Berry
P al m e r
Magnolia
Farrar
W ellin gto n
B ethel Wicklow
B
utler
Downing
Second
Walters
Grady
Rockbrook
T u p e l o
Loyola
Fleming
Hackle
Basin
Coventry
Wi l l o w R i d g e
Delano
Keeling
Peachtree
Ind
ian Co
ve
Lawrence
Earl
Blount
Lawton
Bu
r
d
a
s
h
a
w
Conselye
a
Bergen
Langley
Shadowbrook
M
i
d
d
l
e
t
o
n
Chap
m
an
Oakland
Hazel
RoyalRoyal
Augusta, GA DisclaimerThis data represented on this map has been compiled by the best method available. Accuracy is contingent upon the source information as compiled by various agencies and departments both internal and external to the consolidated government of Augusta, GA.
Augusta, GA and the companies contracted to develop this data assume no legal responsibilities for the information or accuracy contained on this map.
It is strictly forbidden to sell or reproduce these maps or data for any reason without the written consent of the Augusta-Richmond County Commission.
Augusta Utilities Department
Created: Michele Bryce on 14 January, 2016
Berckmans Rd project area
1 OF 26 REVISION DATE: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
CONSULTANT: Pond & Company
3500 Parkway Lane, Suite 600
Norcross, GA 30092
PROJECT: Berckmans Road New 8” Waterline- Phase II
DATE EXECUTED:
DATE COMPLETED:
2 OF 26 REVISION DATE: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
This Agreement is made and entered into this ______ day of _ ___________, 2016 by and between
AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the “CITY”
and POND & COMPANY, a Corporation authorized to do business in Georgia, hereinafter called
the "CONSULTANT."
WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish
professional services for:
Design services for Berckmans Road New 8” Waterline- Phase II
and,
WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to
provide the services contained herein and the CITY has relied upon such representation.
NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is
agreed by and between the CITY and the CONSULTANT that:
3 OF 26 REVISION DATE: June 2011
GENERAL PROVISIONS
CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design
professionals, to provide the engineering services required to provide professional engineering and
design services for the Project in accordance with the requirements as outlined in and attached as
Attachment A – Scope of Services and other relevant data defining the Project.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility
companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties
agree to work together on the basis of trust, good faith and fair dealing, and shall take actions
reasonably necessary to enable each other to perform this Agreement in a timely, efficient and
economical manner. All parties agree to cooperate in a manner consistent with good design
practice and will exercise the degree of skill and diligence normally employed by professional
engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any
services not meeting this standard without additional compensation.
AMENDMENTS TO AGREEMENT
Every amendment to the Scope of Services shall become and is hereby made a part of this
Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be
valid.
REDUCTION IN REQUIRED SERVICES
If reductions in the required services are ordered by CITY, the credits shall be the amounts for such
services as described in subsequently executed Amendments to this Agreement, and no claim for
damages for anticipated profits shall accrue to the CONSULTANT.
DATE CHANGES
If in this Agreement specific periods of time for rendering services are set forth or specific dates by
which services are to be completed are provided and if such periods of time or dates are changed
through no fault of CONSULTANT, the rates and amounts of compensation provided for herein
shall be subject to equitable adjustment.
AGREEMENT MODIFICATIONS
This Agreement shall not be modified except by a duly executed Amendment hereto in writing
under the hands and seals of both parties hereto.
TIME OF COMPLETION
The time of completion shall be as described in the schedule attached hereto as Attachment D -
Schedule.
4 OF 26 REVISION DATE: June 2011
This Agreement shall terminate immediately and absolutely at such time as appropriated and
otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT
on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all
work prior to termination of contract even if the CITY has obligated the funds to other projects.
PROJECT PROGRESS
CONSULTANT'S services and compensation under this Agreement have been agreed to in
anticipation of the orderly and continuous progress of the Project through completion.
LITIGATION
Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support,
prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of
the CITY except in consideration of compensation. All such services required or requested of
CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be
reimbursed as additional services.
BINDINGS
It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their
successors, executors, administrators and assigns to the other party to this Agreement and to its or
their successors, executors and assigns in respect to all covenants of this Agreement. Except as
above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in
this Agreement without prior written consent of the other party hereto.
EXTENT OF THE AGREEMENT
This Agreement represents the entire agreement between CITY and CONSULTANT and
supersedes all prior negotiations, representations and agreements, either written or oral.
5 OF 26 REVISION DATE: June 2011
DEFINITIONS
Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall
have the following meanings:
Agreement Execution - means the date on which CONSULTANT executes and enters into an
Agreement with CITY to perform the Work.
Agreement Price - means the total monies, adjusted in accordance with any provision herein,
payable to the CONSULTANT under this Agreement.
CITY –means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia.
CONSULTANT - means the party or parties contracting directly with the CITY to perform Work
pursuant to this Agreement.
Contract - means the Agreement Documents specifically identified and incorporated herein by
reference.
Contract Time - means the period of time stated in this Agreement for the completion of the Work.
Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity
having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to
provide a part of the Work called for by this Agreement.
Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted
by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the
Agreement Price or the Contract Time, issued after execution of this Agreement.
Task Order – means a written order specifying a Scope of Services, time of completion and
compensation limit for services being provided by CONSULTANT. Task Orders shall be
incorporated by reference as part of the Supplemental Conditions of this Agreement.
Work - means any and all obligations, duties and responsibilities, including furnishing equipment,
engineering, design, workmanship, labor and any other services or things necessary to the
successful completion of the Project, assigned to or undertaken by CONSULTANT under this
Agreement.
6 OF 26 REVISION DATE: June 2011
CONTRACT DOCUMENTS
List of Documents
The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements,
including Task Orders shall constitute the Agreement Documents (the “Agreement”).
Conflict and Precedence
The Agreement Documents are complementary, and what is called for by one is as binding as if
called for by all. In the event there are any conflicting provisions or requirements in the component
parts of this Agreement, the several Agreement Documents shall take precedence in the following
order:
1. Agreement – Including Attachments
2. General Conditions
3. Supplemental Conditions – Including Task Orders
7 OF 26 REVISION DATE: June 2011
GENERAL CONDITIONS
1. COMMENCEMENT OF WORK
The performance of services as defined in the Prime Agreement between CONSULTANT and the
CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt
by the CONSULTANT of a written Notice To Proceed. The effective date of services shall be
defined in the Notice To Proceed.
2. PROFESSIONAL STANDARDS
The standard of care for all services performed or furnished by CONSULTANT under this
Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S
profession practicing under similar conditions.
3. CHANGES AND EXTRA WORK
The CITY may, at any time, request changes in the work to be performed hereunder. All such
changes, including any increase or decrease in the amount of the CONSULTANT’s compensation,
which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be
incorporated in written Supplemental Agreements to the Agreement.
Changes that involve an increase in the compensation shall be considered major, and require the
approval of the CITY.
4. PERSONNEL
The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel
necessary to complete this Agreement; none of whom shall be employees of, or have any
contractual relationship with, the CITY. All of the services required hereunder will be performed
by the CONSULTANT under its supervision, and all personnel engaged in the work shall be
qualified and shall be authorized or permitted under law to perform such services.
All key professional personnel, including subcontractors, engaged in performing services for the
CONSULTANT under this agreement are indicated in a personnel listing attached hereto as
Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or
substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written
approval of the CITY or his designee.
The CONSULTANT shall employ only persons duly registered in the appropriate category in
responsible charge of supervision and design of the work. The CONSULTANT shall endorse all
reports, contract plans, and survey data. Such endorsements shall be made by a person duly
registered in the appropriate category by the Georgia State Board of Registration for Professional
Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for
the work prescribed by this Agreement.
8 OF 26 REVISION DATE: June 2011
5. ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct
errors and omissions in its plans and specifications without additional compensation. The
CONSULTANT shall give immediate attention to these changes so there will be a minimum of
delay to others.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for
subsequent correction of any errors and the clarification of any ambiguities.
6. CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential use and
information of the CITY and that it will not disclose its conclusions in whole or in part to any
persons whatsoever, other than to submit its written documentation to the CITY, and will only
discuss the same with it or its authorized representatives. Upon completion of this Agreement
term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT
pursuant thereto shall become the property of the CITY and be delivered thereto.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or
results and findings of the work conducted under this Agreement shall not be presented publicly or
published without prior approval in writing of the CITY.
