HomeMy WebLinkAbout2016-09-06-Meeting AgendaCommission Meeting Agenda
Commission Chamber
9/6/2016
2:00 PM
INVOCATION:Reverend Paul Robertson, Pastor, Windsor Spring Baptist Church.
PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA.
RECOGNITION(S)
Employee of the Month
A. Congratulations!Mr. Roy Searles, Property and Maintenance
Supervisor II ,Central Services Department, September 2016 Employee
of the Month.
Attachments
Five (5) minute time limit per delegation
DELEGATIONS
B.Ms. Betty English, Augusta, GA Extension Service regarding the
introduction of Mr. Campbell Vaughn, Agriculture and National
Resources Agent.
Attachments
CONSENT AGENDA
(Items 1-29)
PUBLIC SERVICES
1.Motion to approve New Ownership Application: A.N. 16-30: request
by Samratkumar J. Brahmbhatt for a retail package Beer & Wine
License to be used in connection with Sewa Kendra LLC located at 3671
Peach Orchard Rd. District 6. Super District 10. (Approved by Public
Services Committee August 30, 2016)
Attachments
2.Motion to approve New Location: A.N. 16-31: request by David A. Attachments
Przedecki for an on premise consumption Beer & Wine License and a
retail package Beer & Wine License to be used in connection with
Hampton Inn & Suites located at 3028-B Washington Rd. District 7.
Super District 10. (Approved by Public Services Committee August
30, 2016)
3.Motion to approve New Location: A.N. 16-32: request by Mi Seon
Choi for a retail package Beer & Wine License to be used in connection
with E Z Grab Mart LLC located at 2228 Rosier Rd. District 6. Super
District 10. (Approved by Public Services Committee August 30,
2016)
Attachments
4.Motion to approve Amendment Number 1 to Memorandum of
Understanding with Downtown Development Authority regarding
reimbursements for SPLOST Projects. (Approved by Public Services
Committee August 30, 2016)
Attachments
5.Motion to approve a contract with Apollo Video Technology for the
purchase and installation of Cameras and Software on Transit Buses.
(Approved by Public Services Committee August 30, 2016)
Attachments
6.Motion to approve the Section 5307 and Section 5339 Augusta Public
Transit grant application between the Federal Transit Administration
(FTA) and Augusta, Georgia. (Approved by Public Services
Committee August 30, 2016)
Attachments
7.Motion to approve award of Bid Item 16-196 New Wind Cone,
Segmented Circle and Signage at Daniel Field Airport to TCA Electrical.
(Approved by Public Services Committee August 30, 2016)
Attachments
8.Motion to approve the award of Obstruction Clearing on the approach
end of Runway 5. (Bid Item 16-197) (Approved by Public Services
Committee August 30, 2016)
Attachments
9.Motion to approve a Partnership agreement between the City of Augusta
and the Greater Augusta Arts Council to introduce ART at Transit Bus
Attachments
Stops in Augusta with the artist to maintain the artwork for a specified
period of time. (Approved by Public Services Committee August 30,
2016)
10.Motion to approve a change order to increase the value of the
Architectural and Engineering services contract with Wendel Companies
dated March 25, 2013 for the Design of a Transit Operation and
Maintenance Facility for Augusta, Georgia. (Approved by Public
Services Committee August 30, 2016)
Attachments
ADMINISTRATIVE SERVICES
11.Motion to approve the award of the RFP for Dental Services (RFP #16-
199) to MetLife for a period of 2 years with the option to extend 1 year
under a 5% rate cap. (Approved by Administrative Services
Committee August 30, 2016)
Attachments
PUBLIC SAFETY
12.Motion to approve the appointment of Sterling Jones, Interim 911
Director, to fill the unexpired term of Dominick Nutter on the Region VI
EMS Council. (Approved by Public Safety Committee August 30,
2016)
Attachments
13.Motion to approve entering into a Memorandum of Agreement (MOA)
between GEMA and Homeland Security Georgia Search and Rescue
Team (GSAR) #tf-3 and to authorize the Mayor to execute the
appropriate documents. (Approved by Public Safety Committee
August 30, 2016)
Attachments
14.Motion to approve entering into a Mutual Aide Agreement with Beech
Island, South Carolina to provide for the protection of life and property
of the citizens of Augusta-Richmond County, Georgia and Beech Island,
South Carolina and to authorize the Mayor to execute the appropriate
documents. (Approved by Public Safety Committee August 30, 2016)
Attachments
15.Motion to approve entering into a Mutual Aide Agreement with Harlem,
Georgia to provide for the protection of life and property of the citizens
Attachments
of Augusta-Richmond County, Georgia and Harlem, Georgia and to
authorize the Mayor to execute the appropriate documents. (Approved
by Public Safety Committee August 30, 2016)
16.Motion to accept a Hazard Mitigation Grant from GEMA for the
purchase and installation of 4 Severe Weather Warning Sirens and
approve the Mayor to execute all grant paperwork. (Approved by
Public Safety Committee August 30, 2016)
Attachments
17.Motion to authorize award of Bid Item #16-160 to purchase Automatic
External Defibrillators to One Beat CPR. (Approved by Public Safety
Committee August 30, 2016)
Attachments
FINANCE
18.Motion to approve agreement with Augusta Museum of History for
funding as authorized in SPLOST Phase VI. (Approved by Finance
Committee August 30, 2016)
Attachments
19.Motion to approve agreement with Pendleton King Park Foundation for
funding as authorized in SPLOST Phase VI. (Approved by Finance
Committee August 30, 2016)
Attachments
ENGINEERING SERVICES
20.Motion to authorize condemnation to acquire of a portion of property
for right of way and temporary construction easement, (Parcel 045-4-
202-00-0) 1550 Wrightsboro Road. (Approved by Engineering
Services Committee August 30, 2016)
Attachments
21.Motion to approve RFQ #16-178: Task Order Program (2016) for
Utilities Department in the amount of $5,000,000.00 for execution by
JAMCO Civil Inc.; Blair Construction, Inc., CHB, and Beams
Contracting as qualified and selected contractors. (Approved by
Engineering Services Committee August 30, 2016)
Attachments
22.Motion to approve proposal from ZEL Engineering for Hydraulic Attachments
Model Update and Water System Improvements. (Approved by
Engineering Services Committee August 30, 2016)
23.Motion to approve award of the On-Call Pothole Repair, Paving and
Emergency Repair Services Contract to Blair Construction, Beam’s
Contracting, and Georgia-Carolina Paving. Award is contingent upon
receipt of signed contracts and proper insurance documents. Also,
approve $1,000,000 to fund the proposed On-Call Pothole Repair,
Paving and Emergency Repair Services as requested by AED. (RFP 16-
161) (Approved by Engineering Services Committee August 30,
2016)
Attachments
24.Motion to approve award of the On-Call Tree Removal Services
Contract to Atlanta Premier Tree, Big Dog, and Jamco Civil, LLC,.
Award is contingent upon receipt of signed contracts and proper
insurance documents. Also, approve $250,000 to fund the proposed On-
Call Tree Removal Services as requested by AED. (RFP 16-156)
(Approved by Engineering Services Committee August 30, 2016)
Attachments
25.Motion to approve task the Mayor and Administrator with developing a
functional plan to rid this city of blighted structures and overgrown
vegetation on the right of ways and vacant lots. Plan must include a
means for resurfacing many of our streets and highways that have been
neglected for 10 or more years. Lastly, explain to our constituents why
it's more important to invest millions of taxpayer dollars in lieu of
providing regularly cut right of ways and lots, surfaced streets, and the
demolishing of abandoned structures. (Approved by Engineering
Services Committee August 30, 2016)
Attachments
26.Motion to approve awarding low bid in the amount of $55,486.00 to
Graybar for street light poles and fixtures for replacements/repairs in the
Augusta Richmond County Urban areas for a period of one year.
Funding is available in the Street Lighting budget account
#2760416105311640. Bid 16-142 (Approved by Engineering Services
Committee August 30, 2016)
Attachments
PETITIONS AND COMMUNICATIONS
27.Motion to approve the minutes of the regular meeting of the Attachments
Commission held August 16, 2016 and Special Called Meeting August
30, 2016.
APPOINTMENT(S)
28.Motion to approve the appointment of Mr. Alvin Williams to unexpired
term of Mr. Phil Joyner to the General Aviation Commission - Daniel
Field representing District 4. (Requested by Commissioner Sammie
Sias)
Attachments
29.Motion to approve the appointment of Mr. James A. Dean II to the
unexpired term of Mr. Quincy Jordon to the Board of Zoning Appeals
representing District 4.
Attachments
****END CONSENT AGENDA****
AUGUSTA COMMISSION
9/6/2016
AUGUSTA COMMISSION
REGULAR AGENDA
9/6/2016
(Items 30-37)
PUBLIC SERVICES
30.Consider appeal from Sharon Bush Ellison regarding the denial of
"Approval for Employment" Adult Entertainment Independent
Contractor License. (Deferred from the August 16, 2016 Commission
Meeting)
Attachments
ADMINISTRATIVE SERVICES
31.Discuss the authority to discontinue compensation paid to
commissioners appointment to the various boards, authorities and
commissions. (Requested by Commissioner Marion Williams)
Attachments
32.Discuss random drug testing. (Requested by Commissioner Marion Attachments
Upcoming Meetings
www.augustaga.gov
Williams)
33.Ratify Resolution of Condolences for the late Mayor Pauline Williams
Jenkins, City of Waynesboro, GA. (Requested by Mayor Hardie
Davis, Jr.)
Attachments
34.Authorize amendments to the health and wellness contract designed to
improve overall employee health conditions through wellness initiatives
while managing the cost of healthcare services. (No recommendation
by Administrative Services Committee August 30, 2016)
Attachments
PUBLIC SAFETY
35.Municipal Building Security. (Requested by Commissioner Marion
Williams)
Attachments
ADMINISTRATOR
36.Presentation Archer Group regarding the compensation study. Attachments
LEGAL MEETING
A. Pending and Potential Litigation.
B. Real Estate.
C. Personnel.
37.Motion to approve execution by the Mayor of the affidavit of
compliance with Georgia's Open Meeting Act.
Commission Meeting Agenda
9/6/2016 2:00 PM
Invocation
Department:
Department:
Caption:Reverend Paul Robertson, Pastor, Windsor Spring Baptist Church.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Employee of the Month
Department:Human Resources
Department:Human Resources
Caption: Congratulations!Mr. Roy Searles, Property and Maintenance
Supervisor II ,Central Services Department, September 2016
Employee of the Month.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Introduction of Cty. Extension Agent
Department:Augusta, GA Extension Service
Department:Augusta, GA Extension Service
Caption:Ms. Betty English, Augusta, GA Extension Service regarding the
introduction of Mr. Campbell Vaughn, Agriculture and National
Resources Agent.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Alcohol Application
Department:Planning & Development
Department:Planning & Development
Caption:Motion to approve New Ownership Application: A.N. 16-30:
request by Samratkumar J. Brahmbhatt for a retail package Beer
& Wine License to be used in connection with Sewa Kendra LLC
located at 3671 Peach Orchard Rd. District 6. Super District 10.
(Approved by Public Services Committee August 30, 2016)
Background:This is a New Ownership Application formerly in the name of
David Sanbach.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $665.00.
Alternatives:
Recommendation:The Planning & Development Department 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
9/6/2016 2:00 PM
Alcohol Application
Department:Planning & Development
Department:Planning & Development
Caption:Motion to approve New Location: A.N. 16-31: request by David
A. Przedecki for an on premise consumption Beer & Wine
License and a retail package Beer & Wine License to be used in
connection with Hampton Inn & Suites located at 3028-B
Washington Rd. District 7. Super District 10. (Approved by
Public Services Committee August 30, 2016)
Background:This is New Location previously located at 3030 Washington Rd.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $665.00.
Alternatives:
Recommendation:The Planning & Development Department 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
9/6/2016 2:00 PM
Alcohol Application
Department:Planning & Development
Department:Planning & Development
Caption:Motion to approve New Location: A.N. 16-32: request by Mi
Seon Choi for a retail package Beer & Wine License to be used in
connection with E Z Grab Mart LLC located at 2228 Rosier Rd.
District 6. Super District 10. (Approved by Public Services
Committee August 30, 2016)
Background:This is a New Location.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $665.00.
Alternatives:
Recommendation:The Planning & Development Department 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
9/6/2016 2:00 PM
Amendment 1 to MOU with DDA for SPLOST Projects
Department:Administrator
Department:Administrator
Caption:Motion to approve Amendment Number 1 to Memorandum of
Understanding with Downtown Development Authority regarding
reimbursements for SPLOST Projects. (Approved by Public
Services Committee August 30, 2016)
Background:On December 15, 2015, the Commission approved a
Memorandum of Understanding with the DDA for
implementation of the Downtown Projects funded in SPLOST VI
for $1.2 million. Subsequent to the planning and public
involvement process for these projects, the DDA presented to the
Commission the concept plans for a set of proposed enhancements
to the Riverwalk, which the Commission approved to proceed to
the Design phase.
Analysis:Now that the concept plans and preliminary budget have been set
for the Downtown Projects in SPLOST VI, the DDA can proceed
with a more precise schedule and financial plan for the projects.
This Amendment Number 1 reflects that plan in terms of the cash
flow from SPLOST VI necessary to proceed with design and
implementation.
Financial Impact:Funding was previously approved from SPLOST VI. No
additional funding is needed for this Amendment.
Alternatives:N/A
Recommendation:Approve Amendment 1 to the Memorandum of Understanding
Regarding Reimbursements for SPLOST Projects with the
Downtown Development Authority.
Funds are Available
in the Following SPLOST VI Cover Memo
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Apollo Video Technology
Department:Augusta Public Transit
Department:Augusta Public Transit
Caption:Motion to approve a contract with Apollo Video Technology for
the purchase and installation of Cameras and Software on Transit
Buses. (Approved by Public Services Committee August 30,
2016)
Background:The Augusta Transit Department is requesting approval to execute
a contract with Apollo Video Technology for the purchase and
installation of cameras and software on its transit fleet. This
contract is for a total expenditure not to exceed $228,166.00. This
purchase would be made in accordance with the provisions of an
approved GSA Contract # GS-07F-0776X.
Analysis:August Transit fleet is currently equipped with a camera system
that has become outdated and in need of replacement. In some
cases, the cameras are inoperative and not cost effective to
replace. Installation of cameras on transit buses is a best practice
with transit agencies across the United States. The benefits of a
camera system include making customers feel safe, assisting in
customer service investigations, providing legal evidence, and
reducing fraudulent claims. The project aligns with Augusta
Transit’s goals and objectives which include: • Provide high
quality public transit services • Implement image improvement
solutions • Establish a work environment that instills unity,
teamwork, achievement, and trust • Maintain budget and pursue
efficiencies • Pursue the latest transit technologies, including
vehicles, and best practices
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: Total Split Federal Local $ 80,000 80/20
$64,000 $16,000 $100,000 80/20 $80,000 $20,000 $ 7,000 80/20
$ 5,600 $ 1,400 $ 41,166 50/50 $ 20,583 $20,583 Total $228,166
$170,183 $57,983 Cover Memo
Alternatives:Do not purchase a replacement camera system for the transit fleet.
The added benefits of having the system would be lost.
Recommendation:Approve the contract with Apollo Video Technology under the
GSA Schedule pricing for the purchase and installation of the
software and hardware for providing a comprehensive video
camera system on Augusta’s transit fleet in the amount not to
exceed $226,642.00.
Funds are Available
in the Following
Accounts:
54709-1211-54-25310 Grant X307 54709-1215-52-22510 Grant
X343 54709-1215-53-16210 Grant X343 GDOT 5311 Grant
Project T005888
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
SUBJECT: Contract with Apollo Video Technology
CAPTION: A motion to approve a contract with Apollo Video Technology for the purchase and
installation of Cameras and Software on Transit Buses.
BACKGROUND: The Augusta Transit Department is requesting approval to execute a contract with
Apollo Video Technology for the purchase and installation of cameras and software on its transit fleet.
This contract is for a total expenditure not to exceed $228,166.00. This purchase would be made in
accordance with the provisions of an approved GSA Contract # GS-07F-0776X.
ANALYSIS: August Transit fleet is currently equipped with a camera system that has become outdated
and in need of replacement. In some cases, the cameras are inoperative and not cost effective to replace.
Installation of cameras on transit buses is a best practice with transit agencies across the United States.
The benefits of a camera system include making customers feel safe, assisting in customer service
investigations, providing legal evidence, and reducing fraudulent claims.
The project aligns with Augusta Transit’s goals and objectives which include:
· Provide high quality public transit services
· Implement image improvement solutions
· Establish a work environment that instills unity, teamwork, achievement, and trust
· Maintain budget and pursue efficiencies
· Pursue the latest transit technologies, including vehicles, and best practices
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:
Funding Source Total Split Federal Local
FTA Grant GA-90-X307 $ 80,000 80/20 $ 64,000 $16,000
FTA Grant GA -90-X343 $100,000 80/20 $ 80,000 $20,000
FTA Grant GA -90-X343 $ 7,000 80/20 $ 5,600 $ 1,400
GDOT 5311 Project T005888 $ 41,166 50/50 $ 20,583 $20,583
$228,166 $170,183 $57,983
ALTERNATIVES: Do not purchase a replacement camera system for the transit fleet. The added
benefits of having the system would be lost.
RECOMMENDATION: Approve the contract with Apollo Video Technology under the GSA Schedule
pricing for the purchase and installation of the software and hardware for providing a comprehensive video
camera system on Augusta’s transit fleet in the amount not to exceed $228,166.00.
This agreement is made and entered into this day of , 2016 by Apollo Video Technology,
hereinafter “Contractor” and Augusta, Georgia, hereinafter “Customer”. Contractor and Customer,
agree as follows:
Article 1 – Scope of Work / Order of Precedence
The scope of work, terms and conditions for this Agreement are those described in the GSA Contract
# GS-07F-0776X and Apollo Video Technology’s quotations (Exhibit A), all of which are hereby
included, by reference, in this Agreement in following order of precedence:
1. This agreement
2. Attachment A
3. GSA Contract # GS-07F-0776X
Change orders, Supplemental Agreements, and approved revisions to Plans and Specifications will
take precedence over Items 1 through 3 above.
Article 2 – Contract Price and Payments
As full compensation for providing all of the material and equipment and documentation in accordance
with the Agreement, and for the fulfillment of the Agreement requirements and completion of the total
project, Customer shall pay a firm fixed price total contract amount of $226,642.00. All invoices will
reference this contract number and Customer’s internal Purchase Order number (if applicable).
Article 3 – Federal Transit Administration Required Contract Clauses
This agreement incorporates by reference the following Federal Transit Administration required
clauses with the same force and effect as set forth in full in the main text of the agreement. It is
understood and agreed that the Contractor is obligated by and to Augusta, Georgia (hereinafter
referred to as Augusta, Georgia) for any specifications or documentation required of Augusta, Georgia
under these clauses.
Master Grant Agreement FTA MA (22) dated October 1, 2015: http://www.fta.dot.gov
Circular 4220.1F, dated November 1, 2008, Rev. 3/18/2013:
http://www.fta.dot.gov/legislation_law/12349_8641.html
FTA’s Best Practices Procurement Manual (BPPM), offers suggested procedures, methods, and
examples on conducting third party procurements to assist in meeting the standards of FTA Circular
4220.1F. The BPPM is available at: https://www.transit.dot.gov/funding/procurement/best-practices-
procurement-manual
The Code of Federal Regulations (CFR) website is available at: http://www.ecfr.gov
1. No Government Obligation to Third Parties. The contractor agrees, absent express written
consent of the Federal Government, that the Federal Government is not a party to the contract
and shall not be subject to any obligations or liabilities to any third party contractor, or any sub
recipient, or any other party pertaining to any matter resulting from this contract or purchase
order. The contractor agrees to include a similar provision in each subcontract financed in
whole or in part with federal assistance provided by the FTA.
2. Program Fraud and False or Fraudulent Statements. The contractor acknowledges that
the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 USC §3801,
et seq., and U.S. Department of Transportation regulations, “Program Fraud Civil Remedies,”
49 CFR Part 31, apply to its activities in connection with this contract or purchase order. Upon
execution of the underlying contract, the contractor certifies and affirms the truthfulness and
accuracy of any statement it has made, causes to be made, makes, or may make pertaining to
the contract or the underlying FTA assisted project for which this contract or purchases order
is being performed. In addition to other penalties that may apply, the contractor further
acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or
certification, the Federal Government reserves the right to impose the penalties of the
Program Fraud Civil Remedies Act of 1986 on the contractor to the extent the Federal
Government may deem appropriate. The contractor also acknowledges that if it makes or
causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or
certification to the Federal Government in connection with an urbanized area formula project
financed with federal assistance authorized for 49 USC §5307, the Federal Government
reserves the right to impose the penalties of 18 USC §1001 and 49 USC §5307(n) (1) on the
contractor, to the extent the Federal Government deems appropriate. The contractor agrees
to include the above stated provisions in each subcontract financed in whole or in part with
federal assistance provided by the FTA. Contractor shall not modify the above stated
provisions except to identify the subcontractor who will be subject to the provisions.