It is further agreed that if any information concerning the PROJECT, should be released by the
CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds
for termination of this Agreement without indemnity to the CONSULTANT, but should any such
information be released by the CITY or by the CONSULTANT with such prior approval, the same
shall be regarded as public information and no longer subject to the restrictions of this Agreement.
7. OPEN RECORDS
CONSULTANT acknowledge that all records relating to this Agreement and the services to be
provided under the contract may be a public record subject to Georgia’s Open Records Act
(O.C.G.A. § 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request
and making all records, not exempt, available for inspection and copying as provided by law.
8. JURISDICTION
The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT
with regard to its interpretation and performance, and any other claims related to this agreement.
All claims, disputes and other matters in question between CITY and CONSULTANT arising out of
or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically
consents to jurisdiction and venue in Richmond County and waives any right to contest the
jurisdiction and venue in the Superior Court of Richmond County, Georgia.
9 OF 26 REVISION DATE: June 2011
9. TERMINATION OF AGREEMENT FOR CAUSE
If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its
obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants,
agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to
commence correction of obligation within 5 days of written notice and diligently complete the
correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed,
or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause
for termination. The CITY shall thereupon have the right to terminate this Agreement by giving
written notice to the CONSULTANT of such termination, and specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In such event, all finished or
unfinished documents, maps, data, studies, work papers and reports prepared by the
CONSULTANT under this Agreement shall become the property of the CITY, and the
CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory
work completed on such documents, as mutually agreed by the CITY and CONSULTANT.
10. TERMINATION FOR CONVENIENCE OF THE CITY
The CITY may terminate this contract in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract
up to the time of termination.
11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND
CONSULTANTS
CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the
submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of
Services.
If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT
shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed
committee(s), and carefully fit its own work to such additional work as may be directed by the
CITY. The CONSULTANT shall not commit or permit any act which will interfere with the
performance of work by any other CONSULTANT or by CITY employees.
12. COVENANT AGAINST CONTINGENT FEES
The CONSULTANT warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established
commercial or selling agencies maintained by CONSULTANT for the purpose of securing business
and that the CONSULTANT has not received any non-CITY fee related to this Agreement without
the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have
the right to annul this Agreement without liability or at its discretion to deduct from the Agreement
Price of consideration the full amount of such commission, percentage, brokerage or contingent fee.
10 OF 26 REVISION DATE: June 2011
13. RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons caused
by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents
and employees from all suits, claims, actions or damages of any nature whatsoever to the extent
found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent
performance or non-performance of work under this Agreement. These indemnities shall not be
limited by reason of the listing of any insurance coverage.
14. INSURANCE
The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in
force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or
financial loss resulting from injuries occurring to persons or property or occurring as a result of any
negligent error, act, or omission of the CONSULTANT in performance of the work during the term
of this Agreement.
The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's
Compensation insurance in accordance with the laws of the State of Georgia.
The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits
of not less than:
A. Workmen’s Compensation Insurance – in accordance with the laws of the State of Georgia.
B. Public Liability Insurance – in an amount of not less that One Million ($1,000,000) Dollars for
injuries, including those resulting in death to any one person, and in an amount of not less than
One Million ($1,000,000) Dollars on account of any one occurrence.
C. Property Damage Insurance – in an amount of not less than One Million ($1,000,000) Dollars
from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000)
Dollars.
D. Valuable Papers Insurance – in an amount sufficient to assure the restoration of any plans,
drawings, field notes, or other similar data relating to the work covered by the Project.
E. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars
or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000.
CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder
in insurance coverage’s identified in items (b) and (c).
The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be
noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the
CITY as co-insured, except for worker's compensation and professional liability policies, and a copy
11 OF 26 REVISION DATE: June 2011
of such policy or a certificate of insurance shall be filed with the Director at the time of the
execution of this Agreement.
15. PROHIBITED INTERESTS
15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall
acquire no interest, direct or indirect, that would conflict in any manner or degree with the
performance of its services hereunder. The CONSULTANT further agrees that, in the
performance of the Agreement, no person having such interest shall be employed.
15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure
or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the
proceeds thereof.
15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or
persons in the employ of the CITY for any work required by the terms of the Agreement,
without the written permission of the CITY except as may otherwise be provided for herein.
16. SUBCONTRACTING
The CONSULTANT shall not subcontract any part of the work covered by this Agreement or
permit subcontracted work to be further subcontracted without the CITY's prior written approval
of the subcontractor.
All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set
forth in this Agreement.
17. ASSIGNABILITY
The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its
rights, obligations, benefits, liabilities or other interest under this Agreement without the written
consent of the CITY.
18. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the
CONSULTANT will not discriminate against any employee or applicant for employment because
of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or
advertisements for employees placed by qualified applicants, receive consideration for employment
without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the
foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so
that such provision will be binding upon each subcontractor, provided that the foregoing provision
shall not apply to contracts or subcontracts for standard commercial supplies of raw materials.
19. DRUG FREE WORK PLACE
12 OF 26 REVISION DATE: June 2011
CONSULTANT shall be responsible for insuring that its employees shall not be involved in any
manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a
controlled substance in the workplace. For purposes of the policy, “workplace” is defined as CITY
owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may
result in discipline and/or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal
drug statute conviction for workplace violation.
CONSULTANT may require drug or alcohol testing of employees when contractually or legally
obligated, or when good business practices would dictate.
20. ANTI-KICKBACK CLAUSE
Salaries of architects, drafters, engineer’s, and technicians performing work under this Agreement
shall be paid unconditionally and not less often than once a month without deduction or rebate on
any account except only such payroll deductions as are mandatory by law. The CONSULTANT
hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate
provisions in all subcontracts covering work under this Agreement.
21. AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary, the
CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for
examination all of its records with respect to all matters covered by this Agreement. It shall also
permit the CITY and/or representatives of the audit, examine and make copies, excerpts or
transcripts from such records of personnel, conditions of employment and other data relating to all
matters covered by this Agreement.
The CONSULTANT shall maintain all books, documents, papers, accounting records and other
evidence pertaining to costs incurred on the Project and used in support of its proposal and shall
make such material available at all reasonable times during the period of the Agreement, and for
three years from the date of final payment under the Agreement, for inspection by the CITY or any
reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The
CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it
may make with any subcontractor, assignee, or transferee.
22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE
All documents and materials prepared as an instrument of service pursuant to this Agreement are
the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose,
distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials
prepared under this Agreement without according credit of authorship. The CITY shall hold
harmless the CONSULTANT against all claims arising out of such use of documents and materials
without the CONSULTANT’s knowledge and written consent.
23. VERBAL AGREEMENT OR CONVERSATION
13 OF 26 REVISION DATE: June 2011
No verbal agreement or conversation with any officer, agent, or employee of the CITY, either
before, during, or after the execution of this Agreement, shall affect or modify any of the terms or
obligations herein contained, nor shall such verbal agreement or conversation entitle the
CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All
changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above.
24. INDEPENDENT CONTRACTOR
The CONSULTANT shall perform the services under this Agreement as an independent contractor
and nothing contained herein shall be construed to be inconsistent with this relationship or status.
Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or
any of its agents or employees to be the agent, employee, or representative of the CITY.
25. NOTICES
All notices shall be in writing and delivered in person or transmitted by certified mail, postage
prepaid. Notices shall be addressed as follows:
CITY: CONSULTANT:
ADMINISTRATOR KEVIN HENDRIX, PE
AUGUSTA, GEORGIA POND & COMPANY
530 Greene Street 3500 Parkway Lane, Suite 600
Augusta, GA 30911 Norcross, GA 30092
Copy to:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, GA 30901
26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order
a temporary stopping of the work, or delaying of the work to be performed by CONSULTANT
under this agreement.
27. DEFECTIVE PRICING
To the extent that the pricing provided by CONSULTANT is erroneous and defective, the parties
may, by agreement, correct pricing errors to reflect the intent of the parties.
28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE
CONSULTANT is not responsible for delay in performance caused by hurricanes, tornadoes,
floods, and other severe and unexpected acts of nature. In any such event, the contract price and
schedule shall be equitably adjusted.
14 OF 26 REVISION DATE: June 2011
29. HOLD HARMLESS
Except as otherwise provided in this agreement, CONSULTANT shall indemnify and hold
harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits,
demands, damages, losses, and expenses, including attorneys’ fees, arising out of or resulting from
the negligent performance of its Work.
30. GEORGIA PROMPT PAY ACT NOT APPLICABLE
The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act.
31. RIGHT TO INSPECT PREMISES
Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work
site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is
pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia.
32. E-VERIFY
All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical
performance of services shall be required to execute an Affidavit verifying its compliance with
O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is
contracting with Augusta, Georgia has registered with and is participating in a federal work
authorization program. 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 Augusta,
Georgia the 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 Augusta,
Georgia at the time the subcontractor(s) is retained to perform such physical services.
33. LOCAL SMALL BUSINESS LANGUAGE
In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to
collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its
Local Small Business Opportunity Program and to make such records available to Augusta,
Georgia. The requirements of the Local Small Business Opportunity Program can be found at
www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), for all contracts
where a local small business goal has been established, the contractor is required to provide local
small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid
to each local small business on each contract, and shall provide such payment affidavits, regarding
payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in
15 OF 26 REVISION DATE: June 2011
the format specified by the Director of minority and small business opportunities, and shall be
submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the
time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the
remedies set forth, including but not limited to, withholding payment from the contractor and/or
collecting liquidated damages.
34. ACKNOWLEDGEMENT
“Consultant 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,
Consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume
contractual obligations and the consequences of Consultant's provision of goods or services to
Augusta, Georgia under an unauthorized contract, amendment, modification, change order or
other similar document, including the possibility that the Consultant may be precluded from
recovering payment for such unauthorized goods or services. Accordingly, Consultant agrees that
if it provides goods or services to Augusta, Georgia under a contract that has not received proper
legislative authorization or if the Consultant provides goods or services to Augusta, Georgia in
excess of the any contractually authorized goods or services, as required by Augusta, Georgia's
Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or
services provided by Consultant. Consultant assumes all risk of non-payment for the provision of
any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to
other remedies for the provision of any unauthorized goods or services to Augusta, Georgia,
however characterized, including, without limitation, all remedies at law or equity." This
acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and
services, except revenue producing contracts.
[SIGNATURES ON FOLLOWING PAGE]
16 OF 26 REVISION DATE: June 2011
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below:
CITY: CONSULTANT:
AUGUSTA, GEORGIA (CITY) POND & COMPANY
BY: BY:
PRINTED NAME: Hardie Davis, Jr. PRINTED NAME: Ron Osterloh
AS ITS: MAYOR AS ITS:: Principal/Vice-President
ATTEST CLERK: ATTEST:
PRINTED NAME: PRINTED NAME
AS ITS: Clerk of Commission AS ITS:: Principal
DATE: DATE:
Copy To:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, GA 30901
17 OF 26 REVISION DATE: June 2006
CONSULTANT’S RESPONSIBILITIES
CONSULTANT , in order to determine the requirements of the Project, shall review the
information in Attachment A – Scope of Services. CONSULTANT shall review its understanding
of the Project requirements with CITY and shall advise CITY of additional data or services which
are not a part of CONSULTANT’s services, if any, necessary for design to begin.
PROJECT UNDERSTANDING
Upon request from the CONSULTANT, CITY may provide all criteria and full information as to
CITY's and CONSULTANT'S requirements for this part of the project, including design objectives
and constraints, space, capacity and performance requirements, flexibility and expendability, and
any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports,
surveys, and other materials that may be relied upon in performing CONSULTANT'S services.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the project
activities and data collected under the Agreement and amendments thereto. All reports,
drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY
in association with this Agreement shall be subject to review.
The CITY may at any time request progress reports, prints or copies of any work performed
under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans
shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies
with the CITY’s request in the regard.
The CITY’s review recommendations shall be incorporated into the plans by the CONSULTANT.
CONSULTANT'S INSURANCE
CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as
specified in General Condition 14 – Insurance.
18 OF 26 REVISION DATE: June 2011
CITY’S RESPONSIBILITES
CITY-FURNISHED DATA
CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness,
and completeness of the information provided by CITY.
RIGHT TO ENTER
The CONSULTANT will notify all property owners or occupants of the intent to enter properties
for the purpose of accomplishing work in accordance with the practices of the CITY. The
CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of
intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the
necessary documents identifying the CONSULTANT as being in the employ CITY for the
purpose described in the Agreement.
ADVERTISEMENTS, PERMITS, AND ACCESS
Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all
advertisements for bids; permits and licenses required by local, state, or federal authorities; and
land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT
construction.
TIMELY REVIEW
CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications,
proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant,
auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and
render in writing decisions required by CITY in a timely manner.
PROMPT NOTICE
CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes
aware of any development that affects the scope or timing of CONSULTANT's Services, or of any
defect in the work of CONSULTANT or construction contractors.
CITY'S INSURANCE
CITY will maintain property insurance on all pre-existing physical facilities associated in any way
with the PROJECT.
LITIGATION ASSISTANCE
The Scope of Services does not include costs of CONSULTANT for required or requested
assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or
defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for
suits or claims between the parties to this AGREEMENT, will be reimbursed as additional
services.
19 OF 26 REVISION DATE: June 2011
ATTACHMENT A – SCOPE OF SERVICES
PROJECT DESCRIPTION:
Professional services for the design of the proposed 8” water main to be installed within the
proposed ROW and in conjunction with phase II of the re-alignment of Berckmans Road. Phase II
consists of roadway improvements along Berckmans Road from Wheeler Road to Wicklow Drive.
The road re-alignment project is currently being designed by Pond & Company under a separate
agreement with the City, so the water main project will be coordinated internal but designed as a
standalone set of bid / construction documents for your use.
DESIGN OBJECTIVES:
Task 1 – Base Plan / Data Gathering
Services under this Task are defined as follows:
Using survey and GIS data, along with the proposed design plans for the roadway project, Pond &
Company will create an ACAD base plan for use on this project. No additional survey or utility
locating is included in this proposal.
Pond & Company will need confirmation from the client that the existing water line size is
adequate. No flow calculations are included in this contract.
Copies of base plan prepared as part of this Task will be provided to the client for their records.
Task 2 – Preliminary Design
Services under this Task are defined as follows:
Utilizing the information from TASK 1, Pond & Company will design a Preliminary routing
(horizontal only) for the client to review. Aside from the routing, proposed connection points, fire
hydrant locations, and potential conflicts will be noted.
Preliminary design will be coordinated with the proposed roadway design to identify any areas of
concern. It is assumed that the proposed routing and tie-ins will occur within the existing /
proposed ROW or easements.
The Preliminary design will be provided to the client for their review. After a review period, Pond
& Company will meet with the client at the Client’s office for discussion of any comments and to
resolve any outstanding items / concerns prior to proceeding to TASK 3.
Copies of final documents prepared as part of this Task will be provided to the client for their
records.
Task 3 – Construction Plans and Permitting
Services under this Task are defined as follows:
Using client approved Preliminary Plan from TASK 2, Pond & Company will complete the detailed
design of the proposed water main. Since the water main will be constructed within the limits of
disturbance of the proposed roadway project, and will also be installed simultaneously, no
additional NDPES or erosion control design / permitting is proposed. Disturbance for the water
main work only will be less than 1 acre.
Pond & Company will prepare the required permit applications, checklists, etc. required to make
submission to the City. All application / permit related fees are the client’s responsibility.
Pond & Company will prepare Construction Plans for submission to the City for their review, in
accordance with their permit application process. The Client may wish to use these documents to
20 OF 26 REVISION DATE: June 2011
obtain preliminary pricing, but is reminded that until the plans are approved by the City changes
may occur that could impact the final construction cost.
Pond & Company will address City comments related to the proposed design and make required
revisions. City requests for information beyond the scope of this proposal may require additional
survey / engineering services. Prior authorization for these additional services will be requested
prior to proceeding.
An engineer’s estimate of probable construction cost will be provided to the client.
Two meetings (either on-site or at the City) are included in this TASK if required.
Copies of final documents, including applications, prepared as part of this Task will be provided to
the client for their records.
Task 4 – Bid Support
Services under this Task are defined as follows:
Pond & Company will assist the client in the assembling the project documents for bidding.
Pond & Company will respond, through the client, to RFIs submitted during the bidding process.