3. Access to Records.
a. The contractor agrees to provide Augusta Georgia, the FTA Administrator, the
Comptroller General of the United States, or any of their authorized representatives,
access to any books, documents, papers, and records of the contractor which are
directly pertinent to this contract for the purposes of making audits, inspections,
examinations, excerpts, transcriptions, and reports. Contractor further agrees to
provide Augusta Georgia, the FTA Administration or their authorized representatives
or agents access to contractor’s records and construction sites pertaining to a major
capital project as defined at 49 USC 5302(a)1 which is receiving federal financial
assistance through any program described at 49 USC 5307, 5309 or 5311. The
contractor shall require its subcontractors to provide access to their books,
documents, papers and records to the representatives identified above for the
purposes described herein.
b. The contractor agrees to permit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as may be reasonably
requested.
c. Contractor also agrees, pursuant to 49 CFR 633.17, to provide the FTA Administrator
or authorized representative (including a Project Management Oversight (PMO
contractor) access to contractor’s construction sites and records pertaining to a major
capital project, defined at 49 USC §5302(a)(1), which is receiving federal financial
assistance through the programs described at 49 USC §§5307, 5309, or 5311.
d. The contractor further agrees to maintain all books, records, accounts, and reports
required under this contract for a period of not less than three (3) years after the date
of termination or expiration of this contract, except in the event of litigation or
settlement of claims arising from the performance of this contract, in which case
contractor agrees to maintain same until Augusta Georgia, the FTA Administrator, the
Comptroller General, or any of their duly authorized representatives, have disposed of
all such litigation, appeals, claims, or exceptions related thereto. See also 49 CFR
18.39(i) (11).
4. Federal Changes. The contractor shall at all times comply with all applicable FTA
regulations, policies, procedures, and directives, including without limitation those listed
directly or by reference in the Master Grant Agreement FTA MA (21) dated October 1, 2014
between Augusta Georgia and the FTA, as they may be promulgated or amended from time to
time during the term of this contract. Contractor’s failure to so comply shall constitute a
material breach of this contract. The contractor agrees to include the above stated provision
in each subcontract financed in whole or in part with federal assistance provided by the FTA.
5. Termination for Convenience or Default. Augusta, Georgia may terminate this contract, in
whole or in part, at any time by written notice to the contractor when it is in the Augusta,
Georgia’s, as the recipient of FTA grant funds that support the Project, best interests. The
contractor shall be paid its costs, including contract close-out costs, and profit on work
performed up to the time of termination. The contractor shall not have a claim for and shall not
be paid any lost profits or damages if terminated for cause (default) or convenience.
Contractor hereby waives and releases Augusta, Georgia from any claims for damages or lost
profits as a result of a termination for default or convenience of the government, and
acknowledges and agrees that it shall have no such claims against Augusta, Georgia. The
contractor shall promptly submit its termination claim to Augusta, Georgia. If the contractor
has any property in its possession belonging to the Augusta, Georgia, the contractor will
account for the same, and dispose of it in the manner Augusta, Georgia directs, with the
concurrence of Augusta, Georgia. If the contractor fails to deliver supplies or to perform the
services within the time specified in this contract or any extension, or if the contractor fails to
comply with any other provisions of this contract, Augusta, Georgia may terminate this
contract for default. e Augusta, Georgia may terminate this contract for default by delivering to
the contractor a Notice of Termination specifying the nature of the default. The contractor will
only be paid the contract price for supplies delivered and accepted, or services performed in
accordance with the manner of performance set forth in this contract. If this contract is
terminated while the contractor has possession of Augusta, Georgia owned goods, the
contractor shall, upon direction of Augusta, Georgia’s contract administrator with the consent
of the Augusta, Georgia if any of the goods are owned by or have been paid for by Augusta,
Georgia, protect and preserve the goods until surrendered to Augusta, Georgia or its agent.
The contractor and Augusta, Georgia shall agree on payment for the preservation and
protection of goods. Failure to agree on an amount will be resolved in accordance with the
contract or purchase order, applicable law and the Breaches and Disputes Resolution clause
set forth below. If, after termination for failure to fulfill contract obligations, it is determined that
the contractor was not in default, the rights and obligations of the parties shall be the same as
if the termination had been issued for the convenience of Augusta, Georgia. Similar provisions
apply to purchase orders and contracts for construction and architect/engineering services.
6. Civil Rights. The following requirements apply to this purchase order or contract:
a. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 USC
§2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 USC §6102,
section 202 of the Americans with Disabilities Act of 1990, as amended, 42 USC §12132, and
Federal transit law at 49 USC §5332, as each may be amended from time to time, the
contractor agrees that it will not discriminate against any employee or applicant for
employment because of race, color, creed, national origin, sex, age, or disability. In addition,
the contractor agrees to comply with all applicable federal implementing regulations and any
other implementing requirements FTA may issue.
b. Equal Employment Opportunity. The following equal opportunity requirements apply to this
purchase order or contract:
(1) Race, Color, Creed, National Origin, Sex. In accordance with Title VII of the
Civil Rights Act, as amended, 42 USC §2000e, and Federal transit laws at 49
USC §5332, the contractor agrees to comply with all applicable equal employment
opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
“Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor,” 41 CFR Parts 60, et seq., (which implement
Executive Order No. 11246, “Equal Employment Opportunity,” as amended by
Executive Order No. 11375, “Amending Executive Order 11246 Relating to Equal
Employment Opportunity,” 42 USC §2000e note), and with any other applicable
Federal statutes, executive orders, regulations, and Federal policies that may in
the future affect construction activities undertaken in the course of the project.
The contractor agrees to take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to
their race, color, creed, national origin, sex, or age. Such action shall include, but
not be limited to, the following: employment, upgrading, demotion or transfer,
recruitment or recruitment advertising, layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. In
addition, the contractor agrees to comply with any implementing requirements
FTA may issue.
(2) Age. In accordance with Section 4 of the Age Discrimination in Employment Act
of 1967, as amended, 29 USC §623 and federal transit law at 49 USC §5332, the
contractor agrees to refrain from discrimination against present and prospective
employees for reason of age. In addition, contractor agrees to comply with any
implementing requirements FTA may issue.
(3) Disabilities. In accordance with section 102 of the Americans with Disabilities
Act, as amended, 42 USC §12112, the contractor agrees that it will comply with
the requirements of U.S. Equal Employment Opportunity Commission,
“Regulations to Implement the Equal Employment Provisions of the Americans
with Disabilities Act,” 29 CFR Part 1630, pertaining to employment of persons with
disabilities. In addition, the contractor agrees to comply with any implementing
requirements FTA may issue.
c. The contractor also agrees to include these requirements in each subcontract financed in
whole or in part with Federal assistance provided by FTA, modified only to identify the
affected parties.
7. Disadvantaged Business Enterprise.
Contracts over $3,000 awarded on the basis of a bid or proposal offering to use DBEs
This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26,
Participation by Disadvantaged Business Enterprises in Department of Transportation
Financial Assistance Programs. The national goal for participation of Disadvantaged Business
Enterprises (DBE) is 10%. The recipient’s overall goal for DBE participation is listed
elsewhere. If a separate contract goal for DBE participation has been established for this
procurement, it is listed elsewhere.
The contractor shall not discriminate on the basis of race, color, national origin or sex in the
performance of this contract. The contractor shall carry out applicable requirements of 49
CFR Part 26 in the award and administration of this contract. Failure by the contractor to carry
out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the municipal corporation deems
appropriate. Each subcontract the contractor signs with a subcontractor must include the
assurance in this paragraph (see 49 CFR 26.13(b)).
If a separate contract goal has been established, Bidders/offerors are required to document
sufficient DBE participation to meet these goals or, alternatively, document adequate good
faith efforts to do so, as provided for in 49 CFR 26.53.
If no separate contract goal has been established, the successful bidder/offeror will be
required to report its DBE participation obtained through race-neutral means throughout the
period of performance.
The contractor is required to pay its subcontractors performing work related to this contract for
satisfactory performance of that work no later than 30 days after the contractor’s receipt of
payment for that work from the recipient. In addition, the contractor may not hold retainage
from its subcontractors or must return any retainage payments to those subcontractors within
30 days after the subcontractor's work related to this contract is satisfactorily completed or
must return any retainage payments to those subcontractors within 30 days after incremental
acceptance of the subcontractor’s work by the recipient and contractor’s receipt of the partial
retainage payment related to the subcontractor’s work.
The contractor must promptly notify the recipient whenever a DBE subcontractor performing
work related to this contract is terminated or fails to complete its work, and must make good
faith efforts to engage another DBE subcontractor to perform at least the same amount of
work. The contractor may not terminate any DBE subcontractor and perform that work
through its own forces or those of an affiliate without prior written consent of the recipient.
Contract Assurance: 26.13b
The contractor, sub-recipient, or subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted
contracts. Failure by the contractor to carry out these requirements is a material breach of this
contract, which may result in the termination of this contract or such other remedy as the
recipient deems appropriate.
Prompt Payment: 26.29(a)
The prime contractor agrees to pay each subcontractor under this prime contract for
satisfactory performance of its contract no later than 30 days from the receipt of each payment
the prime contract receives from Augusta, Georgia. Any delay or postponement of payment
from the above referenced time frame may occur only for good cause following written
approval of the Augusta, Georgia. This clause applies to both DBE and non-DBE
subcontracts.
Retainage: 26.29(b)
(a) Augusta, Georgia will ensure prompt and full payment of retainage from the prime
contractor to the subcontractor within thirty (30) days after the subcontractor’s work is
satisfactorily completed by using one or more of the following methods:
(1) Declining to hold retainage from prime contractors and prohibiting prime
contractors from holding retainage from subcontractors.
(2) Declining to hold retainage from prime contractors and requiring a contract
clause obligating prime contractors to make prompt and full payment of any
retainage kept by prime contractor to the subcontractor within thirty (30) days
after the subcontractor's work is satisfactorily completed.
(3) Holding retainage from prime contractors and providing for prompt and regular
incremental acceptances of portions of the prime contract, pay retainage to
prime contractors based on these acceptances, and require a contract clause
obligating the prime contractor to pay all retainage owed to the subcontractor
for satisfactory completion of the accepted work within thirty (30) days after
Augusta, Georgia’s payment to the prime contractor.
(4) Requiring a contract clause that requires prime contractors to include in their
subcontracts language providing that prime contractors and subcontractors
will use appropriate alternative dispute resolution mechanisms to resolve
payment disputes.
(5) Requiring a contract clause providing that the prime contractor will not be
reimbursed for work performed by subcontractors unless and until the prime
contractor ensures that the subcontractors are promptly paid for the work they
have performed.
(b) Augusta, Georgia shall have the power and authority to enforce all of the provisions of
this subsection and may implement suspension and debarment for non-compliance as
provided in Chapter 10 of the AUGUSTA, GEORGIA CODE.
MONITORING AND ENFORCEMENT MECHANISMS 26.37
Augusta, Georgia will take the following monitoring and enforcement mechanisms to ensure
compliance with 49 CFR Part 26.
(a) Augusta, Georgia will bring to the attention of the Department of Transportation any
false, fraudulent, or dishonest conduct in connection with the program, so that DOT
can take the steps (e.g., referral to the Department of Justice for criminal prosecution,
referral to the DOT Inspector General, action under suspension and debarment or
Program Fraud and Civil Penalties rules) provided in 49 CFR Part 26.
(b) Augusta, Georgia will consider similar action to the extent permitted by applicable law,
including making responsibility determination in future contracts and solicitations. The
DBE Liaison Officer and appropriate staff will make prompt compliance determinations
regarding contractors. Documentation of non-compliance will include the specific
areas in which the contractor failed to comply. In these instances, appropriate action,
consistent with the DBE Program and contract provision will be taken.
(c) Augusta, Georgia will also provide a monitoring and enforcement mechanism to verify
that work committed to DBEs at contract award is actually performed by the DBEs.
This will be accomplished by direct observation. Along with written certification in
conjunction with monitoring of contract performance (i.e. DBE pay application and
certification).
(d) The DBE Liaison Officer shall, for every project subject to the DBE Program, keep and
maintain a running tally of actual DBE attainments (i.e. payments actually made to
subcontractors), including a means of comparing these attainments to commitments.
ADMINISTRATIVE RECONSIDERATION 26.53(d)
(a) Within five days of being informed by Augusta, Georgia that it is not responsive
because it has not documented sufficient good faith efforts, a bidder/offeror may
request administrative reconsideration. Bidder/offerors should make this request in
writing to the following Reconsideration Official:
Administrator of Augusta, Georgia
535 Telfair Street, Room 910
Augusta, Georgia 30901
(706) 821-2400
(b) The Reconsideration Official will not have played any role in the original determination
that the bidder/offeror did not document sufficient good faith efforts.
(c) As part of this reconsideration, the bidder/offeror will have the opportunity to provide
written documentation or argument concerning the issue of whether it met the goal or
made adequate good faith efforts to do so. The bidder/offeror will have the
opportunity to meet in person with the Reconsideration Official to discuss the issue of
whether it met the goal or made adequate good faith efforts to do so. The
Reconsideration Official will send the bidder/offeror a written decision on the
reconsideration, explaining the basis for the decision. The result of the
reconsideration process is not administratively appealable to the Department of
Transportation.
ADDITIONAL TERMS AND CONDITIONS
DBE GOAL:
Notification shall be given annually; that the overall goal for firms owned and controlled by
socially and economically disadvantaged individuals is a minimum 4.5% of the dollar value for
federally funded contracts including alternates and change orders. Each individual AIP where
contract goals may have been established shall include separate DBE goals based on the
availability of DBEs; and shall incorporate all of the contract goal requirements of 49 CFR, Part
26. In the event that the bidder for this solicitation is certified and qualifies as a DBE, the
contract goal shall be deemed to have been met in accordance with the Section on
“COUNTING DBE PARTICIPATION TOWARD MEETING THE DBE GOALS”.
Bidders/Proposers are strongly encouraged to utilize all certified DBEs.
All bidders and proposers hereby assure that they will make sufficient reasonable good faith
efforts to meet the above stated goals. Moreover, such bidders or proposers hereby assure
that they will meet the DBE participation percentages submitted in their respective bids or
proposals. Bidder/Proposers, also agree to provide any additional information requested by
the DBELO to substantiate DBE participation, including but not limited to, the written
subcontract agreement between prime bidder and each subcontractor for the work relative to
this project.
Good Faith Efforts when a DBE is Terminated/Replaced on a Contract with Contract
Goals: 26.53(f)
Augusta, Georgia requires that prime contractors not terminate a DBE subcontractor listed on
a bid/contract with a DBE contract goal without Augusta, Georgia’s prior written consent. Prior
written consent will only be provided where there is “good cause” for termination of the DBE
firm, as established by Section 26.53(f)(3) of the DBE regulation.
Before transmitting to Augusta, Georgia its request to terminate, the prime contractor must
give notice in writing to the DBE of its intent to do so. A copy of this notice must be provided
to Augusta, Georgia prior to consideration of the request to terminate. The DBE will then have
five (5) days to respond and advise Augusta, Georgia of why it objects to the proposed
termination.
In those instances, where “good cause” exists to terminate a DBE’s contract, Augusta,
Georgia will require the prime contractor to make good faith efforts to replace a DBE that is
terminated or has otherwise failed to complete its work on a contract with another certified
DBE, to the extent needed to meet the contract goal. We will require the prime contractor to
notify the DBE Liaison officer immediately of the DBE’s inability or unwillingness to perform
and provide reasonable documentation.
In this situation, we will require the prime contractor to obtain our prior approval of the
substitute DBE and to provide copies of new or amended subcontracts, or documentation of
good faith efforts.
If the contractor fails or refuses to comply in the time specified, our contracting office will issue
an order stopping all or part of payment/work until satisfactory action has been taken. If the
contractor still fails to comply, the contracting officer may issue a termination for default
proceeding.
The following language in Major Contracts over $50,000: The requirements of 49 CFR Part
26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the
policy of the Augusta, Georgia to practice nondiscrimination based on race, color, sex, or
national origin in the award or performance of this contract. All firms qualifying under this
solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned
upon satisfying the requirements of this bid specification. These requirements apply to all
bidders/offerors, including those who qualify as a DBE. A DBE contract goal of 4.5% percent
has been established for this contract. The bidder/offeror shall make good faith efforts, as
defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal for DBE
participation in the performance of this contract.
The bidder/offeror will be required to submit the following information: (1) the names and
addresses of DBE firms that will participate in the contract; (2) a description of the work that
each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm
participating; (4) Written documentation of the bidder/offeror’ s commitment to use a DBE
subcontractor whose participation it submits to meet the contract goal; (5) Written confirmation
from the DBE that it is participating in the contract as provided in the commitment made under
(4); and (5) if the contract goal is not met, evidence of good faith efforts.
8. Incorporation of Federal Transit Administration (FTA) Terms. This contract, agreement or
purchase order shall be deemed to include and does hereby incorporate by reference all
standard terms and conditions required by the U.S. DOT and FTA, regardless of whether
expressly set forth in this attachment or in the contract and include, but are not limited to, all of
the duties, obligations, terms and conditions applicable to the Project or contract as described
in FTA Circular 4220.1F, dated November 1, 2008, Rev. 3/18/2013, and the FTA’s Master
Grant Agreement FTA MA (21) dated October 1, 2014, as each may be amended from time to
time. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be
deemed to control in the event of a conflict with any other provisions contained in the contract,
agreement or purchase order. The contractor shall not perform any act, fail to perform any
act, or refuse to comply with any requirement which would cause the Augusta, Georgia to be
in violation of its Agreement with FTA, or Augusta, Georgia to be in violation of any FTA terms
and conditions applicable to this Project of any grant the Augusta, Georgia may have with
FTA. The contractor agrees to include the above stated provision in each subcontract
financed in whole or in part with federal assistance provided by the FTA.
9. Government-Wide Debarment and Suspension. If this contract or purchase order has a
value of $25,000 or more, this procurement is a covered transaction for purposes of 49 CFR
Part 29. As such, the contractor is required to verify that neither the contractor or its
principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are
excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor agrees to
comply with and assures compliance of each third-party contractor and sub-recipient at any
tier, with 49 CFR 29, Subpart C, while its proposal, offer or bid is pending and throughout the
period that any contract arising out of such offer, proposal or bid is in effect. The contractor
further agrees to include a provision requiring such compliance in its subcontracts or any lower
tier covered transaction it enters into.
10. Buy America Requirements.
(a) Except as provided in § 661.7 and § 661.11 of this part, no funds may be
obligated by FTA for a grantee project unless all iron, steel, and manufactured
products used in the project are produced in the United States.
(b) All steel and iron manufacturing processes must take place in the United
States, except metallurgical processes involving refinement of steel additives.
(c) The steel and iron requirements apply to all construction materials made
primarily of steel or iron and used in infrastructure projects such as transit or
maintenance facilities, rail lines, and bridges. These items include, but are not
limited to, structural steel or iron, steel or iron beams and columns, running
rail and contact rail. These requirements do not apply to steel or iron used as
components or subcomponents of other manufactured products or rolling
stock, or to bimetallic power rail incorporating steel or iron components.
(d) For a manufactured product to be considered produced in the United States:
(1) All of the manufacturing processes for the product must take place in the
United States; and (2) All of the components of the product must be of U.S.
origin. A component is considered of U.S. origin if it is manufactured in the
United States, regardless of the origin of its subcomponents.
11. A bidder must submit to Augusta, Georgia the appropriate Buy America certification located in
the Attachments with all bids on FTA funded Contracts, except those subject to a general
waiver. Bids or offers that are not accompanied by a completed Buy America certification
must be rejected as non-responsive. This requirement does not apply to lower tier
subcontractors.
12. Breaches and Dispute Resolution. FTA Circular 4220.1F imposes the requirements at 49
CFR part 18 upon all contracts in excess of $100,000, which contain provision of conditions
that allow for administrative, contractual, or legal remedies where contractors violate or breach
contract terms, and provide for such sanctions and penalties as may be appropriate.
Accordingly, should the provisions of this contract not address a particular subject or issue
involving disputes, performance during disputes, claims for damages, remedies, or rights and
remedies, the contractor agrees to comply with the provisions contained at 49 CFR Part 18,
and further agrees to include a similar provision in all subcontracts over $100,000.
13. Lobbying. Contractors who apply or bid for an award of $100,000 or more shall file the
certification required by U.S. Department of Transportation regulation, “New Restrictions on
Lobbying,” 49 CFR Part 20, modified as necessary for 31 USC §1352. Each tier certifies to
the tier above that it will not and has not used federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any agency, a
member of Congress, officer or employee of Congress, or an employee of a member of
Congress in connection with obtaining any federal contract, grant, or any other award covered
by 31 USC §1352. Each tier shall also disclose the name of any registrant under the Lobbying
Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-federal funds
with respect to that federal contract, grant, or award covered by 31 USC §1352. Such
disclosures are forwarded from tier to tier up to the recipient.
14. Clean Air. The Clean Air requirements apply to all contracts exceeding $100,000, including
indefinite quantities where the amount is expected to exceed $100,000 in any year. The
contractor agrees to comply with all applicable standards, orders, or regulations issued
pursuant to the Clean Air Act, as amended, 42 USC §7401, et seq. The contractor agrees to
report each violation to Augusta, Georgia and agrees that Augusta, Georgia will, in turn, report
each violation as required to assure notification to FTA and the appropriate EPA regional
office. The contractor further agrees to include these requirements in each subcontract
exceeding $100,000 financed in whole or in part with federal assistance provided by FTA.
15. Clean Water. If this purchase order or contract is valued at $100,000 or more, the contractor
agrees to comply with all applicable standards, orders, or regulations issued pursuant to the
Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq. The contractor
agrees to report each violation to Augusta Georgia and agrees that Augusta Georgia will, in
turn, report each violation as required to assure notification to the FTA and the appropriate
EPA regional office. The contractor also agrees to include these requirements in each
subcontract exceeding $100,000 financed in whole or in part with federal assistance provided
by FTA.
16. Cargo Preference Requirements. Use of United States-Flag Vessels. The Contractor
agrees:
a. to use privately owned United States-Flag commercial vessels to ship at least 50
percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo
liners, and tankers) involved, whenever shipping any equipment, material, or
commodities pursuant to the underlying contract to the extent such vessels are
available at fair and reasonable rates for United States-Flag commercial vessels.
b. to furnish within 20 working days following the date of loading for shipments
originating within the United States or within 30 days following the date of loading for
shipments originating outside the United States, a legible copy of a rated, “on-board”
commercial ocean bill-of-lading in English for each shipment of cargo described in the
preceding paragraph to the Division of National Cargo, Office of Market Development,
Maritime Administration, Washington D.C. 20590 and the FTA recipient (through the
Contractor in the case of a subcontractor’s bill-of lading.)
c. to include these requirements in all subcontracts issued pursuant to the contract when
the subcontract may involve the transport of equipment, materials, or commodities by
ocean vessel.