Revisions to the project documents will be made where necessary to adequately address the RFIs. It
is assumed that the documents will not need to be formally re-permitted based on the RFI
responses.
Pond & Company will attend the project Pre-Bid Meeting.
Copies of any amended final documents, prepared as part of this Task, will be provided to the
client for their records.
Task 5 – Record Drawings
Services under this Task are defined as follows:
Pond & Company will produce record drawings based upon redlines from the contractor for both
the phase II waterline design scope covered by this contract, and the phase I waterline design
(previously completed by Pond under separate contract).
No as-built survey or field investigation/observation is included; record drawings will be based
solely on markups to the design drawings from the contractor.
PDF’s and AutoCAD files will be provided to the client for their records.
21 OF 26 REVISION DATE: June 2011
ATTACHMENT B - COMPENSATION
The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY
under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and
accompanied by all support documentation requested by the CITY, for payment for the services, which
were completed during the billing period. The CITY shall review for approval said invoices. The CITY
shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs
requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual
phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved,
provided that the approval or payment of any such invoice shall not considered to be evidence of
performance by the CONSULTANT to the point indicted by such invoice, or of receipt of acceptance by the
CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such
invoices.
Each invoice shall be accompanied by a letter progress report describing the total work accomplished for
each phase and any problems, which have been encountered, which may inhibit execution of the work. The
CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the
percentage of total work completed for each phase during the billing period.
When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it
agrees to pay the CONSULTANT for work completed, on the basis of the standard billing rates shown in
Attachment B to the Contract of those principals and employees engaged directly on the work.
Compensation for design services shall be invoices based on the sum of all actual costs incurred in the
performance of the work, including all direct, payroll, overall and profit cost in an amount not-to-exceed
the compensation set forth in the terms of the Agreement or any authorized Task Order. All invoices
submitted by the CONSULTANT shall be detailed to reflect incurred expenses, labor hours and costs by
authorized Task.
Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the
overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the
scheduled work in writing.
Pond & Company proposes to complete the professional services specifically stated above for the lump sum
fees listed below:
1. Task I – Base Plan/Data Gathering $ 4,210
2. Task II – Preliminary Design $ 8,860
3. Task III –Construction Plans and Permitting $ 16,280
4. Task IV –Bid Support $ 3,940
5. Task V—Record Drawings $ 3,550
Total Civil Design Fee: $ 36,840
22 OF 26 REVISION DATE: June 2011
ATTACHMENT C – LISTING OF KEY PERSONNEL
CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel
below, including a designated Program Manager will not change or be reassigned without the
written approval of the CITY. Those personnel committed for this work are as follows:
Name Title Email
Kevin Hendrix, PE Project Manager HendrixK@pondco.com
Bob Williams, PE Program Manager/Principal WilliamsB@pondco.com
Ron Osterloh, PE Vice-President/Principal OsterlohR@pondco.com
Christian Maiocco, EIT Design Engineer MaioocoC@pondco.com
John Jordan Designer/Cad Tech JordanJ@pondco.com
23 OF 26 REVISION DATE: June 2011
ATTACHMENT D – SCHEDULE FOR PERFORMANCE
Pond & Company is prepared to start on this project within 2 weeks of receipt of written
authorization to proceed from the client. After starting work, the following is the anticipated
duration of each task:
Task Anticipated Duration
1—Base Plan/Data Gathering 3 weeks
2—Preliminary Design 3 weeks
Review Period 2 weeks
3—Construction Plans and Permitting 3 weeks
Review Period 2 weeks
Revisions 1 week
Ready for Construction: 14 weeks
Task 4—Bid support 4 weeks (as needed during bid period)
Task 5—Record Drawings 2 weeks (each phase-on receipt of contractor redlines)
24 OF 26 REVISION DATE: June 2011
CONSULTANT SERVICES
As a part of this Agreement the CONSULTANT agrees to furnish the following checked items
(CONSULTANT to initial in the space provided acknowledging responsibility to furnish said
item).
Prior to Authorization To Proceed:
Detailed Scope of Services based upon Schedule A of this Agreement to be submitted
with Cost Proposal clearly defining the CONSULTANT’S understanding of the project
limits, design objectives and CONSULTANT’S services to be provided.
Cost Proposal that will include cost of surveying, design, preparation of construction
plans and specifications, and other services requested in the CITY’s Request for
Proposal.
Schedule for submittal of review documents at 30%, 60%, and 90% completion; and
final documents.
Prior to submitting 30% review documents:
Locate all existing utilities using available information collected by the CONSULTANT.
The CITY will furnish available information on water and sewer locations however the
CONSULTANT must verify to CITY’S satisfaction.
Provide CITY with information on the project site(s), including the following:
Past and present use of the land (specifically identify any landfilling activities in
the area); identify any nearby designated wetlands
Soil type(s)
Boring results when required by CONSULTANT for new facilities or where depth
of line and existing site conditions warrant.
Brief description of the area (e.g., residential, commercial, industrial) including
general slope of the land, and whether trees, signs, etc. will be in conflict with the
new facilities. Include number of properties affected and number of easements
required with property owners identified
Identification of potential problems in meeting design objectives.
Site Plan (If Required)
Throughout project:
Prepare printed responses to comments received from the CITY following reviews.
Provide the necessary plats for easement acquisition and DOT/other permit
application.
Prepare Public Works/DOT/Other permit applications for signature by the CITY.
Prepare and submit plans to EPD for review and approval when required.
25 OF 26 REVISION DATE: June 2011
Prepare plans and specifications, using Augusta Utilities Design Standards and
Specifications (latest version). Specifications must mirror that provided by the CITY.
Prepare construction cost estimates at each review stage, 30%, 60%, 90%, and with the
submittal of Final documents. Provide cost breakdown for any items to be lump sum in the
construction contract.
Upon completion of design:
Coordinate with the City Procurement Department to advertise the project.
Fax bid information to CITY.
Attend the Pre-Bid Meeting as a technical reference to the CITY.
Prepare letter of recommendation for award of the contract.
Develop conformed contract documents and forward to the CITY for execution.
Attend the pre-construction meeting as a technical reference to the CITY.
Provide clarification related to the plans/specifications throughout design and
construction.
Provide record drawings at completion of the project electronically, per the Utilities
Design Standards and Specifications (latest version).
Provide Services During Construction as follows:
Attend project meetings as scheduled by the CITY
Recommend design changes as field conflicts arise (site visits may be required)
Review and approval of pay requests from the construction Contractor (line of
communication will be construction contractor to resident observer to
CONSULTANT to CITY)
Provide clarification of plans and specifications throughout construction
Revise/update plans and/or easement plats as changes occur that require
resubmittal to DOT/other agencies.
AUGUSTA UTILITIES DEPARTMENT CONSULTANT
BY: BY:
PRINTED NAME: PRINTED NAME:
TITLE: DIRECTOR TITLE: Principal
DATE: DATE:
26 OF 26 REVISION DATE: June 2006
ADDITIONAL SERVICES:
1. Revisions to the plans/contract documents to extend the limits of the project after this
AGREEMENT has been executed by the CITY.
2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e., correct
location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of
the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government
agency at their request will be considered an additional service.
3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY.
4. Other not described above, as approved by the CITY.
NOTE:
It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It
is expected that such professionals will operate in a manner which assures the interests of the common welfare, rather than in a
manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a
client. It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their
professional duties.
Commission Meeting Agenda
4/19/2016 2:00 PM
Condemnation: Terry and Betty Prince Tax Map -059; Parcel 320
Department:Law
Department:Law
Caption:Motion to authorize condemnation of a portion of Tax Map 059,
Parcel 320, due to liens on the subject property, which is owned
by Terry Prince and Betty Prince, for a temporary construction
easement in connection with the Discrepancy with the Right of
Way of Martin Luther King Jr. Blvd., more particularly described
as 232 square feet, more or less, of permanent utility and
Ingress/Egress easement and 167 square feet, more or less, of
temporary construction easement.
Background:Condemnation proceedings should commence immediately
because the city is under a Consent Decree to complete the project
by a certain date.
Analysis:Condemnation is required in order to acquire the property interest
that is sought to be acquired.
Financial Impact:The necessary costs will be covered by the project budget. The
appraised value of the subject property is $71.00.
Alternatives:Deny the authorization to condemn.
Recommendation:Approve the authorization to condemn.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING
ACCOUNTS: G/L 512043420-5411120 J/L 81500050-5411120
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Consider approving award of construction contract to Blair Construction, Inc. for the West Eagle Green
Water Meter Replacement Project in the amount of $27,950.00. Bid item #15-241.
Department:Utilities
Department:Utilities
Caption:Consider approving award of construction contract to Blair
Construction, Inc. for the West Eagle Green Water Meter
Replacement Project in the amount of $27,950.00. Bid item #15-
241.
Background:The West Eagle Green Meter Replacement Project is needed
because the existing water meter is not functioning to read water
usage for the complex. This project will replace the meter and
associated valves, and rehabilitate the meter vault.
Analysis:Blair Construction, Inc. submitted an acceptable bid package and
was the lowest responsive bidder. The Utilities Department
evaluated the bid package and recommends awarding the contract
to Blair Construction, Inc. in the amount of $27,950.00.
Financial Impact:Funding in the amount of $27,950.00 is available from account
507043490-5425410 / 88886666-5425410
Alternatives:No alternatives are recommended.
Recommendation:Utilities Department recommends approving the award of the
construction contract to Blair Construction, Inc. for the West
Eagle Green Water Meter Replacement Project in the amount of
$27,950.00. Bid item #15-241.
Funds are Available
in the Following
Accounts:
$27,950.00 from account 507043490-5425410 / 88886666-
5425410
Cover Memo
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Vicinity Map
N.T.S.
SITE
WEST EAGLE GREEN
METER REPLACEMENT PROJECT
N
Invitation To Bid
Sealed bids will be received at this office on Thursday, December 3, 2015 @ 3:00 p.m. for furnishing: Bid Item 15-242 West Eagle Green Meter Replacement Project for Utilities Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street –
Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime,
subcontractors and suppliers exclusively from ARC Southern. The fees for the plans and specifications
which are non-refundable are $30.00.
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.e-arc.com) at no charge through ARC
Southern (706 821-0405) beginning Tuesday, November 3, 2015. 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 Tuesday, November 17, 2015 @ 10:00 a.m. in the
Procurement Department, 530 Telfair Street, Room 605.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, November
18, 2015 @ 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.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement
Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of
receiving incomplete or inaccurate information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
CC William Rhinehart, Deputy Administrator
Tom Wiedmeier, Utilities Department
Deanna Davis, Utilities Department
Revised: 1/12/2015
UTILITIES DEPARTMENT
TomWiedmeier, P.E.
Director
Deanna Davis, P.E.
Assistant Director
MEMO
Geri Sams, Procurement DirectorTO:
FROM:
DATE:
ST]BJECT:
Tom Wiedmeier, PE, Utilities Director{f,U1
January 2612016
Bid ltem #15-24l,West Eagle Green Meter Replacement Project
Recommendation for Award
We have reviewed the two bids recently received for construction of the referenced project' The
low bidder is Blair Construction, lnc. as indicated on the attached Bid Tabulation'
Based upon the bid tabulation, we recommend that the project be awarded to Blair Construction'
Inc. in the amount of $27,950.00.
Please contact us at your convenience should you have any questions'
Engineering Division
360 Bay Street, Suite 180 - Augusta' GA 30901
(706)3124132- Fax (706) 3124133
WWW.AUGUSTAGA.GOV
O e
(Jo'5'
LG
co
E
Q)(J(!
o-oGL
OJ
q)
LoP(E
=zco9Eh(,1ofo06(E<rrLPao6B
cilc
P
o
Eou0(!c(E
(J(E
LoU
o(J
Lo-6
oF
oqoo\F
a
oocioc.(n
Fl
<.r}
oqooo
N
{r}
oq
lnNr\
{r}
oqoooro
<f|
oq
rnN<toiN{}
o.9
o-2cf
oqoor\r\
<fi
oqooo
co
<t\
oqooc.c{
<r\
oelnNr\
<1,
oooooro
<t>
ds
c
.9E
Pco(J
'6
@
o.9
o.
E
oF
oqoo<fd
{./}
oqooro.
FlFl
{t
oqooFlj
t>
oodrrtnFl
1it
oqooo)d
<t\
oqortnr\N
<tt
oU
o.tC
oqoo<ld
{J\
oq
C
(c
F
</
oqooF{
?.1
let
oqol/)<tel
<t\
oqooqld
<.r}
riEc
=
Ih VIJ 1hJ v1J Itl)
o(J
Lc
E'
i6oti(!
co6
oF
EaiE=
c(!
fio
Fl .{F{F{Fl
E
.9o
LI6oo
oJlclolvl6l
(El
cl
Irl@
(E
3
.=(Eeo
do
=(!
LB e1(! 0l-o. ilo,, olc -e
ilEIoJlql6l(!loolct
o_.-*cL 1'b96=EOEElo olo olo =l> o.
lE3
lH rlE- ir.,le =
>-oEo6
(!6C(!
CLEc(U
lz
Ecoo6(J
(J
o)o
(!
6a,
(Jco-
uo(ELLj:o
69(JEIr.Ioor4a-7cLf
E':Es96olP9E0,, oo)9-oECLL6g
=Q(c',
)
1)
ooocL
=
Flctol
E
JL
6goU
E)Itl
o.
E)J
Eo
=
FlIthJ
@Fl
ahJ
UFlItlJ
oFlIv'tJ
IJI
F{ItlJ
9lttul(E1
co
ooo(a
a;
(5cLlo)IPl<
BLAIR CONSTRUCTION
ATTN: PATRICK DILLARD
P. O. BOX 770
EVANS, GA 30809
BLAIR CONSTRUCTION
ATTN: PATRICK DILLARD
P. O. BOX 770
EVANS, GA 30809
BLAIR CONSTRUCTION
ATTN: PATRICK DILLARD
P. O. BOX 770
EVANS, GA 30809
QUALITY STORM WATER SOLUTIONS
ATTN THERON SAPP
P. O. BOX 1847
EVANS, GA 30809
QUALITY STORM WATER SOLUTIONS
ATTN THERON SAPP
P. O. BOX 1847
EVANS, GA 30809
QUALITY STORM WATER SOLUTIONS
ATTN THERON SAPP
P. O. BOX 1847
EVANS, GA 30809
CONTRACT MANAGEMENT INC
ATTN: BARRETT BOWDEN/JAMES
WILLIAMS
1827 KILLINGSWORTH ROAD
AUGUSTA, GA 30904
CONTRACT MANAGEMENT INC
ATTN: BARRETT BOWDEN/JAMES
WILLIAMS
1827 KILLINGSWORTH ROAD
AUGUSTA, GA 30904
CONTRACT MANAGEMENT INC
ATTN: BARRETT BOWDEN/JAMES
WILLIAMS
1827 KILLINGSWORTH ROAD
AUGUSTA, GA 30904
EAGLE UTILITY
ATTN TIM MCELROY
1350 BRANCH ROAD
BISHOP, GA 30627
EAGLE UTILITY
ATTN TIM MCELROY
1350 BRANCH ROAD
BISHOP, GA 30627
EAGLE UTILITY
ATTN TIM MCELROY
1350 BRANCH ROAD
BISHOP, GA 30627
TOM WIEDMEIER,
UTILITIES DEPARTMENT
BAY STREET
DEANNA DAVIS,
UTILITIES DEPARTMENT
BAY STREET
STANLEY AYE,
UTILITIES DEPARTMENT
BAY STREET
YVONNE GENTRY
LSBOP
BID ITEM 15-241
WEST EAGLE GREEN METER
REPLACEMENT PROJECT
FOR UTILITIES DEPARTMENT
MAILED/FAXED 3 NOV. 2015
BID ITEM 15-241
WEST EAGLE GREEN METER
REPLACEMENT PROJECT
FOR UTILITIES DEPARTMENT
BID DUE: THUR., 12/3/15 @ 3:00 P.M.
Task Order
Bid Item 15-241
pg. 1 of 1
VENDORS
BLAIR CONSTRUCTION
4308 EVANS TO LOCKS ROAD
EVANS, GA 30809
CONTRACT MANAGEMENT INC
1827 KILLINGSWORTH ROAD
AUGUSTA, GA 30914
Attachment
"B"YES YES
E-Verify #224004 225306
SAVE Form YES YES
Bid Bond YES YES
BASE BID
TOTAL
$27,450.00 $29,425.00
Bid Alternate
Select Backfill $500.00 $1,750.00
Total $27,950.00 $31,175.00
Bid Opening
Bid Item #15-241
West Eagle Green Meter Replacement Project
for Augusta, Georgia - Utilities Department
Bid Due: Thursday, December 3, 2015 @ 3:00 p.m.