17. Fly America. The contractor agrees to comply with 49 USC 40118 (the “Fly America” Act) in
accordance with the General Services Administration regulations at 41 CFR part 301-10,
which provide that recipients and sub recipients of federal funds and their contractors are
required to use U.S. Flag air carriers for U.S. Government-financed international air travel and
transportation of their personal effects or property, to the extent such service is available,
unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act.
The contractor shall submit, if a foreign air carrier is used, an appropriate certification or
memorandum adequately explaining why service by a U.S. Flag air carrier was not available
or why it was necessary to use a foreign air carrier and shall, in any event, provide a
certification of compliance with the Fly America requirements. The contractor agrees to
include this requirement in all subcontracts that may involve international air transportation.
18. Energy Conservation. The contractor agrees to comply with mandatory standards and
policies related to energy efficiency which are contained in the state energy conservation plan
issued in compliance with the Energy Policy and Conservation Act. The contractor further
agrees to include a similar provision in each subcontract financed in whole or in part with
federal assistance provided by FTA.
19. RECYCLED PRODUCTS. The Contractor agrees to comply with all the requirements of Section
6002 of the Resource Conservation and Recovery Act (RCRA) as amended (42 U.S.C. 6962),
including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order
12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part
247.
20. Conformance with ITS National Architecture. Contractor shall conform, to the extent
applicable, to the National Intelligent Transportation Standards architecture as required by
SAFETEA-LU Section 5307(c), 23 U.S.C. Section 512 note and follow the provisions of FTA
Notice, “FTA National Architecture Policy on Transit Projects,” 66 Fed. Reg.1455 et seq.,
January 8, 2001, and any other implementing directives FTA may issue at a later date, except
to the extent FTA determines otherwise in writing.
21. ADA Access. If this purchase order or contract pertains to the construction of new buildings
or additions to existing buildings, the contractor agrees that any new building or addition to an
existing building will be designed and constructed in accordance with 42 U.S.C. Sections
12101 et seq.; DOT regulations, “Transportation Services for Individuals with Disabilities
(ADA),” 49 CFR Part 37; 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated
by reference into Appendix A of its regulations at 49 CFR Part 37 the ATBCB’s “Americans
with Disabilities Act Accessibility Guidelines” (ADAAG), which include accessibility guidelines
for buildings and facilities. DOT also added specific provisions to Appendix A of 49 CFR Part
37 modifying the ADAAG, with the result that buildings and facilities must comply with both the
ADAAG and the DOT amendments, and will certify compliance to the extent required by the
regulations. ADA and ABA Accessibility Guidelines for Buildings and Facilities:
http://www.access-board.gov/guidelines-and-standards
EXHIBIT 1
BUY AMERICA CERTIFICATION
FOR PROCUREMENTS OF STEEL, IRON, AND MANUFACTURED
PRODUCTS (INCLUDING ROLLING STOCK ) OVER $100,000
If this contract or purchase order is valued in excess of $100,000 and involves the procurement of
steel, iron, or manufactured products, the bidder or offeror hereby certifies that it:
□ Will meet the requirements of 49 USC 5323(j)(1) and the applicable regulations in
49 CFR part 661.5.
□ Cannot meet the requirements of 49 USC 5323(j)(1) and 49 CFR part 661.5, but it
may qualify for an exception pursuant to 49 USC 5323(j)(2)(A), 5323(j)(2)(B), or
5323(j)(2)(D), and 49 CFR 661.7.
If this contract or purchase order is valued in excess of $100,000 and involves the procurement of
buses, other rolling stock, and associated equipment, the bidder or offeror certifies that it:
□ Will comply with the requirements of 49 USC 5323(j)(2)(C) and the regulations at
49 CFR part 661.11.
□ Cannot comply with the requirements of 49 USC 5323(j)(2)(C) and 49 CFR 661.11,
but may qualify for an exception pursuant to 49 USC 5323(j)(2)(A), 5323(j) (2)(B), or
5323(j)(2)(D), and 49 CFR 661.7.
__________________________________________________
(Date) (Signature)
__________________________________________________
(Company)
__________________________________________________
(Title)
Note: This Buy America certification must be submitted to Augusta, Georgia with all bids or offers on
FTA-funded contracts involving construction or the acquisition of goods or rolling stock, except those
subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include final assembly in
the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation,
microcomputer equipment, software, and small purchases (currently less than $100,000) made with
capital, operating, or planning funds.
EXHIBIT 2
RESTRICTIONS ON LOBBYING CERTIFICATION
FOR ALL PROCUREMENTS OVER $100,000 INVOLVING
CONSTRUCTION/ARCHITECTURAL AND ENGINEERING/ACQUISITION OF ROLLING
STOCK/PROFESSIONAL SERVICE CONTRACTS/OPERATIONAL SERVICE CONTRACTS/
TURNKEY CONTRACTS
The undersigned certifies, to the best of his or her knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of an agency, a member of
Congress, an officer of employee of Congress, or an employee of a member of Congress in
connection with the awarding of any federal contract, the making of any federal grant, the making of
any federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for
making lobbying contacts to an officer or employee of any agency, a member of Congress, an officer
or employee of Congress, or an employee of a member of Congress in connection with this federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard
Form—LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions [as amended by
“Government-wide Guidance for New Restrictions on Lobbying,” 61 Fed. Reg. 1413 (1/19/96). Note:
Language in paragraph 2 herein has been modified in accordance with Section 10 of the Lobbying
Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 USC 1601, et seq.)]
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by 31 USC §1352 (as amended by the Lobbying Disclosure Act
of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure.
The undersigned certifies or affirms the truthfulness and accuracy of each statement of its certification
and disclosure, if any. In addition, the undersigned understands and agrees that the provisions of 31
USC A3801, et seq., apply to this certification and disclosure, if any.
__________________________________________________
(Date) (Signature)
__________________________________________________
(Company)
__________________________________________________
(Title)
Note: This certification must accompany each bid or offer exceeding $100,000. Pursuant to 31 USC §3801(c)(1)-
(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or
disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such expenditure or failure.
In witness whereof, the duly authorized representatives of the parties have executed this agreement.
APOLLO VIDEO TECHNOLOGY
24000-35th Ave SE
Bothell, Washington 98021
By:_____________________________ By: _______________________________
Name: Rodell Notbohm Name (Printed):
Title: CEO Title:
ATTACHMENT
A
Commission Meeting Agenda
9/6/2016 2:00 PM
APT Section 5307 & Section 5339 Grant Application
Department:Augusta Public Transit
Department:Augusta Public Transit
Caption:Motion to approve the Section 5307 and Section 5339 Augusta
Public Transit grant application between the Federal Transit
Administration (FTA) and Augusta, Georgia. (Approved by
Public Services Committee August 30, 2016)
Background:APT has been allocated Federal Transit Administration Section
5307 grants in the amount of $6,956,145.00 for Capital purchases
and Operational funds. These grants will allow Augusta to acquire
the necessary funds to complete the construction of the new Bus
Operation/Maintenance Facility, repair or replace major transit
bus components such as engines and transmissions, and provide
for some operational funding for transit. The Operational portion
of the funding will be used to assist with the operational cost of
providing transit services.
Analysis:The approval of this grant application will allow Augusta Public
Transit to use federal funding to assist with capital purchases and
continue to provide transportation service to the Citizens of
Augusta-Richmond County in a more efficient manner.
Financial Impact:The allocated funding breakdown is: FTA Section 5307 Capital
$3,804,419 Operation $2,000,000 Total $5,804,419 FTA Section
5339 $1,151,726
Alternatives:None. If you do not approve this grant, we will lose the money.
This money will be used to help fund Transit’s capital projects and
Operating costs.
Recommendation:Approve the submission of this grant application.
Funds are Available
in the Following FTA Section 5307 Split Federal Local 80/20 $3,043,535 $
760,884 50/50 $1,000,000 $1,000,000 Total $4,043,535
Cover Memo
Accounts:$1,760,884 FTA Section 5339 Split Federal Local 80/20 $
921,381 $ 230,345
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
SUBJECT: Augusta Public Transit Federal Transit Administration Grant Application
CAPTION: A motion to approve the Section 5307 and Section 5339 Augusta Public Transit grant
application between the Federal Transit Administration (FTA) and Augusta, Georgia.
BACKGROUND: APT has been allocated Federal Transit Administration Section 5307 and Section
5339 grants in the amount of $6,956,145.00 for Capital purchases and Operational funds. These grants
will allow Augusta to acquire the necessary funds to complete the construction of the new Bus
Operation/Maintenance Facility, repair or replace major transit bus components such as engines and
transmissions, and provide for some operational funding for transit. The Operational portion of the
funding will be used to assist with the operational cost of providing transit services.
ANALYSIS: The approval of this grant application will allow Augusta Public Transit to use federal
funding to assist with capital purchases and continue to provide transportation service to the Citizens of
Augusta-Richmond County in a more efficient manner.
FINANCIAL IMPACT: The allocated funding breakdown is:
Split Federal Local
FTA Section 5307
Capital $3,804,419 80/20 $3,043,535 $ 760,884
Operation $2,000,000 50/50 $1,000,000 $1,000,000
$5,804,419 $4,043,535 $1,760,884
FTA Section 5339
Capital $1,151,726 80/20 $ 921,381 $ 230,345
Total $6,956,145 $4,964,916 $1,991,229
ALTERNATIVES: None. If you do not approve this grant, we will lose the money. This money will be
used to help fund Transit’s capital projects and Operating costs.
RECOMMENDATION: Approve the submission of this grant application.
AUGUSTA, GEORGIA
New Grant ProposaUApplication
Before a Department/agency may apply for the grrnUaward on behalf of Augusta Richmond County, they must first obtain approval
signature from the Administrator and the Flnsnce Director. The Adminlstrator wlll obtain lnformation on the grent program and
requirements from the funding agency and review these for feaslbillty to determlne lf this granUaward wlll benefit Augusta
Ricbmond County. The Finance Director will review the funding requirement to determine if the grant will fit within our budget
structure and financial goels.
Proposal Project No. Project Title
PROOOO4O TRANSIT 5307 CAPITAL AND OPERATING ASSISTANCE
Requesting Capital grant from the Federal iransit Administration for the
following:
l. Lease - Replacement - Capital Bus - Scope: I I I -00; ALI: I 1.16.40 (Rebuild
Spare Parts/Associated Capital Maintenance ltems. $20Q"000.00
2. Engineering& Design - Scope: ll3-00; ALI: ll.3l.1l (Terminal,lntermodal
(Intercity Bus) 5256,15 I .00
3. Surveillance/Security Equipment - Scope: 113-00; ALI 11.32.07
(Acquisition of Security Equipment) 550,5,14.00
4. Constn"rction Bus Operations/Maintenance Facility - Scope: I l4-00:
ALI: I 1.43.03 (Admin/Iv{aint Faciliry) $3,297,728.00
5. Operating Assistance up to 50% Federal Share - Scope: 300-00:
ALI: 30.09.01 (Operating Assistance) $2,000,000.00
Cash Match: 20o/o Cush match funding source is from
54709-1216-391 I 101 - Op Tsfr from General Fund
EEO required (YA.{): No
EEO Department Notified: No
w
ADMINISTRATOR'S OFFICE
fl,B 8a[
AUGUSTA.RICH MOND COUNTY
Start Date: 0910112016
Submit Date: O7/28120t6
Total Budgeted Amount: 5,804,423.00
Sponsor: GM0005
Sponsor Type: p'
Purpose: 20
End Date: 12/3112020
Depertment: 091
Total Funding Agency:
Fed Transit Adm
Federal
Public Transit
Contacts
Transit Cssh Metch? Y
4,043,538.00 Total Cash Metch: 1,760,885.00
Flow Thru ID:
Dept. Signat
Type ID Name phoru
GMIOI5 Dottery, Sharon (706)82r-18r8
TyPe
FA
Jy_
PAT STEPHENS
Approvals
Date
08t04/2016
GMl00O_PROPOSAL - GMl000: Grants Management: I
Grant Coord
Userl
Report:
SDI1404 - SHARON DOTTERY prse current l)rte: 08/05/20 I 6
Current Tlme: l2:08: l8
AUGUSTA, GEORGIA
New Grant ProposaUApplication
Before 8 Departmenurgency msy spply for the grant/awsrd on behqlfofAugusts Richmond Coutrty, they must Iirst obtrin approvrl
slgnature from thc Administrstor and the Finstrc€ Dlrector. The Administrrtor will obtain information on the grant progrsm strd
requirements from the funding sgency 8nd review these for ferslbility to determine ifthis granurwrrd will benelit Augusts
Richmond County. The Financ€ Director will r€view the funding r€quirement to determine ifthe grsnt t{lll Iit Mtbin our budget
structure rnd tinanchl goals.
Proposal Project No. Project Title
l.) I have reviewed the Grant application and enclosed materials and:
//F^d th" gr*tlr*ard to be feasible to the needs of Augusta RichmoDd County
o Deny the request
2.1 I hgre reviewed the Grant applicarion and enclosed materials and:
/d{pprove the Deparunenr Agency to move forward with the application
the request
will also be used to th€ externrl auditors with information on all gnnts for compliance and
certificrtion requirements as required by the State and Federal Governm€nt.
user: SDI1404 - SHARON DOTTERY Prsc currtrr D.r.r 08/0s,20t6
Finance Director
Date
Report GM 1000_PROPOSAL - GM 1000: Grants Managemenl2 Curr€nr'lime: l2:08:18
R-P--tt-
AUGUSTA, GEORGIA
New Grant ProposaVApplication
Before s Departm€nvsgency mry rpply for the grsnt/awrrd on behdf ofAugusts Richmond County, they must lirst obtrin spprovrl
signrtur€ from the Administrator sDd the Finrnce Director. The Admlnlstntor wlll obtain informrtiol on tbe grrnl progrrm sod
requirements from the funding rgency rnd review these for fe&slblllty to determine ifthis grrnUawsrd will benelit Augusta
Richmond Coutrty. The Finance Director will reviely the funditrg requirement to d€termine If the grrnt will lit ryithin our budget
structure and frnancial goals.
Proposal Proiect No. Pmjccr Title DE^Et\/En
Requestiug capital gmnt from the Federal rransil Administration for the ADMINISTRAIoRS oFFlcE
building of APT's Bus Operations and Maintenance Facility 8U
Cash Match: 20% Cash match tunding source is from 54709"1217-391 I l0l - Op
Tsfr from Ceneral Fund
EEO required (YN): No
EEO Department Notified: No
fl,o
St8ra Dstc: 09/0l/20],6
Submit Date: 08/M/2016
Total Budgeted Amount: l.l5 1,728.00
Sporsor: GM0005
Sporsor Type: F
Purpose:20
End Drt€: 1213112020
Department: 091
Totsl Funding Ag€ncy:
Fed Transit Adm
Federal
Public Transit
Contacts
AUGUSTA.RICHMOND COUNIY
Transit Crsh Mrtch? Y
921,382.00 Totrl Crsh Mrtcb: 230,346.@
Flow Tbru lD:
TYPe
I GMIOI5 Dottery, Sharon (706)821-1818
Type
FA -EI-PAT STEPHENS
Approvals
Drt€
08/04/2016 Dept.
Grrnt
l.) I have reviewed the Gmnt application and enclosed materials and:
e,{ind the grant/award to be feasible to the needs ofAugusta Ricbmond County
o Deny the request
,"...€3Lzle-
2.) I have reviewed the Grant application and enclosed materials and:
,, Approve rhe Department Agency to move forward with the application
the requesl
will also be used tdprovide the external auditors wiah information on all grants for compliance and
requireme[ts as required by the State and Federal Goyertrment.
Usen
Report:
11404 - SHARONDOTTERY prse Curr€nt Drte:
Currrtrt ThDG:
08/04D0t6
l8:l l:07GM 10o0_PROPOSAL - GMl000: Grants Management: I
Signriure:
K)r o -l.1 r,9-o a r,-rr z
Finance Director
Commission Meeting Agenda
9/6/2016 2:00 PM
New Wind Cone, Segmented Circle and Signage at Daniel Field Airport
Department:Daniel Field Airport
Department:Daniel Field Airport
Caption:Motion to approve award of Bid Item 16-196 New Wind Cone,
Segmented Circle and Signage at Daniel Field Airport to TCA
Electrical. (Approved by Public Services Committee August
30, 2016)
Background:WIND CONE A wind cone, sometimes referred to as a wind
sock, is a visual wind indicator which pilots use to determine the
safest runway for take-offs and landings. Wind cones show the
direction as well as the speed of winds. The current wind cone at
Daniel Field was installed in the mid 1970's and is in need of
replacing. The bearings are worn out and replacement parts are no
longer available. The mechanism has a tendency to stick.
SEGMENTED CIRCLE A segmented circle consists of landing
strip indicators and traffic pattern indicators used as a visual aid
from the air when a pilot is setting up for landing at an airport.
The segmented circle is used in conjunction with the wind cone to
provide an additional safety feature at airports. Daniel Field
does not have a segmented circle presently on the field. This
feature will enhance the safety for pilots landing at Daniel Field
Airport. SIGNAGE Directional signs are a huge resource for
pilots when taxiing to or from a runway. Currently there is no
sign at the intersection of runway 23 and runway 29. A
directional sign is needed to show pilots where to taxi for
departure on runways 23 and 29. Daniel Field has received a
tentative allocation letter from the FAA for a grant in the amount
of $450,000, of which a portion will be used for the wind cone,
segmented circle and signage at the airport. Daniel Field has
completed the bid process through Procurement for the wind cone,
segmented circle and signage at the airport. The award of the
lowest bidder, TCA Electrical Contract, is all contingent on the
federal grant being written and let.
Analysis:The first priority of Daniel Field is safety for all pilots using this
airport. Replacing the worn out wind cone and installing a
Cover Memo
segmented circle and signage on the field enhance the safety at
Daniel Field.
Financial Impact:The approval of TCA Electrical Contract installing the wind cone,
segmented circle and signage at Daniel Field in the amount of
$40,400 is all contingent on a federal grant being written and let.
Alternatives:Deny the recommendation.
Recommendation:The Daniel Field General Aviation Commission recommends
approval of TCA Electrical Contract as the awarded vendor to
complete this project in the amount of $40,400.
Funds are Available
in the Following
Accounts:
The cost of this project is $40,400. The FAA will fund 90% of this
project. GDOT will fund 5% of this project. A local match of 5%
will be funded from the Daniel Field enterprise fund.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Invitation to Bid
Sealed bids will be received at this office until Friday, June 24, 2016 @ 11:00 a.m. for furnishing:
Bid Item #16-196 Wind Cone and Segmented Circle for Augusta Daniel Field Airport
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 examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers
exclusively from ARC. The fees for the plans and specifications which are non-refundable are $75.00.
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 Thursday, May 19, 2016. 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.
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 10, 2016 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract
with the successful bidder. A 5% 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 placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle May 19, 26, June 2, June 9, 2016
Metro Courier May 25, 2016
OFFICIAL
Walker & Whiteside
10 Ramseur Court
Greenville, SC 2607
TCA Electrical Contract
2209 Leslie Lock Rd
Tifton, GA 31793
Precision Approach
874 Harmony Rd
Eatonton, GA 31024
YES YES YES
460833 135396 56279
YES YES YES
YES YES YES
$65,225.00 $40,400.00 $66,170.50
Bid Item #16-196
Wind Cone and Segmented Circle
for Augusta, Georgia - Augusta Regional Airport
Bid Due: Friday, June 24, 2016 @ 11:00 a.m.
Total Number Specifications Mailed Out: 8
Total Number Specifications Download (Demandstar): 6
Total Electronic Notifications (Demandstar): 136
Total packages submitted: 3
Total Noncompliant: 0
Bid Bond
Bid Price
Vendors
Attachment B
E-Verify Number
SAVE Form
Page 1 of 1
Commission Meeting Agenda
9/6/2016 2:00 PM
Obstruction Clearing at Daniel Field Airport
Department:Daniel Field Airport
Department:Daniel Field Airport
Caption:Motion to approve the award of Obstruction Clearing on the
approach end of Runway 5. (Bid Item 16-197) (Approved by
Public Services Committee August 30, 2016)
Background:The Daniel Field Airport is an obstacle rich environment requiring
clearing of anything that penetrates the airspace deeming the
airport unsafe to aviation traffic. The FAA and GDOT are aware
of the airport's situation and are working together with airport
personnel to help facilitate the clearing of these obstacles. Daniel
Field Airport has received a tentative allocation letter for a federal
grant in the amount of $450,000, of which a portion will be used
to clear the unsafe obstructions, mainly trees. Daniel Field
Airport has completed the RFP process through Procurement for
obstruction clearing on the approach end of Runway 5. The
approval of the lowest bidder, Graham County Land Company, is
all contingent on the federal grant being written and let.
Analysis:The obstructions on the approach end of Runway 5 are all located
on the Augusta Municipal Golf Course, "The Patch." Airport
personnel met with the management of the golf course to discuss
the necessity of removing trees. Both parties are in agreement to
the removal. The airport will purchase ornamental shrubs to
replace a number of the trees removed in order to retain the
aesthetics of the golf course.
Financial Impact:The approval of Graham County Land Company removing the
trees on the golf course for $88,610 is all contingent on a federal
grant being written and let.
Alternatives:There are no alternatives.