Total Number Specifications Mailed Out: 4
Total Number Specifications Download (Demandstar): N/A
Total Electronic Notifications (Demandstar): N/A
Mandatory Pre-Bid/Telephone Conference: 2
Total packages submitted: 2
Total Noncompliant: 0
Page 1 of 1
Commission Meeting Agenda
4/19/2016 2:00 PM
Emergency Creek, Drainage Pipe and Level Road Repair at 1886 Lovers Lane
Department:Engineering
Department:Engineering
Caption:Approve and receive as information the Emergency Creek,
Drainage Pipe and Level Road Repair project at 1886 Lovers Lane
in the amount of $59,710.87 for Georgia Carolina Paving
Company as requested by AED.
Background:The entrance road to the Augusta level at 1886 Lovers Lane is
collapsing and the storm drain pipe that runs under the road has
separated at the joints which is causing the road to under mind and
caused flooding along with danger to the daily operation of the
industrial plants along the creek. Therefore, to minimize the
exposure of Augusta to this associated liability, it is warranted to
correct and complete this task in a timely and safe manner. The
Engineering Department did not have sufficient in-house
resources to complete the required task and had to hire Georgia
Carolina Paving Company to complete the repair on an emergency
basis.
Analysis:Work was done under an emergency situation that warranted
timely response by the Engineering Department which does not
have sufficient in-house resources to complete all the required
tasks in a timely manner and had to hire Georgia Carolina Paving
Company for assistance on an emergency basis.
Financial Impact:The cost to complete the needed drainage pipe repair is
$59,710.87. Funding is available in SPLOST VI Emergency
Construction funds to the City 328-041110-5414110/211828005-
5414110.
Alternatives:1) Approve and receive as information the Emergency Creek,
Drainage Pipe and Level Road Repair project at 1886 Lovers Lane
in the amount of $59,710.87 as requested by AED. 2) Do not
approve and identify alternative ways to meet this financial
obligation.Cover Memo
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
328-041110-5414110/211828005-5414110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
On-Call Field and Laboratory Testing for Soil and Construction Materials, and Geotechnical Inspections
& Investigations # 14-140A
Department:Engineering
Department:Engineering
Caption:Approve the continued funding of the current On-Call Field and
Laboratory Testing for Soil and Construction Material, and
Geotechnical Inspections and Investigation (CMT_Geotech)
Services contract in the amount of $1,000,000. Funding is
available in Transportation Investment Act (TIA) Projects Funds
and TIA Discretionary Funds, as requested by AED.
Background:Due to the on-going TIA/SPLOST funded infrastructure
improvements projects, the increase in maintenance, and
emergency repairs to aging infrastructures within the county, a
substantial increase in workload has been placed on the
Engineering Department’s (AED) in-house engineering and
construction resources. AED has over fifteen TIA/SPLOST
funded roadway and bridge improvement projects presently under
construction or about to go into construction. AED has determined
it would be beneficial to all concerned to continue supplementing
its engineering resources with the present On-Call Service. The
assistance of outside construction services will be temporary
thereby, insuring a quality finish product.This is a practical
approach to sustain construction quality assurance & quality
control (QA/QC) during the projects construction phase.
Construction QA/QC is essential to the production of quality
roads and infrastructures. Attached is a list that shows major
projects that are currently under construction or will be under
construction in 2016.
Analysis:On November 18, 2014, the Augusta Commission approved the
On-Call Construction Material Testing And Geotechnical
Inspection & Investigation Contract to Moreland Altobelli, AMEC
Environmental & Infrastructure, Cardno ATC, and MC Squared
Inc. Additional funds allocation to this contract is needed to
maintain required level of service for construction projects
presently under construction. Cover Memo
Financial Impact:Funds are available in the amount of $750,000 TIA discretionary
fund, $250,000 TIA Local Delivery Projects fund.
Alternatives:1). Approve the continued funding of the current On-Call Field
and Laboratory Testing for Soil and Construction Material, and
Geotechnical Inspections & Investigation (CMT_Geotech)
Services contract in the amount of $1,000,000. Funding is
available in Transportation Investment Act (TIA) Projects Funds
and TIA Discretionary Funds. 2). Do not approve and find
alternate source to complete under construction projects and meets
TIA requirements.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
TIA Discretionary Fund 235 -$750,000 & TIA Project John C.
Calhoun $250,000
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
February 2016
Augusta Engineering Department Roadway and Bridge Improvements Projects
Construction Schedule
__________________________________________________________________________________________________
Roadway Improvements Projects Schedule Contractor
1) Mark Church Road Widening & Improvements Under Construction-Utility Relocation Reeves Construction
2) Belair Road Roadway & Drainage Improvements Under Contraction Blair Construction
3) Berckmans Road Widening & Improvements Under Construction E.R. Snell
4) Druid Park Ave Improvements Under Construction-Utility Relocation Phase1/County Forces
5) North Leg Roadway Improvements Under Construction-Utility Relocation Reeves Construction
6) John C Calhoun Repair & Drainage Improvements Under Contraction Reeves Construction
7) Riverwatch/I-20 Corridor Improvements under construction Beams Contracting
8) Windsor Spring –Phase V GDOT/under construction E.R. Snell
9) Marvin Griffin Road Widening & Improvements-Ph2 preparing bid document
10) Wrightsboro Road Improvements Under bidding process
11) Twiggs/Old Savannah Road Improvements Under bidding process
Bridge Improvements Projects Schedule Contractor
1) 15th Street Over Augusta Canal Under construction JHC Corporation
2) Broad Street over Augusta Canal Under construction JHC Corporation
3) Milledgeville Road over Rocky Creek Under construction JHC Corporation
4) 11th Street over Augusta Canal Under construction JHC Corporation
5) 7th Street over Augusta Canal Under construction JHC Corporation
6) Old Waynesboro Road over Spirit Creek Under construction ER Snell Contractor
7) Broad Street at Hawks Gully Under construction ER Snell Contractor
8) Scott’s Way over Rae’s Creek Under construction ER Snell Contractor
ITS Projects Schedule Contractor
1) Riverwatch Parkway Adaptive Signal Under construction County forces
2) RC Emergency & Transit Vehicles Preemption System Under construction County forces
3) ITS Master Plan Implementation Under construction County forces
Signal Modernization Projects Schedule Contractor
1) Walton Way –Bransford Road to Milledge Road under construction R.J. Haynie
2) Walton Way – Druid Park to Heard Ave under construction R.J. Haynie
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby amended:
Section 1: The project is authorize to CPB#N/A. This request is to continue funding of the current
On-Call Field and Laboratory Testing for Soil and Construction Material, and Geotechnical
Section 2: The following revenues are anticipated to available to the Consolidated
Government to complete the project.
750,000$
250,000$
1,000,000$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Honorable Hardie Davis, Jr., Mayor
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Please do not process this CPB. Once approved by the Commission an original will be forwarded for execution. Thanks
TIA Project (John C. Calhoun)
CAPITAL PROJECT BUDGET
CPB#N/A
On-Call Field and Laboratory Testing for Soil and Construction
Materials, and Geotechnical Inspections & Investigations
(RFP 14-140A)
Funding is available in Transportation Investment Act Projects and TIA Discretionary Funds.
TIA Discretionary Funds
Inspections & Investigation (CMT Geotech) Services contract in the amount of $1,000,000.
3.14.2016
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
CPB#N/A
On-Call Field and Laboratory Testing for Soil and Construction
CPB AMOUNT ADDITION CPB AMOUNT
SOURCE OF FUNDS CPB REQUEST
TIA Discretionary Funds ($750,000)($750,000)
TIA Project (John C. Calhoun)($250,000)($250,000)
TOTAL SOURCES:($1,000,000)($1,000,000)
USE OF FUNDS
On Call Inspections
235-041110-5414110-($1,000,000)($1,000,000)
TOTAL USES:($1,000,000)($1,000,000)
3.14.2016
Commission Meeting Agenda
4/19/2016 2:00 PM
Rail Crossing Quiet Zone
Department:Mayor's Office
Department:Mayor's Office
Caption:Discuss establishing a Rail Crossing Quiet Zone in downtown
Augusta. (Requested by Mayor Hardie Davis, Jr.)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
4/19/2016 2:00 PM
Spirit Creek Trunk Sewer Flow Monitoring
Department:Utilities
Department:Utilities
Caption:Consider proposal from McKim & Creed to perform RFP 15-189
flow monitoring analysis of the Spirit Creek Sanitary Sewer
Basin.
Background:Johnson, Laschober & Associates, PC (JLA) is currently
performing an engineering evaluation for the Spirit Creek Trunk
Sewer Rehabilitation project. Flow monitoring analysis is needed
to support this evaluation. The flow monitoring will record
current sewer flow and identify inflow and infiltration (I/I). RFP
15-189 Infiltration and Inflow Investigation Through Flow
Monitoring and Rain Gauging Services was issued to perform
flow monitoring engineering servicesand McKim and Creed was
selected. In accordance with RFP 15-189, McKim and Creed
submitted the attached proposal to perform flow monitoring in
support of the Spirit Creek Trunk Sewer Rehabilitation project.
Analysis:The Utilities Department has evaluated the McKim and Creed
proposal and has determined the proposed fee of $46,700.00 to be
reasonable based on the scope of work.
Financial Impact:Funds are available in 511043420-5212115 / 81500120-5212115
Alternatives:No alternatives are recommended.
Recommendation:We recommend approval for McKim and Creed to perform the
RFP 15-189 Spirit Creek flow monitoring for a fee of $46,700.00.
Funds are Available
in the Following
Accounts:
Funds are Available in the Following Accounts: 511043420-
5212115 / 81500120-5212115
Cover Memo
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Preliminary Scoping Document
City of Augusta – Utilities Department
Spirit Creek Sanitary Sewer Open Channel Flow Monitoring
Date: February 11, 2016 (REV0)
Prepared for:
Augusta Utilities Department
360 Bay Street Suite 180, Augusta, GA 30901
Prepared by:
McKim & Creed, Inc.
431 West 24th Street
Norfolk, VA 23517
Project Understanding
It is understood that the City of Augusta Utilities Department, AUD, desires to evaluate
the existing sanitary sewer collection/conveyance system within the Spirt Creek service
area in an effort to determine locations where excessive groundwater infiltration and
storm water inflow (I/I) exists. To determine which areas within the service area are
more prone to excessive I/I the wastewater collection system will be divided into twelve
(12) catchments and open channel flow monitors will be deployed in each catchment
area. Rainfall gauging will be performed concurrently with the flow monitoring activity
and wastewater flow volumes during wet weather periods will be compared to flow
volumes established during dry weather periods to determine which portions of the
collection system have the greatest levels of rainfall dependent I/I (RDI/).
Flow Monitoring
Flow monitoring will include installation and maintenance of twelve (12) open channel
flow meters within the Spirt Creek basin, as depicted by the attached schematic. The
Spirit Creek flow monitoring effort will provide information on sewer flows in the basin
and assist in determining critical areas requiring further field investigations to determine
the sources of RDI/I contribution.
A. Sanitary Sewer Flow Monitoring
1. Project Kick-off Meeting with AUD staff.
2. Historical Data Collection – After receiving formal notice-to-proceed
McKim & Creed staff members will obtain any legacy information that may
pertain to the flow metering effort. Information may include, but not be
limited to, previous monthly flow meter/rainfall gauging reports, collection
system maps and pumping station records, if applicable. The Project
Team shall review the existing information to provide a better
understanding of historical conditions of the wastewater
collection/conveyance system. The Project Team may also conduct
interviews and discussions with AUD staff to gain better operational
knowledge of the collection/conveyance systems and identify any known
existing problem areas.
3. Mapping Preparation – AUD’s existing GIS will be utilized to develop an
overall planimetric map that depicts the location of streets, property lines,
buildings, political boundaries, wastewater infrastructure and topography.
The prepared map will also identify the wastewater infrastructure that is
within each flow meter basin as a means to calculate apparent
groundwater infiltration, GWI, volumes based on inch-diameter-mile of
gravity piping.
4. Flow Meter and Rainfall Gauge Installation – Twelve (12) McKim & Creed
flow meters and two (2) McKim & Creed rainfall gauges will be installed in
the Spirit Creek Sewershed. All equipment locations will be approved by
AUD prior to installation. Flow monitoring and rainfall gauging will be
performed for sixty (60) calendar days.
5. Flow Meter Maintenance – McKim & Creed staff will perform flow meter
maintenance on a weekly basis. Each site will be visited to ensure that no
conditions exist that could be detrimental to the recording and collection of
quality flow data. During each site visit flow depth and velocity calibrations
will be performed to ensure accurate readings are being obtained. Each
flow meter/rainfall gauge will be programmed to record instantaneous
measurements during fifteen (15) minute intervals and will also be
checked twice daily remotely using McKim & Creed’s Telog Enterprise
system. Any inconsistent data will warrant an additional site visit from the
maintenance crew.
6. Flow Meter Data Retrieval – The data from McKim & Creed’s flow meters
and rainfall gauging equipment will be transferred daily to McKim &
Creed’s Telog Enterprise server and AUD will be able to access and
download the data through the Telog Enterprise web browser. While AUD
will not be able to change any of the operational characteristics of the
equipment, AUD will be able to monitor the flow parameters at every site
and visualize the effects of wet weather events prior to receiving monthly
flow monitoring summary reports from McKim & Creed.
7. Flow Data Analysis – The following identifies the analysis that will be
performed for each of the twelve (12) flow monitoring sites on a monthly
basis.
Data Analysis and Reporting
Monthly reports shall contain charts, tables, hydrographs and figures demonstrating at
a minimum, the following quantities and calculations:
ADF, Average Daily Flow
ABF, Average Base Flow, established during periods of dry weather.
ASF, Average Daily Sanitary Sewer Flow, determined by calculation
ASF = ABF - GWI
GWI, Non-Rainfall Groundwater Infiltration, estimated by analysis of early
morning flows when the sanitary sewer contribution is very low. GWI will be
calculated as 90 percent of the lowest recorded flow value after all upstream
contributing flow has been subtracted.
MSF, Minimum Sanitary Flow, by calculation, MSF = 0.12*ASF.
MBF, Minimum Base Flow, by calculation, MBF = MSF + GWI.
Ratio of MBF/ABF.
Ratio of GWI/ABF.
Rainfall Amount and Intensity.
Rainfall Dependent Infiltration/Inflow, (RDI/I), directly resulting from rainfall.
RDI/I = Total Flow Volume – ABF
Peak RDI/I, maximum difference between the ABF and Total Flow hydrographs.
PHF, Peak Hour Flow
Peaking Factor = PHF/ADF
Peak 15-minute Flow Depth
Peak 15-minute Flow Velocity
Peak 15-minute Flow Volume
Current Full Pipe Capacity
Total Monthly Flow
Ratio of GWI/Inch-Diameter Miles of Upstream Contributing Sewer Mains for
each meter basin.
The monthly flow/rain data will also be supplemented with hydrographs for
each site that depict 24-hour dry weather flow, as well as, 24-hour flow
rates recorded during wet weather events. The hydrographs will also
include depiction of the magnitude and duration of each rainfall event. In
an effort to isolate the impact RDI/I in each particular flow meter basin,
upstream dry and wet weather flow volumes will be subtracted from the
total volume measured at the metering point.
8. Technical Memorandum - Upon review and acceptance of the monthly
reports McKim & Creed will prepare a Technical Memorandum, TM,
describing the results of the flow monitoring/rainfall gauging effort. The TM
will identify the same information provided in the monthly reports, as well
as, summarizing the projected groundwater infiltration levels and the
experienced RDI/I in each flow meter basin. Each flow meter basin will
also be ranked on groundwater infiltration and RDI/I susceptibility, based
on both pure volume and volume per gallons/inch diameter mile of piping.
The basins with the highest RDI/I contribution will be recommended for
additional evaluation. Additional evaluation may include night flow
isolation, to determine groundwater infiltration sources, and smoke testing
to identify RDI/I sources. McKim & Creed will provide the TM in draft form
for AUD review and conduct a follow up review meeting to discuss
findings, comments, and recommended additional field services.