Recommendation:
Daniel Field General Aviation Commission recommends
Cover Memo
approving Graham County Land Company as the awarded vendor
to clear the obstructions on the approach end of Runway 5, which
are located on the Augusta Municipal Golf Course.
Funds are Available
in the Following
Accounts:
The project will cost $88,610. The Federal Aviation
Administration (FAA) will fund 90% of the project. GDOT will
fund 5% of the project. A 5% local match will be provided by the
Daniel Field Airport's enterprise fund.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Invitation to Bid
Sealed bids will be received at this office until Friday, June 24, 2016 @ 11:00 a.m. for furnishing:
Bid Item #16-197 Obstruction Clearing for Augusta Daniel Field Airport
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 examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers
exclusively from ARC. The fees for the plans and specifications which are non-refundable are $55.00.
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 Thursday, May 19, 2016. 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.
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 10, 2016 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract
with the successful bidder. A 5% 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 placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle May 19, 26, June 2, June 9, 2016
Metro Courier May 25, 2016
OFFICIAL
Augusta Stump Masters
1884 McDade Rd
Augusta, GA 30906
Graham County Land Co.
750 Tallulah Road,
Robbinsville, NC 28771
YES YES
816807 709601
YES YES
YES YES
$99,500.00 $88,610.00
The following vendor did not respond:
Big Dog Stump and Tree / P.O. Box 211063 / Martinez, GA 30917
SCHEDULE OF WORK OBSTRUCTION CLEARING
Total Number Specifications Mailed Out: 23
Total Number Specifications Download (Demandstar): 4
Total Electronic Notifications (Demandstar): 132
Total packages submitted: 3
Total Noncompliant: 0
Bid Item #16-197 Obstruction Clearing
for Augusta Daniel Field Airport
Bid Due: Friday, June 24, 2016 @ 11:00 a.m.
Bid Bond
Total
Vendors
Attachment B
E-Verify Number
SAVE Form
Page 1 of 1
Commission Meeting Agenda
9/6/2016 2:00 PM
Partnership Opportunity with The Greater Augusta Arts Council
Department:Augusta Public Transit
Department:Augusta Public Transit
Caption:Motion to approve a Partnership agreement between the City of
Augusta and the Greater Augusta Arts Council to introduce ART
at Transit Bus Stops in Augusta with the artist to maintain the
artwork for a specified period of time. (Approved by Public
Services Committee August 30, 2016)
Background:The Greater Augusta Arts Council, the City of Augusta, and the
CVB are collaborating to assess our city’s assets and plan how to
link them and develop them to make Augusta one of the most
desirable places to live and visit in the South. We can improve the
quality of life in Augusta through well-planned and developed
public art. One of the initiatives is to introduce ART on Transit
bus shelters at selected bus stops in Augusta. This project titled
“ART the Bus Stop” introduces an effort to transform and
synergize the dynamic community of neighborhoods that are in
Augusta. The Greater Augusta Arts Council has an opportunity to
apply for a grant of up to Two Hundred Dollars ($200,000.00)
from the National Endowment of Arts to fund this project. The
project requires the city to provide funding or an in-kind match for
them to be considered for approval. The voters approved Six
Hundred Fifty Thousand Dollars ($650,000.00) in SPLOST VII
for Transit Bus Shelters. The Transit Department plans to use
these funds to purchase new and/or refurbish existing shelters to a
like-new condition and extend their life by 8 to 10 years. SPLOST
funding would not be used towards any costs related to the ART
Project. It merely serves as an in-kind match that represents that
the City of Augusta intention to provide equity in the project. The
grant if awarded will provide 100% funding for the ART Project.
Analysis:Augusta is the second largest city in Georgia, and is predicted to
grow substantially as our local Fort Gordon launches the US
Army Cyber Security Center of Excellence. We have a culture
with a vibrant arts community and numerous public assets. All of
these elements should help position us high as a destination city
Cover Memo
for arts and culture tourism, and serve as an opportunity for Fort
Gordon, local businesses, and universities to attract individuals
and other business to our community. SPLOST Funding would
qualify as a local match for the purpose of this grant application.
Financial Impact:There would be no financial impact for Augusta.
Alternatives:The alternative would be to not approve the project.
Recommendation:Approve a Partnership agreement between the City of Augusta
and the Greater Augusta Arts Council to introduce ART at Transit
Bus Stops in Augusta.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Wendel Change Order
Department:Augusta Public Transit
Department:Augusta Public Transit
Caption:Motion to approve a change order to increase the value of the
Architectural and Engineering services contract with Wendel
Companies dated March 25, 2013 for the Design of a Transit
Operation and Maintenance Facility for Augusta, Georgia.
(Approved by Public Services Committee August 30, 2016)
Background:The Architectural and Engineering services contract with Wendel
Companies was awarded on March 25, 2013 after conducting a
competitive procurement process that was managed directly by
Augusta’s Procurement Department and consistent with the
Federal Transit Administration’s (FTA) competitive Architectural
and Engineering (A&E) procurement process. The contract was
for the basic services associated with the Architectural and
Engineering Design of a new Augusta Public Transit Operations
and Maintenance Facility on Mike Padgett Highway. The original
contract was for an amount of Five Hundred Ninety Five
Thousand Eight Hundred Ninety Dollars ($595,890.00). Wendel
had completed approximately 60% of the design work on the
project when a decision was made to suspend work on the project
and reconsider the decision to build at that location. Wendell was
paid a total of Two Hundred Nineteen Thousand Seven Hundred
Sixty Two Dollars ($219,762.00) for the work they had completed
on the project through that time. Augusta has made a decision to
build the facility at a new location. Wendel has proposed a fee
associated with Design and Engineering of the new facility of
Eight Hundred Ninety Five Thousand and Ten Dollars
($895,010.00). They will be utilizing as much of the previously
developed plans as possible from the previous site in the new
project. However, codes have changed and any previous design
work must be revised to bring them in compliance with new
building codes.
Analysis:This change order to the Wendel contract increases the originally
approved amount of Five Hundred Ninety Five Thousand Eight
Cover Memo
Hundred Ninety Dollars ($595,890.00) to an Amount not to
exceed One Million One Hundred Fourteen Thousand Seven
Hundred Seventy Two Dollars ($1,114,772.00). The net increase
of this contract is Five Hundred Eighteen Thousand Eight
Hundred Eighty-Two Dollars ($518,882.00) because the full value
of the original contract was not expended. This new contract
amount was calculated by adding the fees for the design of the
new facility ($895,010.00) plus the amount paid previously
($219,762.00) on the Mike Padgett project.
Financial Impact:The total cost of this contract with Wendel Companies is:
$1,114,772.00 Amount previously paid to Wendel Companies is: -
219,762.00 Balance to be funded for new project is: $ 895,010.00
Alternatives:If not approved, it will delay the progress of the project.
Recommendation:Approve contract change order with Wendel Companies.
Funds are Available
in the Following
Accounts:
FTA Grant GA-90-X300 Total Split Federal Local $271,329.00
80/20 $217,063.20 $ 54,267.80 FTA Grant GA-90-X320 Total
Split Federal Local $623,681.00 80/20 $498,944.80 $124,736,20
Total Expenditures: Total Split Federal Local $895,010.00 80/20
$716,007.80 $179,002.00
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
CAPTION: A motion to approve an amendment to increase the value of the Architectural and
Engineering services contract with Wendel Companies dated March 25, 2013 for the Design of a Transit
Operation and Maintenance Facility for Augusta, Georgia.
BACKGROUND: The Architectural and Engineering services contract with Wendel Companies was
awarded on March 25, 2013 after conducting a competitive procurement process that was managed
directly by Augusta’s Procurement Department and consistent with the Federal Transit Administration’s
(FTA) competitive Architectural and Engineering (A&E) procurement process. The contract was for the
basic services associated with the Architectural and Engineering Design of a new Augusta Public Transit
Operations and Maintenance Facility on Mike Padgett Highway. The original contract was for an amount
of Five Hundred Ninety Five Thousand Eight Hundred Ninety Dollars ($595,890.00).
Wendel had completed approximately 60% of the design work on the project when a decision was made
to suspend work on the project and reconsider the decision to build at that location. Wendell was paid a
total of Two Hundred Nineteen Thousand Seven Hundred Sixty Two Dollars ($219,762.00) for the work
they had completed on the project through that time.
Augusta has made a decision to build the facility at a new location. Wendel has proposed a fee associated
with Design and Engineering of the new facility of Eight Hundred Ninety Five Thousand and Ten
Dollars ($895,010.00). They will be utilizing as much of the previously developed plans as possible from
the previous site in the new project. However, codes have changed and any previous design work must be
revised to bring them in compliance with new building codes.
ANALYSIS: This amendment to the Wendel contract increases the originally approved amount of Five
Hundred Ninety-Five Thousand Eight Hundred Ninety Dollars ($595,890.00) to an Amount not to
exceed One Million One Hundred Fourteen Thousand Seven Hundred Seventy-Two Dollars
($1,114,772.00). The net increase of this contract is Five Hundred Eighteen Thousand Eight Hundred
Eighty-Two Dollars ($518,882.00) because the full value of the original contract was not expended.
This new contract amount was calculated by adding the fees for the design of the new facility
($895,010.00) plus the amount paid previously ($219,762.00) on the Mike Padgett project.
FINANCIAL IMPACT
The total cost of this contract with Wendel Companies is: $1,114,772.00
Amount previously paid to Wendel Companies is: -219,762.00
Balance to be funded for new project is: $ 895,010.00
FUNDING SOURCES
This remaining contract amount of $895,010.00 will be funded with local and federal grant funds from the
Transit Department’s 2016 Capital Budget. The allocated funding breakdown is:
Funding Source Total Split Federal Local
FTA Grant GA-90-X300 $271,329.00 80/20 $217,063.20 $ 54,265.80
FTA Grant GA-90-X320 $623,681.00 80/20 $498,944.80 $124,736.20
Total Expenditures $895,010.00 80/20 $716,007.80 $179,002.00
ALTERNATIVES: If not approved, it will delay the progress of the project.
RECOMMENDATION
Approve contract amendment with Wendel Companies.
Commission Meeting Agenda
9/6/2016 2:00 PM
Award RFP to MetLife for ARC’s Dental Carrier effective January 1st, 2017.
Department:Human Resources
Department:Human Resources
Caption:Motion to approve the award of the RFP for Dental Services
(RFP #16-199) to MetLife for a period of 2 years with the option
to extend 1 year under a 5% rate cap. (Approved by
Administrative Services Committee August 30, 2016)
Background:The evaluation committee met and reviewed 3 compliant
submittals.
Analysis:The evaluation committee met on August 4th to evaluate the three
(3) compliant proposals. After reviewing, discussing and scoring
the proposals, the evaluation committee is recommending MetLife
as the Dental Insurance Provider beginning January 1st, 2017.
Financial Impact:Based on MetLife’s proposal, it would be in the best interest of
Augusta to award the dental contract to them. According to their
benefits and cost proposal, Augusta, GA and its employees will
see an approximate cost savings of 13% annually for the 1st 2
years of the contract and 8% in the 3rd year.
Alternatives:Send the RFP back out or negotiate with the current dental
contract in place with the current dental carrier.
Recommendation:Approve the awarding of the contract to MetLife effective January
1, 2017
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:Cover Memo
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Request for Proposal
Request for Proposals will be received at this office until Friday, July 1, 2016 @ 11:00 a.m. for furnishing:
RFP Item #16-199 Dental Services for Augusta, Georgia – Human Resources 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 17, 2016, @ 5:00
P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract
with the successful bidder(s).
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 waivable 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.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle May 26, June 2, 9, 16, 2016
Metro Courier June 1, 2016
OFFICIAL
VENDORS Attachment
"B"E-Verify #Addendum
1-3
SAVE
Form Original 8
Copies
Fee
Proposal
Delta Dental Insurance
258 Southhall Lane
Maitland, FL 32751
Yes 251550 Non -
compliant Yes Yes Yes Yes
Blue Cross & Blue Shield
3350 Peachtree Rd., NE
Atlanta, GA 30326
Yes 352145715 Yes Yes Yes Yes Yes
Standard Insurance Co.
920 SW 6th Ave
Portland, OR 97204
Yes 37851 Non -
compliant Yes Yes Yes Yes
MetLife
177 S Commons Dr
Aurora, IL 60504
Yes 44740 Yes Yes Yes Yes Yes
United Condordia
1800 Linglestown Road
Suite 107
Harrisburg, PA 17110
Yes 40635 Non -
compliant Yes Yes Yes Yes
Cigna Health & Life Insurance
Co.
3500 Piedmont Road
Suite 200
Atlanta, GA 30305
Yes 189294 Yes Yes Yes Yes Yes
Proposal Opening RFP Item #16-199
Dental Services
for Augusta, Georgia - Human Resources Department
RFP Due: Friday, July 8, 2016 @ 11:00 a.m.
Total Number Specifications Mailed Out: 27
Total Number Specifications Download (Demandstar): 7
Total Electronic Notifications (Demandstar): 124
Mandatory Pre-Proposal/Telephone Conference Attendees: Not Applicable
Total packages submitted: 6
Total Noncompliant: 5
Page 1 of 1
Blue Cross &
Blue Shield
3350 Peachtree Rd., NE
Atlanta, GA 30326
MetLife
177 S Commons Dr
Aurora, IL 60504
Cigna Health & Life
Insurance Co.
3500 Piedmont Road
Suite 200
Atlanta, GA 30305
Delta Dental Insurance
258 Southhall Lane
Maitland, FL 32751
Standard
Insurance Co.
920 SW 6th Ave
Portland, OR 97204
United Condordia
1800 Linglestown Road,
Suite 107
Harrisburg, PA 17110
A. Package submitted by the deadline Pass/Fail PASS PASS PASS PASS PASS PASS
B. Package is complete (includes requested
information as required per this solicitation)Pass/Fail PASS PASS PASS FAIL FAIL FAIL
C.Overall Quality of RFP (concise and to-the-
point) 50 41.7 49.3 39.3 0.0 0.0 0.0
1. Qualifications of company (company profile)
100 83.3 96.7 69.3 0.0 0.0 0.0
2. Financial Responsibility 100 86.3 91.7 70.0 0.0 0.0 0.0
3. Project Management 95 78.3 91.7 74.3 0.0 0.0 0.0
4. Key Personnel & Staff 90 75.0 88.3 71.7 0.0 0.0 0.0
5. Organizational Qualifications 75 69.3 73.3 66.7 0.0 0.0 0.0
6.Optional Interview (Potential bonus Points) 10 0.0 0.0 0.0 0.0 0.0 0.0
D. TOTAL 470 392.3 441.7 352.0 0.0 0.0 0.0
1. Provide eligible participants with a quality,
affordable dental care program with access
to an adequate selection of PPO network
providers.
50 42.7 47.3 40.0 0.0 0.0 0.0
2. Provide timely, accurate, responsive claim
and customer service to plan participants and
plan administrators.
50 43.3 46.7 41.7 0.0 0.0 0.0
3. Minimize disruption for current dental
plan participants. 50 40.0 41.7 38.3 0.0 0.0 0.0
4. Provide a proposal matching the plan
design specifications provided herein, with an
allowance for an additional alternate set of
plans if desired.
50 40.0 46.0 35.7 0.0 0.0 0.0
E. TOTAL 200 166.0 181.7 155.7 0.0 0.0 0.0
Evaluation Sheet - RFP Item #16-199
Dental Insurance
for Augusta, Georgia - Human Resources Department
Evaluation Meeting: Thursday, August 4, 2016 @ 3:00 p.m.
Vendors
Scope of Services (Total Points 200)
Proposer’s Overall Ability to Provide the Services (Total Points 470)
Quality of RFP
RANKING - First Round Elimination
(MUST PASS FOR CONTINUED CONSIDERATION)
Second Round Elimination (Total Points 50) (MUST ACHIEVE 35 POINTS FOR CONTINUED CONSIDERATION)
Submittal and Quality of RFP
D. Narrative
E. Scope of Services
Blue Cross &
Blue Shield
3350 Peachtree Rd., NE
Atlanta, GA 30326
MetLife
177 S Commons Dr
Aurora, IL 60504
Cigna Health & Life
Insurance Co.
3500 Piedmont Road
Suite 200
Atlanta, GA 30305
Delta Dental Insurance
258 Southhall Lane
Maitland, FL 32751
Standard
Insurance Co.
920 SW 6th Ave
Portland, OR 97204
United Condordia
1800 Linglestown Road,
Suite 107
Harrisburg, PA 17110
Evaluation Sheet - RFP Item #16-199
Dental Insurance
for Augusta, Georgia - Human Resources Department
Evaluation Meeting: Thursday, August 4, 2016 @ 3:00 p.m.
Vendors
RANKING - First Round Elimination
Within Richmond County 10 0.0 0.0 0.0 0.0 0.0 0.0
Within CSRA 8 0.0 0.0 0.0 0.0 0.0 0.0
Within Georgia 6 6.0 6.0 6.0 0.0 0.0 0.0
Within SE United States (includes AL, TN,
NC, SC, FL) 4 0.0 0.0 0.0 0.0 0.0 0.0
All Others 2 0.0 0.0 0.0 0.0 0.0 0.0
F. TOTAL 10 6.0 6.0 6.0 0.0 0.0 0.0
Lowest 10 10.0 0.0 0.0 0.0 0.0 0.0
Second 8 0.0 8.0 0.0 0.0 0.0 0.0
Third 6 0.0 0.0 6.0 0.0 0.0 0.0
Fourth 4 0.0 0.0 0.0 0.0 0.0 0.0
Fifth 2 0.0 0.0 0.0 0.0 0.0 0.0
G. TOTAL 10 10.0 8.0 6.0 0.0 0.0 0.0
H. References 10 0.0 10.0 6.7 0.0 0.0 0.0
H. Total 10 0.0 10.0 6.7 0.0 0.0 0.0
Total 750 616.0 696.7 565.7 0.0 0.0 0.0
Evaluator: Cumulative Date: 5/18/16
Procurement DepartmentRepresentative: Nancy Williams
Procurement Department Completion Date: Nancy Williams
G. Cost/Fee Proposal (Enclose in a separate sealed envelope)
Note: Respondent/Offeror(s) receiving 600 or more points will be invited to do presentations to provide additional information if deemed necessary.
Internal Use Only
Total (Total Possible Score 750)
Reference(s) (Total Points 10
Cost/Fee Consideration (Total Points 10)
Proximity to Area (Total Points 10)
F. Proximity to Area
Commission Meeting Agenda
9/6/2016 2:00 PM
Appointment to Region VI EMS Council
Department:Administrator's Office
Department:Administrator's Office
Caption:Motion to approve the appointment of Sterling Jones, Interim 911
Director, to fill the unexpired term of Dominick Nutter on the
Region VI EMS Council. (Approved by Public Safety
Committee August 30, 2016)
Background:The former 911 Director, Dominick Nutter, was appointed to the
Region VI EMS Council July 1, 2014 for a term that extends
through June 30, 2018. The seat has been vacant since Mr. Nutter
resigned his position in April 2015. The interim appointment can
be replaced whenever a fulltime 911 Director is appointed.
Analysis:The 911 Department has a key role in the provision of emergency
management services. Therefore, the Department should maintain
a seat on the Council.
Financial Impact:The meetings are local. No expenses are anticipated.
Alternatives:1) Appoint Sterling Jones to fill the unexpired term or until a
permanent 911 Director is appointed. 2) Allow the position on the
Council to remain vacant.
Recommendation:Appoint Sterling Jones to fill the unexpired term on the Region VI
EMS Council. A copy of his resume is attached
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:Cover Memo
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Approve Memorandum of Agreement Between GEMA and Homeland Security GSAR Team
Department:Fire
Department:Fire
Caption:Motion to approve entering into a Memorandum of Agreement
(MOA) between GEMA and Homeland Security Georgia Search
and Rescue Team (GSAR) #tf-3 and to authorize the Mayor to
execute the appropriate documents. (Approved by Public Safety
Committee August 30, 2016)
Background:The purpose of this agreement is to provide for mutual assistance
between GEMA and Homeland Security GSAR Team in
managing any emergency or disaster that is duly declared by the
governing authority of any political subdivision that is a
Participating Party, whether arising from natural disaster,
technological hazard, human caused disaster, civil emergency
aspects of resource shortages, community disorder, insurgency,
enemy attack, acts of terrorism, other significant events or a
national security activity.
Analysis:
Financial Impact:
Alternatives:None at this time.
Recommendation:To approve entering into a Memorandum of Agreement (MOA)
between entering into a Memorandum of Agreement (MOA)
between GEMA and Homeland Security Georgia Search and
Rescue Team (GSAR) #tf-3 and to authorize the Mayor to execute
the appropriate documents
Funds are Available
in the Following
Accounts:Cover Memo
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Approve Mutual Aid Agreement Between Augusta, GA and Beech Island, SC
Department:Fire
Department:Fire
Caption:Motion to approve entering into a Mutual Aide Agreement with
Beech Island, South Carolina to provide for the protection of life
and property of the citizens of Augusta-Richmond County,
Georgia and Beech Island, South Carolina and to authorize the
Mayor to execute the appropriate documents. (Approved by
Public Safety Committee August 30, 2016)
Background:This agreement is to provide for assistance when disasters occur to
the magnitude which would necessitate the combined effort of
both agencies to mitigate said disaster(s) and is applicable to all
areas within the boundary of Beech Island, South Carolina, as well
as all areas within Augusta Richmond County, Georgia
Analysis:
Financial Impact:
Alternatives:None at this time.
Recommendation:Approve a Mutual Aide Agreement with Beech Island, South
Carolina to provide for the protection of life and property of the
citizens of Augusta-Richmond County, Georgia and Beech Island,
South Carolina and to authorize the Mayor to execute the
appropriate documents.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:Cover Memo
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Approve Mutual Aid Agreement Between Augusta, GA and Harlem, GA
Department:Fire
Department:Fire
Caption:Motion to approve entering into a Mutual Aide Agreement with
Harlem, Georgia to provide for the protection of life and property
of the citizens of Augusta-Richmond County, Georgia
and Harlem, Georgia and to authorize the Mayor to execute the
appropriate documents. (Approved by Public Safety Committee
August 30, 2016)
Background:This agreement is to provide for assistance when disasters occur to
the magnitude which would necessitate the combined effort of
both agencies to mitigate said disaster(s) and is applicable to all
areas within the boundary of Harlem, Georgia, as well as all areas
within Augusta Richmond County, Georgia
Analysis:
Financial Impact:
Alternatives:None at this time.
Recommendation:Approve a Mutual Aid Agreement with Harlem, Georgia to
provide for the protection of life and property of the citizens of
Augusta-Richmond County, Georgia and Harlem, Georgia and to
authorize the Mayor to execute the appropriate documents.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:Cover Memo
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Hazard Mitigation Grant From GEMA for Severe Weather Sirens
Department:Fire Department
Department:Fire Department
Caption:Motion to accept a Hazard Mitigation Grant from GEMA for the
purchase and installation of 4 Severe Weather Warning Sirens and
approve the Mayor to execute all grant paperwork. (Approved by
Public Safety Committee August 30, 2016)
Background:The warning system will provide notifications of severe weather
conditions that have the potential to cause extensive property
damage and severe injuries, such as a tornado or hazardous
material release. Then system would consist of multiple
strategically placed sirens to warn the County’s citizens to take
shelter. The system will increase the notification to the
community’s risks associated with natural and man-made hazards
affecting the County.
Analysis:
Financial Impact:
Alternatives:None at this time.
Recommendation:To accept a Hazard Mitigation Grant from GEMA for the
purchase and installation of 4 Severe Weather Warning Sirens and
approve the Mayor to execute all grant paperwork
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:Cover Memo
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Vendor Award - Bid Item #16-160 Automatic External Defibrillator
Department:Fire
Department:Fire
Caption:Motion to authorize award of Bid Item #16-160 to purchase
Automatic External Defibrillators to One Beat CPR. (Approved
by Public Safety Committee August 30, 2016)
Background:The Augusta Fire Department, through the Augusta Procurement
Department sealed bid process, requested bids for automatic
external defibrillators for use by firefighters at EMS calls. These
will replace AED units that have exceeded their service life.
Analysis:After careful review and scoring of the proposals submitted to the
Procurement Department in response to Bid Item #16-160
Automatic External Defibrillators, One Beat CPR was the only
vendor that met all the criteria outlined in the specification
Financial Impact:Funding for this contract is allocated in the Fire Department's fund
balance. Total cost to replace the current equipment is $50,147.20
Alternatives:None at this time.
Recommendation:To approve the motion to authorize award of Bid Item #16-160 to
purchase Automatic External Defibrillators to One Beat CPR.
Funds are Available
in the Following
Accounts:
274000000-1342210
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Cover Memo
Law.
Administrator.
Clerk of Commission
Cover Memo
Invitation To Bid
Sealed bids will be received at this office until Tuesday, May 3, 2016 @ 3:00 p.m. for furnishing:
Bid Item #16-160 Automatic External Defibrillator (AED’s) for Augusta Fire 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.
A Mandatory Pre Bid Conference will be held on Tuesday, April 12, 2016 @ 10:00 a.m. in the Procurement
Department, 535 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, April 13, 2016
@ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract
with the successful bidder.
The local bidder preference program is applicable to this project. To be approved as a local bidder and
receive bid preference an eligible bidder must submit a completed and signed written application to
become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local
project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty
(30) days prior to the date bids are received on an eligible local project, and who otherwise meets the
requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local
project.
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.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 3, 10, 17, 24, 31, April 7, 2016
Metro Courier March 9, 2016
Unit Cost Total Price Unit Cost Total Price Unit Cost Total Price Unit Cost Total Price Unit Price Total Price Unit Price Total Price
$1,650.24 $49,507.20 $1,271.00 $38,130.00 $1,341.49 $40,244.70 Non-
Compliant
Non-
Compliant $844.90 $25,347.00 Non-
Compliant
Non-
Compliant
$160.00 $640.00 $209.66 $838.64 $219.89 $879.56 $349.49 $1,397.96
VENDORS
Attachment B
E-Verify Number
SAVE Form
Addendum #1
Training Kit
Description
Automatic
External
Defibrillator
(AED's)
Moore Medical
1690 New Britain Ave.
Farmington, CT 06032
Yes
One Beat CPR
4350 Oakes Road
ste 500-501
Fort Lauderdale, FL
33314
Yes
667534
Yes
Yes
40635
Yes
Yes Yes
963868
No
Yes
193018
Yes
Yes
TriMedCo Inc
1535 Oak Industrial Ln.,
Suite F
Cumming, GA 30041
Northstar Medical
6308 E Fulton St
ADA, MI 49301
Yes Yes
967266
Yes
Yes
Bid Item #16-160
Automatic External Defibrillator (AED's)
For Augusta, Georgia – Fire Department
Bid Due: Tuesday, May 3, 2016 @ 3:00 p.m.
Total Number Specifications Mailed Out: 11
Pre-Bid/Telephone Conference: 5
Total packages submitted: 6
Total Noncompliant: 2
Physio Contol
11811 Willows Rd NE
Redmond, WA 98073
Yes
498026
No
Yes
Bound Tree Medical
5000 Tuttle Crossing
Blvd
Dublin, OH 43016
Page 1 of 1
Commission Meeting Agenda
9/6/2016 2:00 PM
SPLOST VI agreement with Augusta Museum of History
Department:Finance
Department:Finance
Caption:Motion to approve agreement with Augusta Museum of History
for funding as authorized in SPLOST Phase VI. (Approved by
Finance Committee August 30, 2016)
Background:Project funding in the amount of $600,000 for the Augusta
Museum of History was approved in the SPLOST VI referendum.
The Augusta Museum of History project is for facility renovations
and improvements.
Analysis:The Augusta Museum of History has raised the matching funds
$150,000 as required by the SPLOST VI Challenge Grant
guidelines. The agency has provided documentation as required.
The SPLOST funding has been collected and is available for
disbursement in accordance with the attached agreement upon
approval by the governing body.
Financial Impact:Funding is available in SPLOST VI
Alternatives:n/a
Recommendation:approve agreement
Funds are Available
in the Following
Accounts:
328-06-4310/5721110
REVIEWED AND APPROVED BY:
Finance.
Law.
Cover Memo
Administrator.
Clerk of Commission
Cover Memo
STATE OF GEORGIA)
RICHMOND COUNTY)
SPLOST VI OUTSIDE AGENCY AGREEMENT
This AGREEMENT made and entered into this 15th day of ~20.lQ, between
Augusta, Georgia, a political subdivision of the State of Georgia (hereinafter referred to
as "Augusta"), and Augusta Museum of History, (hereinafter referred to as the
"Organization ").
WITNESSETH
WHEREAS, the voters of Augusta, Georgia on June 16
th 2009, approved the
imposition of the Special Purpose County One Percent Sales and Use Tax CSPLOST
VI"),) and designated the use of the proceeds of said tax for certain capital outlay
projects, as defined on O.e.G.A. 48-8-111 (a) and further approved a project priority
payment order in an Intergovernmental Agreement entered into by and between Augusta,
Georgia. and the municipalities of Hephzibah and Blythe; and
WHEREAS, the Augusta Commission approved SPLOST funding for certain
recreational, historical and cultural improvement capital outlay projects to be
implemented through various outside agencies as provided in guidelines adopted on
February 19
th 2009; and
WHEREAS, Augusta has determined that the project described on Exhibit A (the
"Project") is beneficial to the citizens of Augusta as it provides and enhances
recreational, historical and/or cultural resources in Augusta; and
WHEREAS, Augusta has determined that is more cost effective, avoids
duplication of services and is in the best interest of Augusta and the citizens of Augusta
to contract with Organization to undertake the Project, rather than Augusta directly
constructing and operating the project; and
WHEREAS, the Augusta desires to contract with the above named organization to
construct and operate the Project, which was a part of the approved capital outlay
projects; and
WHEREAS, the sum of $600,000 from the proceeds of said tax (the "SPLOST
Funds") has been allocated to the Organization for the Project and Augusta has agreed to
STATE OF GEORGIA)
RICHMOND COUNTY)
SPLOST VI OUTSIDE AGENCY AGREEMENT
This AGREEMENT made and entered into this 15th day of July. 2016, between
Augusta, Georgia, a political subdivision of the State of Georgia (hereinafter referred to
as "Augusta"), and Augusta Museum of History, (hereinafter referred to as the
"Organization").
WITNESSETH
WHEREAS, the voters of Augusta, Georgia on June 16th 2009, approved the
imposition of the Special Purpose County One Percent Sales and Use Tax ("SPLOST
VI"),) and designated the use of the proceeds of said tax for certain capital outlay
projects, as defined on O.C.G.A. 48-8-1 ll(a) and further approved a project priority
payment order in an Intergovernmental Agreement entered into by and between Augusta,
Georgia, and the municipalities of Hephzibah and Blythe; and
WHEREAS, the Augusta Commission approved SPLOST funding for certain
recreational, historical and cultural improvement capital outlay projects to be
implemented through various outside agencies as provided in guidelines adopted on
February 19th 2009; and
WHEREAS, Augusta has determined that the project described on Exhibit A (the
"Project") is beneficial to the citizens of Augusta as it provides and enhances
recreational, historical and/or cultural resources in Augusta; and
WHEREAS, Augusta has determined that is more cost effective, avoids
duplication of services and is in the best interest of Augusta and the citizens of Augusta
to contract with Organization to undertake the Project, rather than Augusta directly
constructing and operating the project; and
WHEREAS, the Augusta desires to contract with the above named organization to
construct and operate the Project, which was a part of the approved capital outlay
projects; and
WHEREAS, the sum of $600,000 from the proceeds of said tax (the "SPLOST
Funds") has been allocated to the Organization for the Project and Augusta has agreed to
advance a portion of the funds to the Organization to allow for the Project to begin upon
the satisfaction of the conditions provided below.
NOW, THEREFORE, for and in consideration of the mutual covenants and
agreements between the parties, it is agreed as follows:
SECTION I - APPROPRIATION AND USE OF FUNDS
1.1 Augusta agrees to appropriate the SPLOST Funds to be used by Organization on
behalf of Augusta for the purpose of constructing the Project as provided in Exhibit "A"
hereto attached and incorporated herein.
1.2 The Organization agrees to use such funds that it may receive, pursuant to this
Agreement, solely and exclusively for the construction of the above described Project;
said Project, including the Project Budget, is more specifically described in Exhibit ·'A".
1.3 Said disbursement to Organization is an authorized use of said proceeds, under
a.CG .A. Section 48-111 (e), as said use benefits a "cultural, recreational, or historical
facility or a combination of such purposes," and this Agreement is entered into on behalf
of and for the benefit of Augusta and Organization and also as an acknowledgement that
upon distribution of the funds by Augusta to Organization, that Augusta will have fully
met its SPLOST VI project obligation to Organization.
SECTION 2 - RESPONSIBILlTIES AND OBLlGA nONS OF
ORGANIZATION
In consideration of the disbursement of the SPLOST Funds. Organization shall observe
all conditions that the law and/or this Agreement imposes on the use of said SPLOST
Funds, which shall include, but not be limited to the following:
2.I Organization shall use said proceeds only in connection with the capital outlay
Project and only for the purposes described in Exhibit A,which is attached hereto and
made a part hereof.
2.2 Organization covenants not to use any of said funds for any part of its
maintenance and operation budget, now or in the future.
2.3 Organization will set up any and all banking accounts necessary or convenient to
segregate the account containing SPLOST Funds from its other accounts. Organization
shall keep any SPLOST Funds that it receives from Augusta in a separate account fund
advance a portion of the funds to the Organization to allow for the Project to begin upon
the satisfaction of the conditions provided below.
NOW, THEREFORE, for and in consideration of the mutual covenants and
agreements between the parties, it is agreed as follows:
SECTION 1 - APPROPRIATION AND USE OF FUNDS
1.1 Augusta agrees to appropriate the SPLOST Funds to be used by Organization on
behalf of Augusta for the purpose of constructing the Project as provided in Exhibit "A"
hereto attached and incorporated herein.
1.2 The Organization agrees to use such funds that it may receive, pursuant to this
Agreement, solely and exclusively for the construction of the above described Project;
said Project, including the Project Budget, is more specifically described in Exhibit "A".
1.3 Said disbursement to Organization is an authorized use of said proceeds, under
O.C.G.A. Section 48-1 ll(e), as said use benefits a "cultural, recreational, or historical
facility or a combination of such purposes," and this Agreement is entered into on behalf
of and for the benefit of Augusta and Organization and also as an acknowledgement that
upon distribution of the funds by Augusta to Organization, that Augusta will have fully
met its SPLOST VI project obligation to Organization.
SECTION 2 - RESPONSIBILITIES AND OBLIGATIONS OF
ORGANIZATION
In consideration of the disbursement of the SPLOST Funds, Organization shall observe
all conditions that the law and/or this Agreement imposes on the use of said SPLOST
Funds, which shall include, but not be limited to the following:
2.1 Organization shall use said proceeds only in connection with the capital outlay
Project and only for the purposes described in Exhibit A, which is attached hereto and
made a part hereof.
2.2 Organization covenants not to use any of said funds for any part of its
maintenance and operation budget, now or in the future.
2.3 Organization will set up any and all banking accounts necessary or convenient to
segregate the account containing SPLOST Funds from its other accounts. Organization
shall keep any SPLOST Funds that it receives from Augusta in a separate account fund
and shall not commingle Augusta distributions with other funds of the Organization prior
to their expenditure.
2.4 The Organization shall maintain a record of each and every expense, in
compliance with the generally accepted accounting principles, for which the proceeds of
the tax are used. The Organization shall submit quarterly accounting reports to Augusta
for all funds that the Organization receives from Augusta. Said accounting reports shall
set forth the amounts expended on the Project during the tenn of this contract, which,
shall include any amount expended on such Project in that current year, and the estimated
percentage of the completion of the Project. The initial report of expenditures regarding
the Project shall be made within 10 business days of the first installment of the SPLOST
Funds being made available to Organization as provided on Exhibit "8," and quarterly
thereafter until the end of the quarter in which the project is deemed completed as
determined by the Augusta Finance Department. Quarterly reports are due within ten (10)
business days following the end of each said quarter and shall be delivered to Augusta
Finance Department. 535 Telfair Street, Suite 800, Augusta Georgia 30901 to the
attention of Mr. Tim Schroer, Deputy Finance Director.
2.5 Organization accepts the following conditions for disbursement of said funds:
A. Unless otherwise agreed by Augusta, no funds shall be made available to
Organization until such time as the tax has been collected as provided in the disbursement
schedule adopted in the Intergovernmental Agreement, and the Organization has raised a
minimum of twenty-five (25%) percent of the SPLOST Funds (the "Matching Funds").
Only cash or cash equivalents raised subsequent to June 16, 2009 shall qualify as
Matching Funds. Pledges, in-kind donations or other donations or contributions will not
qualify as Matching Funds.
B. Upon the Augusta executing an acknowledgement that the minimum amount of
Matching Funds has been raised by the Organization, the Organization may expend the
Matching Funds on the Project, provided that the same recording keeping requirements as
provided in 2.4 are kept for expenditures of Matching Funds.
C. Prior to receipt of the SPLOST Funds or the expenditure of Matching Funds,
Organization shall furnish Augusta with a copy of Organization's current audited
financial statements (and annual thereafter until the Project is completed), budget. scope
and shall not commingle Augusta distributions with other fluids of the Organization prior
to their expenditure.
2.4 The Organization shall maintain a record of each and every expense, in
compliance with the generally accepted accounting principles, for which the proceeds of
the tax are used. The Organization shall submit quarterly accounting reports to Augusta
for all funds that the Organization receives from Augusta. Said accounting reports shall
set forth the amounts expended on the Project during the term of this contract, which,
shall include any amount expended on such Project in that current year, and the estimated
percentage of the completion of the Project. The initial report of expenditures regarding
the Project shall be made within 10 business days of the first installment of the SPLOST
Funds being made available to Organization as provided on Exhibit "B," and quarterly
thereafter until the end of the quarter in which the project is deemed completed as
determined by the Augusta Finance Department. Quarterly reports are due within ten (10)
business days following the end of each said quarter and shall be delivered to Augusta
Finance Department, 535 Telfair Street, Suite 800, Augusta Georgia 30901 to the
attention of Mr. Tim Schroer, Deputy Finance Director.
2.5 Organization accepts the following conditions for disbursement of said funds:
A. Unless otherwise agreed by Augusta, no funds shall be made available to
Organization until such time as the tax has been collected as provided in the disbursement
schedule adopted in the Intergovernmental Agreement, and the Organization has raised a
minimum of twenty-five (25%) percent of the SPLOST Funds (the "Matching Funds").
Only cash or cash equivalents raised subsequent to June 16, 2009 shall qualify as
Matching Funds. Pledges, in-kind donations or other donations or contributions will not
qualify as Matching Funds.
B. Upon the Augusta executing an acknowledgement that the minimum amount of
Matching Funds has been raised by the Organization, the Organization may expend the
Matching Funds on the Project, provided that the same recording keeping requirements as
provided in 2.4 are kept for expenditures of Matching Funds.
C. Prior to receipt of the SPLOST Funds or the expenditure of Matching Funds,
Organization shall furnish Augusta with a copy of Organization's current audited
financial statements (and annual thereafter until the Project is completed), budget, scope
of work and the projected time for completion of the work on the Project. which must be
approved by Augusta prior to starting work on the Project. In addition, Organization
must provide Augusta with a W-9, E-verify number, and SAVE Program verification
prior to SPLOST funds being distributed to Organization. Disbursement of SPLOST
Funds shall be according the schedule attached here as Exhibit "B."
D. Organization shall comply with the purchasing policies of Augusta-Richmond
County regarding the advertising for bids, the securing of bids, and payment,
performance bonds and contracting. Payments to any sub-contractor employed by the
Organization shall be made directly by the Organization, subject to Augusta's audit and
approval. If the total project costs exceed the amount funded by Augusta and the
Matching Funds, the Organization shall provide proof of other funding sources. Payments
by the Organization to sub-contractors shall be made only upon presentation of verified
invoices,
E. Organization hereby acknowledges and agrees that as the Project is to benefit the
citizens of Augusta by providing and enhancing the recreational, historical and/or cultural
resources in Augusta. the Project must be open to and available for public use. Provided
however. this section shall not preclude the Organization from charging reasonable and
ordinary fees for the use of the Project.
F. Augusta shall have the right, by and through this contract, for not less than twenty-
five years of public use and availability of the facility that is the subject of this
Agreement (the "Servitude"). In the event that Organization desires to sell, dispose of or
transfer title or ownership of the Project prior to the expiration of the Servitude, then in
such event Organization shall reimburse Augusta, Georgia an amount equal to the
fraction determined by the number of years remaining on the Servitude as the numerator
and the total number of years of the Servitude as the denominator multiplied by
$1,000,000.00. (Example: if the Project is sold at the end of year 10, 15 years would
remain on the Servitude. 15/25 = .6 x $1,000,000,000 =$600,000. $600.000 would be
reimbursed to Augusta, Georgia).
2.6 The Organization will maintain the following insurance during the performance
of the Contract:
of work and the projected time for completion of the work on the Project, which must be
approved by Augusta prior to starting work on the Project. In addition, Organization
must provide Augusta with a W-9, E-verify number, and SAVE Program verification
prior to SPLOST funds being distributed to Organization. Disbursement of SPLOST
Funds shall be according the schedule attached here as Exhibit "B."
D. Organization shall comply with the purchasing policies of Augusta-Richmond
County regarding the advertising for bids, the securing of bids, and payment,
performance bonds and contracting. Payments to any sub-contractor employed by the
Organization shall be made directly by the Organization, subject to Augusta's audit and
approval. If the total project costs exceed the amount funded by Augusta and the
Matching Funds, the Organization shall provide proof of other funding sources. Payments
by the Organization to sub-contractors shall be made only upon presentation of verified
invoices.
E. Organization hereby acknowledges and agrees that as the Project is to benefit the
citizens of Augusta by providing and enhancing the recreational, historical and/or cultural
resources in Augusta, the Project must be open to and available for public use. Provided
however, this section shall not preclude the Organization from charging reasonable and
ordinary fees for the use of the Project.
F. Augusta shall have the right, by and through this contract, for not less than twenty-
five years of public use and availability of the facility that is the subject of this
Agreement (the "Servitude"). In the event that Organization desires to sell, dispose of or
transfer title or ownership of the Project prior to the expiration of the Servitude, then in
such event Organization shall reimburse Augusta, Georgia an amount equal to the
fraction determined by the number of years remaining on the Servitude as the numerator
and the total number of years of the Servitude as the denominator multiplied by
$1,000,000.00. (Example: if the Project is sold at the end of year 10, 15 years would
remain on the Servitude. 15/25 - .6 x $1,000,000,000 = $600,000. $600,000 would be
reimbursed to Augusta, Georgia).
2.6 The Organization will maintain the following insurance during the performance
of the Contract:
A. Comprehensive General Liability Insurance shall be maintained in force at all times
and shall include the following coverages: Products/Completed Operations and
Automobile Liability Insurance in the combined single limits of $1,000,000. This
coverage shall be intended to apply as primary and shall not be affected by any insurance
that Augusta may carry in its own name. The Organization shall maintain Workers
Compensation and Employer's Liability Insurance for the benefit of its workers. The
above requirements shall also apply to the Organization's contractors and subcontractors
who are engaged in the Project.
B. Prior to the commencement of work, the Organization will provide Augusta with a
certificate of insurance, which evidences the above coverage and names Augusta,
Georgia as an "additional insured."