Fee Schedule
For the services outlined above, the McKim & Creed shall be compensated for the
services as follows:
Source: Esri, DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX,Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community
Spirit Creek Trunk Sewer RehabilitationProject Map
Augusta Utilites Department360 Bay Street, Suite 180Augusta, GA 30901
Peach Orchard Rd
Deans Bridge Rd
Windsor Spring Rd
Tobacco Rd
Old Waynesboro Rd
Mike Padgett Hwy
Legend
SPIRIT CREEK SEWER BASIN
CA
D
F
I
L
E
:
J
L
A
2
4
x
3
6
.
D
W
G
RE
V
.
0
1
/
2
2
/
1
6
J
D
P
JOHNSON, LASCHOBER & ASSOCIATES, P.C.
1296 BROAD STREET AUGUSTA, GEORGIA 30901
TEL (706) 724-5756 FAX (706) 724-3955
K:\30421501\Civil\JLA-SCHEMATIC.dwg Plotted:2/3/2016 3:29 PM By:Justin Purucker
Architects
Engineers
Landscape Architects
Since 1980
3042.1501
1 2 3
A
B
C
D
A
B
C
D
1 2 3 4
0
GRAPHIC SCALE
1"=2000'
2000'1000'500'2000'
LEGEND:
RAILROAD CENTERLINE
SANITARY SEWER COLLECTOR
SANITARY SEWER TRUNK LINE
LANDMARK MANHOLE
ROADWAY CENTERLINE
PRE-INTERCEPTOR TRUNK LINE
ON SPIRIT CREEK INTERCEPTOR
ON RELATED TRUNK OR COLLECTOR
Request for Proposal
Request for Proposals will be received at this office until Friday, June 26, 2015 @ 11:00 a.m. for furnishing:
RFP Item #15-189 Infiltration & Inflow Investigation through Flow Monitoring & Rain Gauging
Services for Utilities Department
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair 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, 535
Telfair Street – Room 605, Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, June 12,
2015, @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered.
No RFP may be withdrawn for a period of 60 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 request
for proposal 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
Revised: 1/12/2015
VENDORS Attachment
B
E-Verify
#
SAVE
Form
Fee
Proposal Original 7
Copies
MCKIM & CREED, INC.
GREG ANDERSON, PE
365 NORTHRIDGE ROAD, SUITE 200
ATLANTA GA 30350
YES 68813 YES YES YES YES
WOOLPERT
375 NORTHRIDGE ROAD,
SUITE 300
ATLANTA, GA 30350
YES 636331 YES YES YES YES
W. K. DICKSON & CO.
1450 GREENE STREET
AUGUSTA, GA 30901 YES 110665 YES YES YES YES
Proposal Opening
RFP Item #15-189
Infiltration & Inflow Investigation through
Flow Monitoring & Rain Gauging Services
for Augusta, Georgia - Utilities Department
RFP Due: Friday, June 26, 2015 @ 11:00 a.m.
Total Number Specifications Mailed Out: 6
Total Number Specifications Download (Demandstar): N/A
Total Electronic Notifications (Demandstar): N/A
Mandatory Pre-proposal/Telephone Conference Attendees: N/A
Total packages submitted: 3
Total Noncompliant: 0
Page 1 of 1
Evaluation Criteria
PTS
MCKIM & CREED, INC.
GREG ANDERSON, PE
365 NORTHRIDGE ROAD,
SUITE 200
ATLANTA GA 30350
WOOLPERT
375 NORTHRIDGE ROAD,
SUITE 300
ATLANTA, GA 30350
W. K. DICKSON & CO.
1450 GREENE STREET
AUGUSTA, GA 30901
1 Firms experience and performance on
projects of similar size and scope in the
last five years
25 23 23 24
2. Firms Quality Control, Quality
Assurance and Project Tracking 25 23 19 22
3 Project Approach and Understanding 25 24 23 22
4 Proposals: experience, references and
availability of Key Staff
25 24 19 21
Total 100 92 83 89
Comulative Evaluation Sheet - RFP Item #15-189
Infiltration & Inflow Investigation through
Flow Monitoring & Rain Gauging Services
for Augusta, Georgia - Utilities Department
Thursday, July 9, 2015 @ 3:00 p.m.
W. K. DICKSON & CO.
ATTN: WILLIAMS “TREY” WINGATE
1450 GREENE STREET
AUGUSTA, GA 30901
CH2MHILL
ATTN: BETSY MASSIE
1000 ABERNATHY ROAD
ATLANTA, GA 30328
WOOLPERT
ATTN: ERIC MCDONALD
375 NORTHRIDGE RD, #100
ATLANTA, GA 30350
ATTN: MIKE OSBORNE
ATTN: MCKIM & CREED
8020 TOWER POINT DRIVE
CHARLOTTE, NC 28227
MWH
ATTN: DEBRA JAMES
230 PEACHTREE ST., S470
ATLANTA, GA RETURNED MAIL
Updated Address Listed Below
STEVEN BEHREND
UTILITIES DEPARTMENT
BAY STREET
TOM WIEDMEIER
UTILITIES DEPARTMENT
BAY STREET
DEANNA DAVIS
UTILITIES DEPARTMENT
BAY STREET
YVONNE GENTRY
LSBOP
RFP 15-189 Infiltration & Inflow
Investigation through Flow Monitoring &
Rain Gauging Services
Mailed: June 4, 2015
RFP 15-189
Infiltration & Inflow Investigation through
Flow Monitoring & Rain Gauging
Services For Utilities Department
RFP Due: Fri. 6/26/15 @ 11:00 a.m.
MWH
ATTN: DOUG EDWARDS
235 PEACHTREE STREET NE
SUITE 2200
ATLANTA, GA 30303
PAGE 1 OF 1
RFP 15-189
Commission Meeting Agenda
4/19/2016 2:00 PM
Walton Way (SR 4) Lighting Memorandum of Agreement
Department:Engineering
Department:Engineering
Caption:Approve Memorandum of Agreement (MOA) between Augusta,
Georgia and the Georgia Department of Transportation (DOT) to
replace and maintain new roadway lighting along Walton Way
(SR 4) between 13th Street and 15th Street as requested by AED.
Background:This project will replace the existing streetlight system along
Walton Way (SR 4) from 13th Street to 15th Street. Currently,
this system is beyond its useful life from a wiring, conduit, and
luminaire standpoint. The infrastructure supporting this system is
almost 40 years old and deteriorated significantly, experiences
frequent and long failures and is badly in need of replacement.
The existing wiring system is frayed in several areas, substandard
and unable to support upgraded light fixtures. The conduit for the
wiring systems is crushed and/or deteriorated in numerous
locations, thusly, we are unable to replace or upgrade the wiring
systems utilizing existing infrastructure. This project will
provide a complete upgrade and replacement of the systems that
will not only be more aesthetically pleasing and improve vehicle
and pedestrian safety along Walton Way. Project will also be
environmentally responsible in that the proposed system will
utilize Light Emission Diode (LED) technology. Currently, there
is a proposed project by the Augusta Engineering Department to
upgrade this system, but since this section of Walton Way is
designated State Route 4, Georgia DOT requires that the local
government enter into a MOA to cover future maintenance of the
lighting prior to issuance of a utility permit.
Analysis:Project will significantly improve lighting of the corridor by
replacing 32 overhead, antiquated incandescent streetlights with
18 overhead, and 30 pedestrian level lights. Approval of the MOA
is the final step for AED to obtain the necessary permit for
upgrading the lighting.
Financial Impact:AED is currently maintaining the existing lighting along this
Cover Memo
section of Walton Way and the difference in the annual cost of
maintaining the system will be less.
Alternatives:1. Approve MOA between Augusta, Georgia and Georgia DOT to
install and maintain new roadway lighting along Walton Way (SR
4) between 13th Street and 15th Street 2. Do not approve and
lighting project cannot proceed.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
PLEASE DO NOT PROCESS THIS DOCUMENT. ONCE APPROVED BY COMMISSION, THE
ORIGINAL DOCUMENT WILL BE FORWARDED FOR EXECUTION. PLEASE CONTACT AED,
EXT 5070 FOR ADDITIONAL INFORMATION.
Commission Meeting Agenda
4/19/2016 2:00 PM
Affidavit
Department:
Department:
Caption:Motion to approve 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