SECTION 3 - RESPONSIBILITIES AND OBLIGATIONS OF AUGUSTA
3.1 Augusta enters this contract to improve the quality of life of its citizens and to
provide its citizens with additional facilities for delivery of recreational, historical and
cultural services in a more cost effective manner than it could if it were to construct and
operate similar facilities without the participation of the Organization.
3.2 Augusta and any auditors employed by Augusta shall have the right to verify and
audit the expenditures of the Organization and the Project, sufficient to determine that the
monies are being appropriately spent for the Project, in accordance with Georgia laws
that govern the expenditures of Special Purpose Local Option Sales Tax monies. Official
representatives of Augusta may inspect the official records of the Organization, which
relate to this project, at reasonable times and upon reasonable notice to the Organization.
Augusta shall also have the right to inspect the Project at any reasonable time for any
purpose related to the performance of any contract awarded, or to be bid upon or
awarded, by the Organization for this Project.
SECTION 4- OBLIGATIONS OF THE ORGANIZATION AND COUNTY
4.1 Each of the parties hereto warrants and represents to the other that it will comply
with all the requirements of the laws of the State of Georgia.
4.2 After approval of this contract, all contracts between the Organization and any
subcontractor shall be submitted to Augusta Administrator for administrative review. If
A. Comprehensive General Liability Insurance shall be maintained in force at all times
and shall include the following coverages: Products/Completed Operations and
Automobile Liability Insurance in the combined single limits of $1,000,000. This
coverage shall be intended to apply as primary and shall not be affected by any insurance
that Augusta may carry in its own name. The Organization shall maintain Workers
Compensation and Employer's Liability Insurance for the benefit of its workers. The
above requirements shall also apply to the Organization's contractors and subcontractors
who are engaged in the Project.
B. Prior to the commencement of work, the Organization will provide Augusta with a
certificate of insurance, which evidences the above coverage and names Augusta,
Georgia as an "additional insured."
SECTION 3 - RESPONSIBILITIES AND OBLIGATIONS OF AUGUSTA
3.1 Augusta enters this contract to improve the quality of life of its citizens and to
provide its citizens with additional facilities for delivery of recreational, historical and
cultural services in a more cost effective manner than it could if it were to construct and
operate similar facilities without the participation of the Organization.
3.2 Augusta and any auditors employed by Augusta shall have the right to verify and
audit the expenditures of the Organization and the Project, sufficient to determine that the
monies are being appropriately spent for the Project, in accordance with Georgia laws
that govern the expenditures of Special Purpose Local Option Sales Tax monies. Official
representatives of Augusta may inspect the official records of the Organization, which
relate to this project, at reasonable times and upon reasonable notice to the Organization.
Augusta shall also have the right to inspect the Project at any reasonable time for any
purpose related to the performance of any contract awarded, or to be bid upon or
awarded, by the Organization for this Project.
SECTION 4- OBLIGATIONS OF THE ORGANIZATION AND COUNTY
4.1 Each of the parties hereto warrants and represents to the other that it will comply
with all the requirements of the laws of the State of Georgia.
4.2 After approval of this contract, all contracts between the Organization and any
subcontractor shall be submitted to Augusta Administrator for administrative review. If
any irregularity or illegality appears, the Administrator may submit any such questions to
the Augusta Richmond County Commission.
4.3 This Agreement constitutes the entire agreement between the parties as to the
matters described herein and may not be amended except by a written instrument, signed
by each party's duly authorized officers.
4.4 Breach of contract with respect to any of the terms of this Agreement, or with
respect to the use of funds, shall terminate Augusta's obligations under this Agreement;
shall terminate Augusta's obligation for the payment of any future funds; and shall entitle
the Parties to all remedies provided by law.
IN WITNESS WHEREOF. Augusta and Organization have caused these presents
to be executed by their respective, duly authorized officials, on the date entered above.
AUGUSTA. GEORGIA
By:_
Mayor
ATTEST:
By:
Clerk of Commission
[signatures continue on the following page]
any irregularity or illegality appears, the Administrator may submit any such questions to
the Augusta Richmond County Commission.
4.3 This Agreement constitutes the entire agreement between the parties as to the
matters described herein and may not be amended except by a written instrument, signed
by each party's duly authorized officers.
4.4 Breach of contract with respect to any of the terms of this Agreement, or with
respect to the use of funds, shall terminate Augusta's obligations under this Agreement;
shall terminate Augusta's obligation for the payment of any future funds; and shall entitle
the Parties to all remedies provided by law.
IN WITNESS WHEREOF, Augusta and Organization have caused these presents
to be executed by their respective, duly authorized officials, on the date entered above.
AUGUSTA, GEORGIA
By:
Mayor
ATTEST:
By:
Clerk of Commission
[signatures continue on the following page]
Its: President/C£0
Attest:
\:
ieAhch^_CW^-
J.
. lejrvvrh?V Cv\r2-i^jhQ iu4a
Its:
EXHIBIT A
ORGANIZATION:Augusta Museum of History
PROJECT:Upgrade of Security System
DESCRIPTION OF PROJECT/
SCOPE OF WORK:Provide a complete video surveillance and
recording system, including engineering,
components, installation, customer training, and
comrmssiorung
PROJECTED TIME OF
CONSTRUCTION:October, 2016 to February, 2017
COST OF PROJECT WORK:
Total Project Budget':
(see attached budget)
$164.334
SOURCES OF FUNDING:
SPLOST Funds'':
SPLOST Matching Funds:
Total:
$600,000
$150,000
$750,000
I See attached budget.
2 $600,000 of the SPLOST Funds are available for disbursement upon the satisfaction of the Outside Agency's
obligations as contained herein. The balance of the SPLOST funds will be made available upon collection and
satisfaction of any SPLOST funding obligations having priority.
ORGANIZATION:
PROJECT:
EXHIBIT A
Augusta Museum of History
Upgrade of Security System
DESCRIPTION OF PROJECT/
SCOPE OF WORK:Provide a complete video surveillance and
recording system, including engineering,
components, installation, customer training, and
commissioning
PROJECTED TIME OF
CONSTRUCTION:October, 2016 to February, 2017
COST OF PROJECT WORK:
Total Project Budget1:
(see attached budget)
SOURCES OF FUNDING:
SPLOST Funds2:
SPLOST Matching Funds:
Total:
$ 164,334
$ 600,000
$ 150.000
$ 750,000
1 See attached budget.
2 $600,000 of the SPLOST Funds are available for disbursement upon the satisfaction of the Outside Agency's
obligations as contained herein. The balance of the SPLOST funds will be made available upon collection and
satisfaction of any SPLOST funding obligations having priority.
SPLOST VI
Agency: Augusta Museum of History
Projected Budget for Upgraded Security System
Cameras, 24T8 Storage. Surge
Protection, Rack Storage for DVR's,
Motion Detectors, Monitors,
Remote Viewing, 2 Recorders.
Software, Wiring, Installation,
Training
$114,615
Access Control, 7 Card Readers $34,780
Sub-Total $ 149,395
Management (10 percent)$14,939
Total Projected Expenses $164,334
SPLOST VI
Agency: Augusta Museum of History
Projected Budget for Upgraded Security System
Cameras, 24TB Storage, Surge $ 114,615
Protection, Rack Storage for DVR's,
Motion Detectors, Monitors,
Remote Viewing, 2 Recorders.
Software, Wiring, Installation,
Training
Access Control, 7 Card Readers $ 34,780
Sub-Total $ 149,395
Management (10 percent) $ 14,939
Total Projected Expenses $ 164,334
EXHIBIT B
I. Organization shall evidence a deposit in its capital fund account the amount of
$150,000, for its matching funds (the "Matching Funds Amount"), all of which must be
verifiable as raised on or after June 16,2009 (the "Matching Funds"). -.5~rn~~7-t -(.0 \\1
2. Prior to Augusta providing funding for the Project, Organization shall expend one
hundred (100%) percent of the Matching Funds for construction of the Project and
provide the Finance Department evidence of the expenditure. (Note from AMH:
matching funds to be used as seen per attachment)
KXHIBIT B
1 . Organization shall evidence a deposit in its capital fund account the amount of
$150,000, for its matching funds (the "Matching Funds Amount"), all of which must be
verifiable as raised on or after June 16, 2009 (the "Matching Funds"). " <x l^r- 7 ~ I " c£ \
2. Prior to Augusta providing funding for the Project, Organization shall expend one
hundred (100%) percent of the Matching Funds for construction of the Project and
provide the Finance Department evidence of the expenditure. (Note from AMH:
matching funds to be used as seen per attachment)
SPLOST VI Projects for Matching Funds
Research and Preservation Center Chiller- $100,000
The Museum will continue to meet the highest standards of stewardship in collection care and
management by replacing the current chiller capacity. Funds would also include pouring a concrete pad
and building an enclosure for the unit.
Collection Storage Cabinets for the Research and Preservation Center - $18.000 (for Artifact
storage)
Funds will provide for state-of-the art archival/collection storage systems for preservation of historic
artifacts. To meet professional museum standards, all storage equipment must be baked, powder-coated
metal. They also must meet specific weight requirements to support heavy artifacts safely.
Ten Viking cabinets designed to hold farming related artifacts, tools, kitchen implements, and decorative
arts, while also providing safe access to these items.
Funds will also provide for an oversize archival drawer system. This unit is a seven (7) foot by three (3)
foot system of full width drawers that will meet the unique needs of the over-sized documents in the
museum collection. Materials stored in this include blueprints, maps, political ephemera, and posters.
Industrial Freezer for the Research and Preservation Center - $7,000 (for Collection storage)
Museums use freezers in two ways. One as part of the integrated pest management; artifacts come into
collections from a variety of storage sources: garages, attics. basements, and barns. To prevent
infestations, controlled freezing is a proven method of eliminating pests and their potential larvae.
The second is to preserve film. Over time, old film bases begin to decay. Nitrate film causes one set of
problems, acetate another, but both sets of problems can be resolved by proper preservation assessment
and cold storage. Frozen storage halts the deterioration process for both types offilm
Solar Power System for Exhibition Galleries - $25,000 (to run the chillers and the exhibit lighting)
Installing a solar power system to power the Museum's exhibition lighting grids and chillers the
institution could save thousands of dollars each the year. Instead of funds going to pay electric bills, funds
can be used for public programs and exhibitions.
A solar power system can improve energy efficiency and conserve natural resources. Georgia Power has
been a partner to date providing to data evaluations of the Museum's current systems with many
suggestions to conserve energy. Funds would provide for solar modules, invertors, mounting systems, and
design and installation.
SPLOST VI Projects for Matching Funds
Research and Preservation Center Chiller- $100,000
The Museum will continue to meet the highest standards of stewardship in collection care and
management by replacing the current chiller capacity. Funds would also include pouring a concrete pad
and building an enclosure for the unit.
Collection Storage Cabinets for the Research and Preservation Center - $18,000 (for Artifact
storage)
Funds will provide for state-of-the art archival/collection storage systems for preservation of historic
artifacts. To meet professional museum standards, all storage equipment must be baked, powder-coated
metal. They also must meet specific weight requirements to support heavy artifacts safely.
Ten Viking cabinets designed to hold farming related artifacts, tools, kitchen implements, and decorative
arts, while also providing safe access to these items.
Funds will also provide for an oversize archival drawer system. This unit is a seven (7) foot by three (3)
foot system of full width drawers that will meet the unique needs of the over-sized documents in the
museum collection. Materials stored in this include blueprints, maps, political ephemera, and posters.
Industrial Freezer for the Research and Preservation Center - $7,000 (for Collection storage)
Museums use freezers in two ways. One as part of the integrated pest management; artifacts come into
collections from a variety of storage sources: garages, attics, basements, and barns. To prevent
infestations, controlled freezing is a proven method of eliminating pests and their potential larvae.
The second is to preserve film. Over time, old film bases begin to decay. Nitrate film causes one set of
problems, acetate another, but both sets of problems can be resolved by proper preservation assessment
and cold storage. Frozen storage halts the deterioration process for both types of film
Solar Power System for Exhibition Galleries - $25,000 (to run the chillers and the exhibit lighting)
Installing a solar power system to power the Museum's exhibition lighting grids and chillers the
institution could save thousands of dollars each the year. Instead of funds going to pay electric bills, funds
can be used for public programs and exhibitions.
A solar power system can improve energy efficiency and conserve natural resources. Georgia Power has
been a partner to date providing to data evaluations of the Museum's current systems with many
suggestions to conserve energy. Funds would provide for solar modules, inverters, mounting systems, and
design and installation.
Commission Meeting Agenda
9/6/2016 2:00 PM
SPLOST VI agreement with Pendleton King Park Foundation
Department:Finance
Department:Finance
Caption:Motion to approve agreement with Pendleton King Park
Foundation for funding as authorized in SPLOST Phase VI.
(Approved by Finance Committee August 30, 2016)
Background:Project funding in the amount of $200,000 for the Pendleton King
Park was approved in the SPLOST VI referendum. The Pendleton
King Park project is for park interconnectivity.
Analysis:The Pendleton King Park Foundation has raised the matching
funds $50,000 as required by the SPLOST VI Challenge Grant
guidelines. The agency has provided documentation as required.
The SPLOST funding has been collected and is available for
disbursement in accordance with the attached agreement upon
approval by the governing body.
Financial Impact:Funding is available in SPLOST VI
Alternatives:n/a
Recommendation:approve agreement
Funds are Available
in the Following
Accounts:
328-06-4310/5721110
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Cover Memo
Clerk of Commission
Cover Memo
STATE OF GEORGIA)
RICHMOND COUNTY)
SPLOST VI OUTSIDE AGENCY AGREEMENT
This AGREEMENT made and entered into this day of 2016, between
Augusta, Georgia, a political subdivision of the State of Georgia (hereinafter referred to as
"Augusta"), and Pendleton King Park Foundation, Inc., (hereinafter referred to as the
"Organization") .
WTINESSETH
WHEREAS, the voters of Augusta, Georgia on June 16th 2009, approved the imposition of
the Special Purpose County One Percent Sales and Use Tax ("SPLOST VI"),) and designated the
use of the proceeds of said tax for certain capital outlay projects, as defined on O.C.G.A. 48-8-
11(a) and further approved a project priority payment order in an Intergovernmental Agreement
entered into by and between Augusta, Georgia, and the municipalities of Hephzibah and Blythe;
and
WHEREAS, the Augusta Commission approved SPLOST funding for certain recreational,
historical and cultural improvement capital outlay projects to be implemented through various
outside agencies as provided in guidelines adopted on February 19th 2009; and
WHEREAS, Augusta has determined that the project described on Exhibit "A" (the
"Project") is beneficial to the citizens of Augusta as it provides and enhances recreational,
historical and/or cultural resources in Augusta; and
WHEREAS, Augusta has determined that is more cost effective, avoids duplication of
services and is in the best interest of Augusta and the citizens of Augusta to contract with
Organization to undertake the Project, rather than Augusta directly constructing and operating the
project; and
WHEREAS, the Augusta desires to contract with the above named organization to
construct and operate the Project, which was a part of the approved capital outlay projects; and
WHEREAS, the sum of$200,000.00 from the proceeds of said tax (the "SPLOST Funds")
has been allocated to the Organization for the Project and will be made available to the
Organization when the tax has been collected as provided in the disbursement schedule adopted in
the Intergovernmental Agreement.
NOW, THEREFORE, for and in consideration of the mutual covenants and agreements
between the parties, it is agreed as follows:
SECTION 1 - APPROPRIATION AND USE OF FUNDS
1.1 Augusta agrees to appropriate the SPLOST Funds to be used by Organization on behalf of
Augusta for the purpose of constructing the Project as provided in Exhibit "A" hereto
attached and incorporated herein.
1.2 The Organization agrees to use such funds that it may receive, pursuant to this Agreement,
solely and exclusively for the construction of the above described Project; said Project,
including the Project Budget, is more specifically described in Exhibit "A".
1.3 Said disbursement to Organization is an authorized use of said proceeds, under O.C.G.A.
Section 48-111 (e), as said use benefits a "cultural, recreational, or historical facility or a
combination of such purposes," and this Agreement is entered into on behalf of and for the
benefit of Augusta and Organization.
SECTION 2 - RESPONSIBILITIES AND OBLIGATIONS OF ORGANIZATION
In consideration of the disbursement of the SPLOST Funds, Organization shall observe all
conditions that the law and/or this Agreement imposes on the use of said SPLOST Funds,
which shall include, but not be limited to the following:
2.1 Organization shall use said proceeds only in connection with the capital outlay Project and
only for the purposes described in Exhibit "A", which is attached hereto and made a part
hereof.
2.2 Organization covenants not use and of said funds for any part of its maintenance and
operation budget, now or in the future.
2.3 Organization will set up any and all banking accounts necessary or convenient to segregate
the account containing SPLOST Funds from its other accounts. Organization shall keep
any SPLOST Funds that it receives from Augusta in a separate account fund and shall not
commingle Augusta distributions with other funds of the Organization prior to their
expenditure.
2.4 The Organization shall maintain a record of each and every expense, in compliance with
the generally accepted accounting principles, for which the proceeds of the tax are used.
The Organization shall submit quarterly accounting reports to Augusta for all funds that
the Organization receives from Augusta. Said accounting reports shall set forth the amounts
expended on the Project during the term of this contract, which, shall include any amount
expended on such Project in that current year, and the estimated percentage of the
completion of the Project. The initial report of expenditures regarding the Project shall be
made within 60 days of the first installment of the SPLOST Funds are made available to
Organization and quarterly thereafter until the end of the quarter in which the project is
deemed completed as determined by the Augusta Finance Department. Quarterly reports
are due within ten (l0) business days following the end of each said quarter and shall be
delivered to Augusta Finance Department, 535 Telfair Street, Suite 800, Augusta Georgia
30901 to the attention ofMr. Timothy Schroer, Deputy Finance Director.
2.5 Organization accepts the following conditions for disbursement of said funds:
A. Unless otherwise agreed by Augusta, no funds shall be made available to
Organization until such time as the tax has been collected as provided in the
disbursement schedule adopted in the Intergovernmental Agreement, and the
Organization has raised a minimum of twenty five (25%) percent of the SPLOST
Funds (the "Matching Funds"). Only cash or cash equivalents raised subsequent to
June 16,2009 shall qualify as Matching Funds. Pledges, in-kind donations or other
donations or contributions will not qualify as Matching Funds.
B. Upon the Augusta executing an acknowledgement that the minimum amount of
Matching Funds has been raised by the Organization, the Organization may expend
the Matching Funds on the Project, provided that the same recording keeping
requirements as provided in 2.4 are kept for expenditures of Match Funds.
C. Prior to receipt of the SPLOST Funds or the Expenditure of Matching Funds,
Organization shall furnish Augusta with an itemized receipt of expenses.
D. Organization shall comply with the purchasing policies of Augusta-Richmond
County regarding the advertising for bids, the securing of bids, and payment,
performance bonds and contracting. Payments to any sub-contractor employed by the
Organization shall be made directly by the Organization, subject to Augusta's audit
and approval. If the total project costs exceed the amount funded by Augusta and the
Matching Funds, the Organization shall provide proof of other funding sources.
Payments by the Organization to sub-contractors shall be made only upon
presentation of verified invoices.
E. Upon completion of the construction ofthe Project, Organization shall do everything
possible within its power to help ensure that Augusta will receive a lease of the
Property to Richmond County Public Facilities, Inc. or such other entity designated
by Augusta, such lease to be substantially similar to the lease attached hereto as
Exhibit "B." Organization hereby acknowledges and agrees that as the Project is to
benefit the citizens of Augusta by providing and enhancing the recreational, historical
and/or cultural resources in Augusta, the Project must be open to and available for
public use. Provided however, this section shall not preclude the Organization from
charging reasonable and ordinary fees for the use of the Project.
2.6 The Organization will maintain the following insurance during the performance of the
Contract:
A. Augusta will indemnify, including but not limited to attorney's fees, and hold
harmless Organization for any causes of action incurred during the performance of
the Project.
SECTION 3 - RESPONSIBILITIES AND OBLIGATIONS OF AUGUSTA
3.1 Augusta enters this contract to improve the quality oflife of its citizens and to provide its
citizens with additional facilities for delivery of recreational, historical and cultural
services in a more cost effective manner than it could if it were to construct and operate
similar facilities without the participation of the Organization. Organization shall do
everything within its power to help ensure that Augusta shall have the right, by and to this
contract, for not less than 25 years of public use and availability of the facility that is the
subject of this contract. In the event that Organization desires to sell or otherwise transfer
title or ownership of the Project prior to the termination of the Lease, then in such events,
the transfer provisions of the Lease shall control.
3.2 Augusta and any auditors employed by Augusta shall have the right to verify and audit the
expenditures ofthe Organization and the Project, sufficient to determine that the monies are
being appropriately spent for the Project, in accordance with Georgia laws that govern the
expenditures of Special Purpose Local Option Sales Tax monies. Official representatives
of Augusta may inspect the official records ofthe Organization, which relate to this project,
at reasonable times and upon reasonable notice to the Organization. Augusta shall also have
the right to inspect the Project at any reasonable time for any purpose related to the
performance of any contract awarded, or to be bid upon or awarded, by the Organization for
this Project.
SECTION 4- OBUGA TIONS OF THE ORGANIZATION AND COUNTY
4.1 Each of the parties hereto warrants and represents to the other that it will comply with all
the requirements of the laws of the State of Georgia.
4.2 After approval of this contract, all contracts between the Organization and any subcontractor
shall be submitted to Augusta Administrator for administrative review. If any irregularity or
illegality appears, the Administrator may submit any such questions to the Augusta -
Richmond County Commission.
4.3 This Agreement constitutes the entire agreement between the parties as to the matters
described herein and may not be amended except by a written instrument, signed by each
party's duly authorized officers.
4.4 Breach of contract with respect to any ofthe terms of this Agreement, or with respect to the
use of funds, shall terminate Augusta's obligations under this Agreement; shall terminate
Augusta's obligation for the payment of any future funds; and shall entitle the Parties to all
remedies provided by law.
IN WITNESS WHEREOF, Augusta and Organization have caused these presents to be
executed by their respective, duly authorized officials, on the date entered above.
AUGUSTA, GEORGIA
By:_
Mayor
ATTEST:
By:
Clerk of Commission
EXHIBIT "A"
SPLOSTVI
Project: Park Interconnectivity
Project Description:
The Park Interconnectivity project is a group of smaller projects designed to improve the
interconnectivity of Pendleton King Park with the citizens of Augusta. These projects listed in
prioritized order are to be performed as long as funds are available to complete:
1) ADA access throughout the improved portion of the park to include access to all
gardens and a speedtable/crosswalk for access to Bark Park across the entrance.
2)To break the connection of sediment runoff from the slopes into Lake Elizabeth
through improved collection of drainage and runoff and similar improvements in
some of the gardens in the park.
3)To re-establish the pavement on the wooded paths to allow a connection with nature
in the urban setting that is Pendleton King Park plus enhancing the access to the park
by the nearby neighborhoods.
4)Establish new parking to connect Bark Park more closely and conveniently with its
patrons.
5)Design and install new signage throughout the park to provide efficient connection
between the park features and the patrons of the park.
Project Timeline:
June 2016 -Publish RFPs
August 2016 -Award Contracts
September 2016 -Begin Projects
December 2016 -Complete Projects
January 2016 -Present Improvements to Public
Project Budget:
Agency:
Project Name:
Date:
Pendleton King Park Foundation
Park Interconnectivity
May 10, 2016
1)ADA Access $19,390
2)Erosion $56,000
3)Pavement $69,000
4)Parking $45,000
5)Signage $10,500
6)Engineering $35,855
7)Contingency $14,255
Total $250,000
Commission Meeting Agenda
9/6/2016 2:00 PM
Acquisition of a portion of property for right of way & temporary construction easement to Richmond
County, Ga from SCIP Augusta, LLC
Department:Law
Department:Law
Caption:Motion to authorize condemnation to acquire of a portion of
property for right of way and temporary construction easement,
(Parcel 045-4-202-00-0) 1550 Wrightsboro Road. (Approved by
Engineering Services Committee August 30, 2016)
Background:Despite repeated efforts, the City has been unable to reach an
agreement with the property owner and therefore seeks to acquire
title through condemnation. In order to proceed and avoid further
project delays, it is necessary to condemn a portion of subject
property. The required property consists of 489.39 square feet of
right of way and 497.18 square feet of temporary construction
easement. The appraised value is $270.00.
Analysis:Condemnation is necessary in order to acquire the required
property
Financial Impact:The necessary costs will be covered under the project budget.
Alternatives:y condemnation.
Recommendation:Approve condemnation.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING
ACCOUNTS: G/L 371-041110-52.12122 J/L T13041219-
52.12122
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Consider approving RFQ #16-178: Task Order Program (2016) for Utilities Department in the amount of
$5,000,000.00 for execution by JAMCO Civil Inc.; Blair Construction Inc., CHB, and Beams Contracting
as qualified and selected contractors
Department:Utilities
Department:Utilities
Caption:Motion to approve RFQ #16-178: Task Order Program (2016) for
Utilities Department in the amount of $5,000,000.00 for execution
by JAMCO Civil Inc.; Blair Construction, Inc., CHB, and Beams
Contracting as qualified and selected contractors. (Approved by
Engineering Services Committee August 30, 2016)
Background:The types of work anticipated for the Task Order Program are
emergency repairs or smaller construction projects that require
resources beyond those of the Department. Larger projects would
still be bid in the normal fashion. The purpose of the Task Order
Program is to solicit competitive bids from the pool as projects
arise.
Analysis:AUD has evaluated JAMCO Civil Inc.; Blair Construction, Inc.,
CHB, and Beams Contracting proposal(s) to participate in the
Task Order Program and has considered the proposal(s) fair and
reasonable to accomplish the task.
Financial Impact:The construction funds available for this project are
$5,000,000.00. These funds are available from account
507043490-5425410 / 88886666-5425410
Alternatives:Rejection of this RFQ Contractor Selection would delay the
Utilities Department’s ability to execute planned and emergency
repairs of the water/sewer infrastructure system throughout
Augusta-Richmond County.
Recommendation:Recommend Commission approve RFQ #16-178: Task Order
Program (2016) for Utilities Department in the amount of
$5,000,000.00 Cover Memo
Funds are Available
in the Following
Accounts:
$5,000,000.00 from account 507043490-5425410 / 88886666-
5425410
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Request for Qualification
Request for Qualifications will be received at this office until Tuesday, May 24, 2016 @ 11:00 a.m. for furnishing:
RFQ Item #16-178 Task Order Program (2016) for the Utilities Department
Qualifications 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
Request for Qualification (RFQ) documents may be viewed on the Augusta Georgia web site under the Procurement
Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535
Telfair Street – Room 605, Augusta, GA 30901.
A Pre-Qualification meeting will be held on Friday, May 6, 2016 @ 10:00 a.m. in the Procurement Department, 535
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 Tuesday, May 10, 2016 @ 5:00
P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
No qualifications may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution
of contract with the successful bidder(s).
Request for qualifications (RFQ) and specifications. An RFQ 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 RFQ 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 RFQ 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 RFQ number on the outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
Proponent at the risk of receiving incomplete or inaccurate information upon which to base its qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle April 14, 21, 28 May 5, 2016
Metro Courier April 20, 2016
VENDORS Attachment
B E-Verify #SAVE
Form
Addendum
#1 Original 8 Copies
Blair Construction
Po Box 770
Evans, GA 30809
YES 224004 YES YES YES YES
J & B Construction
3550 Gordon Highway
Grovetown, GA 30813
YES Non-
compliant YES YES YES Non-
compliant
Quality Storm Water
Solutions
P. O. 1847
Evans, GA 30809
YES 233338 YES YES YES YES
Garnto Southern
Construction YES 225651 YES Non-
compliant YES YES
JAMCO Civil
1249 Gordon Park Rd.,
Suite 102
Augusta, GA 30901
YES 923698 YES YES YES YES
Sitec LLC
522 Railroad Ave
North Augusta, SC 29841
YES 212379 YES YES YES YES
CBH Construction
678 Heggies Ridge Dr.
Appling, GA 30803
YES 321326 YES YES YES YES
Beams Contracting
15030 Atomic Road
Beech Island, SC 29842
YES 167300 YES YES YES YES
Total Number Specifications Mailed Out: 26
Total Number Specifications Download (Demandstar): 4
Total Electronic Notifications (Demandstar): 218
Pre-Bid/Telephone Conference: 7
Total packages submitted: 8
Total Noncompliant: 2
RFQ Opening
RFQ Item #16-178
Task Order Program (2016)
for Augusta, Georgia - Utilities Department
RFP Due: Tuesday, May 24, 2016 @ 11:00 a.m.
Contract Management P.O.Box 3833, Augusta, GA 30914 Did not submit bid.
Page 1 of 1
Blair Construction
Po Box 770
Evans, GA 30809
Quality Storm Water
Solutions
P. O. 1847
Evans, GA 30809
JAMCO Civil
1249 Gordon Park
Rd.,
Suite 102
Augusta, GA 30901
Sitec LLC
522 Railroad Ave
North Augusta, SC
29841
CHB
678 Heggies Ridge
Dr.
Appling, GA 30803
Beams Contracting
15030 Atomic Road
Beech Island, SC 29842
RANKING SCORING
First Round Elimination Pass/Fail Pass Pass Pass Pass Pass Pass
A. Package
submitted by the
deadline
Pass/Fail Pass Pass Pass Pass Pass Pass
B. Package is
complete
(includes
requested
information as
required per this
solicitation)
Pass/Fail Pass Pass Pass Pass Pass Pass
C. Overall Quality of
RFQ (concise and
to-the-point)
50 47.5 35 47.5 20 47.5 47.5
1. Respondents
Experience 100 97.5 55 97.5 25 90 97.5
2. Financial
Responsibility 100 97.5 65 97.5 50 90 97.5
3. Project
Management 95 92.5 42.5 92.5 45 90 92.5
4. Key Personnel
& Staff 90 90 42.5 90 45 85 92.5
5. Organizational
Qualifications 75 75 32.5 72.5 10 67.5 75
6. Optional
Interview
(Potential
bonus Points)
10 0 0 0 0 0 0
452.5 237.5 450 175 422.5 455
1. Contractor’s
experience in
Water and
Wastewater
Construction
60 60 35 60 5 55 60
2. Experience
with task order
type contracts
50 50 22.5 0 25 30 45
3. Equipment on
hand 50 50 2.5 45 0 45 50
160 60 105 30 130 155
Submittal and Quality of RFQ (MUST PASS FOR CONTINUED CONSIDERATION)
Second Round Elimination
Quality of RFQ(MUST ACHIEVE 35 POINTS FOR CONTINUED CONSIDERATION)
Proposer’s Overall Ability to Provide the Services (TOTAL POINTS 470)
Scope of Services (Total of 160)
Cumulative Evaluation Scoring Sheet
RFQ Item #16-178 - Task Order Program (2016)
for Augusta, Georgia - Utilities Department
RFP Due: Thursday, June 9, 2016 @ 4:00 p.m.
Vendors
E. Scope of Services
Section D Subtotal
Section E Subtotal
D. Narrative
Continued on Page 2
Blair Construction
Po Box 770
Evans, GA 30809
Quality Storm Water
Solutions
P. O. 1847
Evans, GA 30809
JAMCO Civil
1249 Gordon Park
Rd.,
Suite 102
Augusta, GA 30901
Sitec LLC
522 Railroad Ave
North Augusta, SC
29841
CHB
678 Heggies Ridge
Dr.
Appling, GA 30803
Beams Contracting
15030 Atomic Road
Beech Island, SC 29842
Cumulative Evaluation Scoring Sheet
RFQ Item #16-178 - Task Order Program (2016)
for Augusta, Georgia - Utilities Department
RFP Due: Thursday, June 9, 2016 @ 4:00 p.m.
Vendors
1. Federal
Experience 35 30 7.5 30 0 0 30
Within Augusta 10 0 0 10 0 0 0
Within CSRA 8 8 8 0 4 8 8
Within Georgia 6 0 0 0 0 0 0
Within SE United
States (includes AL,
TN, NC, SC, FL)
4 0 0 0 0 0 0
All Others 2 0 0 0 0 0 0
8 8 10 4 8 8
H. References 25 25 2.5 25 0 12.5 25
693 343 637.5 229 620.5 690.5
723 350.5 667.5 229 620.5 720.5
Evaluator: Cumulative Date: 6/9/2016
Procurement Department Representative: Nancy Williams
Procurement Department Completion Date: 6/9/2016
Internal Use Only
Cumulative Total
Note: Respondent/Offeror(s) receiving 600 will be considered for the Utilities Task Order Program.
*To be included in the Fort Gordon Task Order, Respondent/Offeror must receive a minimum of 25 points for item F to be considered for the Fort Gordon Task Order Program.
Cumulative With Section F
Section G Subtotal
F. For Gordon Task Order Program (Only)
Reference(s)
* FORT GORDON TASK ORDER PROGRAM (ONLY)
(MUST ACHIEVE 25 POINTS FOR CONSIDERATION for the Fort Gordon Task Order Program)
G. Proximity to Area
Proximity to Area(Does not apply to Federally Funded Projects)
Commission Meeting Agenda
9/6/2016 2:00 PM
Hydraulic Model Update and Miscellaneous Water System Improvements
Department:Utilities
Department:Utilities
Caption:Motion to approve proposal from ZEL Engineering for
Hydraulic Model Update and Water System Improvements.
(Approved by Engineering Services Committee August 30,
2016)
Background:Augusta Utilities utilizes a digital hydraulic model to predict
conditions within the water distribution system and to evaluate
alternatives for system improvements. We met with the Fire
Department recently to discuss the upcoming ISO (Insurance
Services Office) inspection scheduled for late 2016.
Analysis:The ISO inspection will determine the City's fire rating for the
next 5 years. This inspection evaluates the fire department and the
water system's capacity to deliver water for fire suppression. One
criteria of the inspection is whether a functional hydraulic model
of the distribution system exists. ZEL Engineering is the firm best
suited to update our model due to their extensive knowledge of
our system. Also, this project will serve to design various system
improvements where small diameter water lines are not sufficient
to provide fire protection.
Financial Impact:We recommend the Commission approve the Professional
Services proposals to ZEL Engineering in the amount of
$254,371.39 for the AUD Waterline Replacement Program
($125,758.39) and H2OMap Modeling Update ($128,613.00).
Funding in the amount of $254,371.39 is available from accounts:
514043410-5212115/81600080-5212115 (AUD Waterline
Replacement Program) and 514043410-5212115/81600090-
5212115 (H2OMap Modeling Update)
Alternatives:No alternatives are recommended.
Cover Memo
Recommendation:Augusta Utilities Department recommends the Commission
approve the proposal from ZEL Engineering in the amount of
$254,371.39 for the hydraulic model update and design of water
system improvements.
Funds are Available
in the Following
Accounts:
Funds are available in the following accounts: 514043410-
5212115/81600080-5212115 (AUD Waterline Replacement
Program) and 514043410-5212115/81600090-5212115 (H2OMap
Modeling Update)
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
ZIMMERMAN, EVANS & LEOPOLD, INC.
706-724-5627 | Fax 706-724-5789 | 435 Telfair Street | Augusta, GA 30901
zelengineers.com
August 10, 2016 Mr. Tom Wiedmeier, P. E.
Director, AUD Augusta, Ga. 30901 VIA ELECTRONIC COMMUNICATION
RE: Task Order work scope and proposal.
Dear Mr. Wiedmeier:
This is our proposal to provide task order work products to the Augusta Utilities Department for functions determined by the Department that outside assistance is necessary. At present we have
responded to two tasks:
1.- H2OMap modeling update of AUD’s existing model. Cost$ 128,613.00 2.- Water Main replacement program. Cost $ 125,758.39
Total $ 254,371.39
1.- We propose that the Department allow us to assist it in bring the computer model to geographic information system (GIS) geometry based on the City’s GIS. Our intimate knowledge
of your system and confirmation against your GIS will update the model back into good form and
allow your staff to utilize the final product to solve problems.
In particular, the model is most useful in predicting: water quality issues, the ability of the water
system to meet specific conditions, pressure ranges to be expected, alternative routings for redundant service, and fire flow capability in areas of high risk and high value.
Our approach will be to update each pressure system as a separate part that is useful in itself.
Since a large part of the water system is supplied by gravity, we would begin with the 417 and 310 systems, then 500, 564, 600, etc. The demands will be refigured based on GIS queries of
areas near previously established junction nodes. Finally, the most important phase: establishing
the proper controls for the 50+ pumps in the system and establishing the acceptable variations of all the water storage tanks.
Once the model is complete, we will produce the operations manual to prevent the disassembly of
the model and enable security protocols with input from your staff and the GIS Department.
We have estimated the effort/costs for the work as follows:
August 10, 2016 Page 2
AUD Task Order Proposal 2016 R1 (3).docx
We have the latest edition of the H2OMap software in house. Using Innovyze advanced Object-
Oriented Geospatial Component model, H2OMAP Water provides the most powerful and practical GIS platform for water utility solutions. Our version has no pipe limits. We have a lull
in our workload and can attack this project at once.
2.- Our proposal is to provide design services in support of the Augusta Utilities Department
(AUD) Waterline Replacement Program. We have developed the proposal based on preliminary investigations of AUD defined locations. The primary steps in developing the plans include:
1. Defining Scope
a. Verify which streets are included
b. Verify Construction method (Task Order or Bid) c. Confirm schedule
2. Verify existing utilities and/or conflicts
3. Propose New design/Line sizes 4. Finalize Design
5. Finalize Specifications, if required
6. Submit Final Drawing Sheets and/or Bid Plans
The timeframe to complete each section of streets will vary depending on the number of streets
awarded. A schedule will be developed and submitted once the final scope is defined.
Augusta Water System H2OMap Model update
Model Corrections and Checks:
Item Quantity Allowance,
minutes
time,
minutes
Node/Junctions 1083 2.5 2,708
Pipe Links 1441 5 7,205
Link Vertex 5305 2.5 13,263
Tanks 38 20 760
Pumps, Control 63 45 2,835
PRV 19 25 475
Minutes 27,245
Hours 454
Cost 68,113$
Guidance and Protocols for Proper Model Maintenance
Documentation 80 135$ 10,800$
Visual Aids 40 135$ 5,400$
Firewall Access 40 135$ 5,400$
Procedures 80 150$ 12,000$
Seminar 16 150$ 2,400$
Reporting 40 150$ 6,000$
Hrs 296 42,000$
Software 1 18,000$ 18,000$
Printing, 5 copies 100$ 500$
Total 128,613$
August 10, 2016 Page 3
AUD Task Order Proposal 2016 R1 (3).docx
Existing utility locates and potential conflict identification is included. However, surveying services are not included in the current scope of work as new line layouts are to be added to drawings provided by AUD.
The cost proposal is presented per street and/or street section, with separate costs provided for options to construct via Task Order or Bid. The Task Order estimate provides a construction drawing plan sheet only. The Bid proposal estimate adds specification and detail sheets for use in
developing a bid package. While development of the cost proposal allows for the project to be defined by Individual Street, there is the potential opportunity for adjustments to the proposal cost
based on economy of scale resulting from bundling several streets in the same Exhibit area and
the number of overall streets awarded. We have the appropriate resources and personnel allocated to support the successful completion of the project. We also believe that the above-
described scope reflects the need for services previously discussed and are in line with the
objectives outlined in discussions. Involvement and participation in the selection of streets for inclusion will greatly enhance the opportunity for success and allow for further refining of the
task at hand.
Please accept our regards,
ZIMMERMAN, EVANS & LEOPOLD, Inc.
Jorge E. Jimenez, P. E.
Principal
Encl: Water line replacement Costs
JEJ:sv
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits Page 1 of 2
Exhibit
# Street Name From To Length Current
Line Sze
New Pipe
size
Construction
Estimate
Cost
(markups for
TO
construction)
Cost
(electronic
W/bid
specs)
Notes/Comments
1 Jefferson Street Jackson Street Harding Road 1165.2 2 6 $17,478.00 $1,747.80 $2,309.43
1 Jackson Street Jefferson Street Lumpkin Road 1082.9 6 6 $16,243.50 $1,624.35 $2,146.31
1 Howell Road Harding Road Dead End 617.7 2 6 $9,265.50 $1,250.00 $1,224.28
1 Harding Court Harding Road Dead End 184.2 2 6 $2,763.00 $1,250.00 $1,500.00
1 Harding Road Jefferson Street
Peach Orchard
Road 1982.5 2 8 $37,667.50 $2,973.75 $3,929.32
2 Lovett Drive
Peach Orchard
Road Dead End 1025.4 2 8,6 $19,482.60 $1,538.10 $2,032.34
2 Floyd Road Lovett Drive Reedale Avenue 2796.4 6 8 $53,131.60 $4,194.60 $5,542.46
3 Kenny Road Mason Road
Old McDuffle
Road 2063.3 2 6 $30,949.50 $3,094.95 $4,089.46
3 Winn Drive
Old McDuffle
Road Kenny Road 1895.8 2 6 $28,437.00 $2,843.70 $3,757.48
3 Pecan Street Winn Drive Dead End 724.8 ? 6 $10,872.00 $1,087.20 $1,436.55
4 Vera Drive Dorn Drive Dead End 2864.7 2 8 $54,429.30 $4,297.05 $5,677.84
4 Nellie Drive
Peach Orchard
Road Dead End 2090.8 2 8 $39,725.20 $3,136.20 $4,143.97
4 Dorn Drive Vera Drive Nellie Drive 1519.3 2.5 8 $28,866.70 $2,278.95 $3,011.25
5 Fairbluff Road Brown Road Forest Road 4091.3 4 8 $77,734.70 $6,136.95 $8,108.96
5 Fairbluff Road Forest Road Dead End 2507.9 4 6 $37,618.50 $3,761.85 $4,970.66
5 Forest Road Pineridge Drive N Fairbluff Road 6246.5 4 8 $118,683.50 $9,369.75 $12,380.56
5 Forest Road Fairbluff Road Dead End 3892.9 4 6 $58,393.50 $5,839.35 $7,715.73
6 Westbrook Road McComb Road
Hephzibah
McBean Rd 3074.9 2 8 $58,423.10 $4,612.35 $6,094.45
6 Westbrook Road
Hephzibah
McBean Rd Dead End 2129.8 2 6 / ??? $31,947.00 $3,194.70 $4,221.26
Verify if this area is 6" line or
upgrade to 6" line
6 Crockett McComb Road
Hephzibah
McBean Rd 1248.5 6 N/A 6" line. Do not include
5
Pine Ridge Drive
E Cedar Ridge N Dead End 2152.2 6 $32,283.00 $3,228.30 $4,265.66
Verify if this area is 6" line or
upgrade to 6" line
5
Pine Ridge Drive
N Cedar Ridge N Dead End 3942.8 6 $59,142.00 $5,914.20 $7,814.63
Verify if this area is 6" line or
upgrade to 6" line
7
Bennock Mill
Loop
Bennock Mill
Road Horseshoe Road 2821.4 2
abandone
d
2" line is abandoned. Do not
include.
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
7
Benncock Mill
Road
Bennock Mill
Loop Horseshoe Road 2472.9 2
abandone
d
2" line is abandoned. Do not
include.
7 Horseshoe Road
Bennock Mill
Loop Bennock Mill oad 2228.1 10
N/A
delete line is 10" do not include
8 Ruffin Drive
Willis Foreman
Road Dead End 1945.3 3 $29,179.50 $2,917.95 $3,855.58
8 English Road
Willis Foreman
Road Dead End 896.8 2 8 $17,039.20 $1,345.20 $1,777.46
8 Foreman CT Foreman Way to valve 527.3 6 line is 6" do not include
8 Foreman CT valve to Dead End 228.6 3 6 $3,429.00 $1,250.00 $1,500.00
8 Foreman Way
Willis Foreman
Road 1st red dot 645.5 8 line is 8" do not include
8 Foreman Way 1st red dot Dead End 1777.3 8 line is 8" do not include
8 Crossing Ct Foreman Way Dead End 234.6 2 6 $3,519.00 $1,250.00 $1,500.00
9 Keys Road
Liberty Church
Road Dead End 3167.3 2 8 $60,178.70 $4,750.95 $6,277.59
10 Getzen Street Henry Circle Neal Street 1489 2 6 $22,335.00 $2,233.50 $2,951.20
10 Neal Street Ruby Drive Henry Circle 1606.7 2 6 $24,100.50 $2,410.05 $3,184.48
10 Henry Circle Ruby Drive Neal Street 1987.2 2 6 $29,808.00 $2,980.80 $3,938.63
11 Eustis Drive Redbird Road #1015 / red dot 803.4 2 6 line is 6" do not include
11 Eustis Drive #1015/ red dot #2301B 1196.6 6
N/A
delete line is 6" do not include
11 Eustis Drive #2301B Lakemont Drive 399.7 6
N/A
delete line is 6" do not include
11 Stewart Avenue Redbird Road Bluebird Road 411.9 4 6 $6,178.50 $1,000.00 $1,500.00
11 Bluebird Road Woodbine Road
1017 Bluebird
Road 1186.7 6 line is 6" do not include
11 Woodbine Road
Washington
Road Valve at 2324 1463.6 4 6 $21,954.00 $1,829.50 $2,900.86
Totals 63472.4 $1,041,258.10 $95,342.05 $125,758.39
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Augusta Utilities Department Waterline Replacement Program
Cost Proposal Exhibits
Commission Meeting Agenda
9/6/2016 2:00 PM
On-Call Pothole Repair, Paving and Emergency Repair Services Contract Award (Bid Item #16-161)
Department:Engineering
Department:Engineering
Caption:Motion to approve award of the On-Call Pothole Repair, Paving
and Emergency Repair Services Contract to Blair Construction,
Beam’s Contracting, and Georgia-Carolina Paving. Award is
contingent upon receipt of signed contracts and proper insurance
documents. Also, approve $1,000,000 to fund the proposed On-
Call Pothole Repair, Paving and Emergency Repair Services as
requested by AED. (RFP 16-161) (Approved by Engineering
Services Committee August 30, 2016)
Background:Effective January 1, 2016, the Augusta Commission authorized a
Stormwater Utility (SWU) Program be implemented. One of the
key elements of the SWU Program is establishing a proactive
Infrastructure Program, that would include repair of storm
conveyance systems, restoration of drainage impacted areas, to
include roadways, and improving local watersheds. It was
determined by AED to supplement AED’s present infrastructure
resources with on-call services such as pothole repairs, paving,
and emergency repairs. This additional resource would afford
AED a practical approach to completing and sustaining much
needed infrastructure services in a timely and efficient
manner. Such services are essential to minimizing public safety
risks, damages to public property and associated potential hazard
liabilities.
Analysis:RFPs were evaluated on May 5, 2016 with Blair Construction,
Beam’s Contracting, and Georgia-Carolina Paving being the
selected firms. Firms were evaluated based on qualifications,
relevant experience, and ability to provide requested services.
Negotiated unit fees of the requested primary services are listed on
the attachment labeled Unit Fees. It is the recommendation of the
Engineering Department to award this project to aforementioned
firms.
Financial Impact:Funds are available in the amount of $700,000 in OC and
Cover Memo
Emergency Construction and $300,000 in Stormwater Utility
Funds.
Alternatives:1). Approve award of the On-Call Pothole Repair, Paving and
Emergency Repair Services Contract to Blair Construction,
Beam’s Contracting, and Georgia-Carolina Paving. Award is
contingent upon receipt of signed contracts and proper insurance
documents. Also, approve $1,000,000 to fund the proposed On-
Call Pothole Repair, Paving and Emergency Repair Services as
requested by AED. 2). Do not approve and identify alternate way
to provide needed maintenance services.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
$700,000 OC Emergency Construction SPLOST VII and
$300,000 Stormwater Utility.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Request for Proposal
Request for Proposals will be received at this office until Thursday, May 5, 2016 @ 11:00 a.m. for furnishing
for the Augusta Engineering Department:
RFP Item #16-161 On Call Pothole Repair, Paving and Emergency Repairs
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, April 15, 2016 @ 5:00
P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of
contract with the successful bidder.
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 waivable 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.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 10, 17, 24, 31, April 7, 14, 2016
Metro Courier March 16, 2016
VENDORS Attachment B E-Verify #SAVE
Form
Addendum
#1 Original 7 Copies Fee
Proposal
Blair Construction
4308 Evans to Locks Road
Evans, GA 30809
Yes 224004 Yes Yes Yes Yes Yes
Georgia-Carolina Paving
3020 Milledgeville Rd
Augusta, GA 30904
Yes 100183 Yes Yes Yes Yes Yes
Beam's Contracting
15030 Atomic Rd
Beech Island, SC 29842
Yes 167300 Yes Yes Yes Yes Yes
Horizon Construction
P. O. Box 798
Evans, GA 30809
Yes 229921 Yes Yes Yes Yes Yes
Jamco Civil
1249 Gordon Park Road,
Suite 102
Augusta, GA 30901
Yes 923698 Yes Yes Yes Yes Yes
Sitec
522 Railroad Ave.
North Augusta, SC 29841
Non-compliant 212379 Non-compliant Yes Yes Yes Yes
Total Number Specifications Mailed Out: 17
Total Number Specifications Download (Demandstar): 1
Total Electronic Notifications (Demandstar): 62
Mandatory Pre-Bid/Telephone Conference: NA
Total packages submitted: 6
Total Noncompliant: 1
RFP Opening
RFP Item #16-161
On Call Pothole Repair, Paving and Emergency Repairs
for Augusta, Georgia - Engineering Department
RFP Due: Thursday, May 5, 2016 @ 11:00 a.m.
The following company did not respond:
Larry L. Mccord LLC / 2016 Highland Ave., / Augusta, GA 30904
Page 1 of 1
Blair Construction
4308 Evans to
Locks Road
Evans, GA 30809
Georgia-Carolina
Paving
3020 Milledgeville Rd
Augusta, GA 30904
Beam's Contracting
15030 Atomic Rd
Beech Island, SC
29842
Horizon Construction
P. O. Box 798
Evans, GA 30809
Jamco Civil, LLC
1249 Gordon Park Rd., Ste 102
Augusta, Ga 30901
A. Package submitted by
the deadline
Pass/
Fail PASS PASS PASS PASS PASS
B. Package is complete
(includes requested
information as required
per this solicitation)
Pass/
Fail PASS PASS PASS PASS PASS
C. Overall Quality of RFP
(concise and to-the-point) 50 47.5 40 50 40 40
1. Qualifications of
company (company
profile)
100 92.5 90 95 70 72.5
2. Financial Responsibility 100 92.5 82.5 97.5 90 87.5
3. Project Management 95 90 87.5 90 82.5 80
4. Key Personnel & Staff 90 85 85 87.5 77.5 77.5
5. Organizational
Qualifications 75 70 70 70 67.5 70
6.Optional Interview
(Potential bonus Points) 10
430 415 440 387.5 387.5
Scope of Services (Total
1. Technical Approach 50 42.5 42.5 42.5 42.5 42.5
2. Specific relevant
experience of your 35 32.5 32.5 32.5 30 28.5
3. A detailed description
of prior type services
rendered.
40 40 37.5 40 30 32.5
4. Resource Availability
(Labor and Equipment) 75 70 67.5 70 65 62.5
185 180 185 167.5 166
Cumulative Evaluation Sheet - RFP Item #16-161
On Call Pothole Repair, Paving and Emergency Repairs
for Augusta, Georgia - Engineering Department
Wednesday, May 18, 2016 @ 2:00 p.m.
Vendors
Quality of RFP
RANKING - First Round Elimination
(MUST PASS FOR CONTINUED CONSIDERATION)
Second Round Elimination (Total Points 50) (MUST ACHIEVE 35 POINTS FOR CONTINUED CONSIDERATION)
Submittal and Quality of RFP
D. Narrative
TOTAL
TOTAL
E. Scope of Services
Blair Construction
4308 Evans to
Locks Road
Evans, GA 30809
Georgia-Carolina
Paving
3020 Milledgeville Rd
Augusta, GA 30904
Beam's Contracting
15030 Atomic Rd
Beech Island, SC
29842
Horizon Construction
P. O. Box 798
Evans, GA 30809
Jamco Civil, LLC
1249 Gordon Park Rd., Ste 102
Augusta, Ga 30901
Cumulative Evaluation Sheet - RFP Item #16-161
On Call Pothole Repair, Paving and Emergency Repairs
for Augusta, Georgia - Engineering Department
Wednesday, May 18, 2016 @ 2:00 p.m.
Vendors
RANKING - First Round Elimination
Within Richmond County 10 10 10
Within CSRA 8 8 8
Within Georgia 6
Within SE United States
(includes AL, TN, NC, SC,
FL)
4 4
All Others 2
8 10 4 8 10
Lowest 10 10
Second 8 8
Third 6 6
Fourth 4 4
14 2 2
2 6 4 10 8
H. References 10 0 0 0 0 0
Total 750 665.3 651 683 612.5 611.5
Cost/Fee Consideration (Total Points 10)
Proximity to Area (Total Points 10)
F. Proximity to Area
Procurement DepartmentRepresentative: Nancy Williams
Procurement Department Completion Date: 5/18/16
Internal Use Only
Reference(s) (Total Points 10
TOTAL
TOTAL
Note: Respondent/Offeror(s) receiving 600 or more points will be invited to do presentations to provide additional information if deemed necessary.
Evaluator: Cumulative Date: 5/18/16
Total (Total Possible Score 750)
Commission Meeting Agenda
9/6/2016 2:00 PM
On-Call Tree Removal Services - Bid Item #16-156
Department:Engineering
Department:Engineering
Caption:Motion to approve award of the On-Call Tree Removal Services
Contract to Atlanta Premier Tree, Big Dog, and Jamco Civil,
LLC,. Award is contingent upon receipt of signed contracts and
proper insurance documents. Also, approve $250,000 to fund the
proposed On-Call Tree Removal Services as requested by AED.
(RFP 16-156) (Approved by Engineering Services Committee
August 30, 2016)
Background:Effective January 1, 2016, the Augusta Commission authorized a
Stormwater Utility (SWU) Program be implemented. One of the
key elements of the SWU Program is establishing a proactive
Infrastructure Maintenance Program, that would include
maintenance of storm sewer systems and watershed management.
It was determined by AED to supplement AED’s present
maintenance resources with on call services such as tree removal.
This additional resource would afford AED a practical approach to
complete and sustain much needed maintenance services in a
timely and efficient manner. Such services are essential to
minimizing public safety risks, damages to public property and
associated potential hazard liabilities
Analysis:RFPs were evaluated on May 5, 2016 with Atlanta Premier Tree,
Big Dog, and Jamco Civil, LLC being the selected firms. Firms
were evaluated based on qualifications, relevant experience, and
ability to provide requested services. Following is negotiated Unit
Fee of requested primary services. ITEM UNIT UNIT VALUE
Hourly Cost Per Individual HR $85.00 Hourly Cost Per
Equipment HR $102.50 Material EA $125.00 Service Fee EA
$312.50 It is the recommendation of the Engineering Department
to award this project to aforementioned firms.
Financial Impact:Funds are available in the amount of $250,000 in Stormwater
Utility Program. Cover Memo
Alternatives:1). Approve award of the On-Call Tree Removal Services
Contract to Atlanta Premier Tree, Big Dog, and Jamco Civil,
LLC,. Award is contingent upon receipt of signed contracts and
proper insurance documents. Also, approve $250,000 to fund the
proposed On-Call Tree Removal Services as requested by AED.
2). Do not approve and identify alternate way to provide needed
maintenance services.
Recommendation:Approve alternative one
Funds are Available
in the Following
Accounts:
Stormwater Utility Program FY-2016 Budget.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Request for Proposal
Request for Proposals will be received at this office until Tuesday, May 3, 2016 @ 11:00 a.m. for furnishing
for the Augusta Engineering Department:
RFP Item #16-152 On Call Maintenance Vegetation Control and Right-of Way Mowing
RFP Item #16-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair
RFP Item #16-156 On Call Tree Removal & Tree Removal Services
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 Monday, April 11, 2016 @
5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of
contract with the successful bidder.
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 waivable 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.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 3, 10, 17, 24, 31, April 7, 2016
Metro Courier March 9, 2016
VENDORS Attachment B E-Verify #SAVE
Form Original 7 Copies Fee
Proposal
Arbor Equity
713 Dixie Road
Convington, GA 30014
Yes 464808 Yes Yes No Yes
Atlanta Premier Tree
Solutions
5200 Bluffton Rd
Atlanta, GA 30349
Yes 867963 Yes Yes Yes Yes
Big Dog Stump & Tree
237 Settlement Road
Martine, GA 30907
Yes 443850 Yes Yes Yes Yes
Winsay, Inc
P. o. Box 55
Harlem, GA 30814
Yes 494613 Yes Yes Yes Yes
JAMCO Civil
1249 Gordon Park Rd.
Suite 102
Augusta, GA 30901
Yes 923698 Yes Yes Yes Yes
Southern Tree Care
5603 Story Mill Road
Keysville, GA 30816
Yes 446429 Yes Yes Yes Yes
Total Number Specifications Mailed Out: 20
Total Number Specifications Download (Demandstar): 6
Total Electronic Notifications (Demandstar): 85
Mandatory Pre-Bid/Telephone Conference: NA
Total packages submitted: 6
Total Noncompliant: 0
RFP Opening
RFP Item #16-156
On Call Tree Removal
for Augusta, Georgia - Engineering Department
RFP Due: Tuesday, May 3, 2016 @ 11:00 a.m.
Page 1 of 1
Atlanta Premier
Tree Solutions
5200 Bluffton Rd
Atlanta, GA 30349
Big Dog Stump &
Tree
237 Settlement
Road
Martinez, GA
30907
Winsay, Inc
P. o. Box 55
Harlem, GA 30814
Jamco Civil, LLC
1249 Gordon Park Rd.,
Ste 102
Augusta, Ga 30901
Southern Tree Care
5603 Story Mill Road
Keysville, GA 30816
A. Package submitted
by the deadline
Pass/
Fail PASS PASS PASS PASS PASS
B. Package is complete
(includes requested
information as
required per this
solicitation)
Pass/Fail PASS PASS PASS PASS PASS
C. Overall Quality of
RFP (concise and to-the-
point)
50 42.5 42.5 37.5 37.5 35
1. Qualifications of
company (company
profile)
100 90 95 82.5 83.5 85
2. Financial
Responsibility 100 80 85 85 90 82.5
3. Project
Management 95 82.5 85 75 80 77.5
4. Key Personnel &
Staff 90 80 82.5 82.5 80 77.5
5. Organizational
Qualifications 75 70 70 67.5 70 57.5
6.Optional Interview
(Potential bonus
Points)
10
402.5 417.5 392.5 403.5 380
1. Technical
Approach 50 42.5 42.5 40 42.5 35
2. Specific relevant
experience of your
company.
35 32.5 32.5 32.5 30 30
3. A detailed
description of prior
type services
rendered.
40 40 40 30 35 32.5
4. Resource
Availability (Labor
and Equipment)
75 70 70 57.5 57.5 62.5
185 185 160 165 160
Submittal and Quality of RFP
D. Narrative
E. Scope of Services
E. TOTAL
D. TOTAL
Cumulative Evaluation Sheet - RFP Item #16-156
On Call Tree Removal
for Augusta, Georgia -
Engineering Department
Wednesday, May 18, 2016 @ 2:00 p.m.
Vendors
Scope of Services (Total Points 200)
Proposer’s Overall Ability to Provide the Services (Total Points 470)
Quality of RFP
RANKING - First Round Elimination
(MUST PASS FOR CONTINUED CONSIDERATION)
Second Round Elimination (Total Points 50) (MUST ACHIEVE 35 POINTS FOR CONTINUED CONSIDERATION)
Atlanta Premier
Tree Solutions
5200 Bluffton Rd
Atlanta, GA 30349
Big Dog Stump &
Tree
237 Settlement
Road
Martinez, GA
30907
Winsay, Inc
P. o. Box 55
Harlem, GA 30814
Jamco Civil, LLC
1249 Gordon Park Rd.,
Ste 102
Augusta, Ga 30901
Southern Tree Care
5603 Story Mill Road
Keysville, GA 30816
Cumulative Evaluation Sheet - RFP Item #16-156
On Call Tree Removal
for Augusta, Georgia -
Engineering Department
Wednesday, May 18, 2016 @ 2:00 p.m.
Vendors
RANKING - First Round Elimination
Within Richmond
County 10 10 10
Within CSRA 8
Within Georgia 6 6 6 6
Within SE United
States (includes
AL, TN, NC, SC, FL)
4
All
Others
2
6 10 6 10 6
Lowest 10 10
Second 8 8
Third 6 6
Fourth 4 4
Fifth 2 2
10 6 8 2 4
H. References 10 0 0 0 0 0
Total 750 640 651 598 608 579
Internal Use Only
F. Proximity to Area
G. Total
F. TOTAL
Total (Total Possible Score 750)
Evaluator: Cumulative Date: 5/18/16
Procurement DepartmentRepresentative: Nancy Williams
Procurement Department Completion Date: 5/18/16
G. Cost/Fee Proposal (Enclose in a separate sealed envelope)
Reference(s) (Total Points 10
Cost/Fee Consideration (Total Points 10)
Proximity to Area (Total Points 10)
Note: Respondent/Offeror(s) receiving 600 or more points will be invited to do presentations to provide additional information if deemed
necessary.
.-/,*
ENGINEERING DEPARTMENT
Director
Hameed Malik, Ph.D., PE,
Assistant Direstor
TO: Ms GeriSams, Procurernent - Director
FROM: fu f"L. Ladson, PE, CPESC, Director- AED
MEMORANDUM
DATE:
SUBJECT:
Friday, July 01, 2016
Bid 16-156 - On CallTree Removal
File reference: 15-014
Ms. Sams it is AED's recommendation that the subject be awarded to the companies listed below
at the negotiated price.
U Atlanta Premier Tree
2l Big Dog
3) Jamco Civil, LLC
Should you require additional information, please do not hesitate to contact Hameed Malik at ext
5o4o/so7o.
ALL|scm
cc: Hameed Malik, Ph.D., PE, Assistant Director - AED
Tony Williams, Construction Manager- AED
Valerie R. Jenkins, Department Accountant - AED
Nancy Williams, Quality Assurance Analyst
Phyllis Johnson, Procurement Compliance Officer
File
Augusta Engineerlng Administration Division
535 Telfair Street, Bldg 4000- Augusta, GA 30901
(706) 796-s040 - Fax (706) 795-504s
www.auqustaEa.gov
Commission Meeting Agenda
9/6/2016 2:00 PM
Plan for Removal of Blighted Structures and Overgrown Vegetation
Department:Clerk of Commission
Department:Clerk of Commission
Caption:Motion to approve task the Mayor and Administrator with
developing a functional plan to rid this city of blighted structures
and overgrown vegetation on the right of ways and vacant lots.
Plan must include a means for resurfacing many of our streets and
highways that have been neglected for 10 or more years. Lastly,
explain to our constituents why it's more important to invest
millions of taxpayer dollars in lieu of providing regularly cut right
of ways and lots, surfaced streets, and the demolishing of
abandoned structures. (Approved by Engineering Services
Committee August 30, 2016)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Street Lights, Poles and Fixtures -Bid Item #16-142
Department:Engineering
Department:Engineering
Caption:Motion to approve awarding low bid in the amount of $55,486.00
to Graybar for street light poles and fixtures for
replacements/repairs in the Augusta Richmond County Urban
areas for a period of one year. Funding is available in the Street
Lighting budget account #2760416105311640. Bid 16-142
(Approved by Engineering Services Committee August 30,
2016)
Background:The Traffic Division of the Engineering Department is responsible
for maintenance of over 6,000 streetlights in Augusta which are
essential to the safety of no only the monitoring of the public but
pedestrians as well. In the course of their function, streetlights
receive a significant amount of wear and tear and require periodic
replacement due to factors such as exposure to the elements,
traffic accidents, vandalism, etc. To that end, the traffic
engineering streetlight division budgets for replacement poles and
equipment that it purchases through a bid process.
Analysis:Bids were received on April 21, 2016 with Graybar being the low
bidder. The bid results are as follow: CONTRACTORS BIDS:
1.Graybar $55,486.00 2.Hagemeyer $55,732.00
Financial Impact:Adequate funds are available and expenditure of this amount will
leave sufficient funds for any emergencies that may arise before
the end of the year.
Alternatives:1). Approve awarding low bid in the amount of $55,486.00 to
Graybar for street light poles and fixtures for replacements/repairs.
2). Do not approve and cancel the BID.
Recommendation:Approve alternative one
Cover Memo
Funds are Available
in the Following
Accounts:
276-04-1610-5311640
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Quantity Unit Price Total Unit Price Total Unit Price Total Unit Price Total
3 $644.00 $1,932.00 $640.00 $1,920.00
32 $739.00 $23,648.00 $735.00 $23,520.00
24 $873.00 $20,952.00 $869.00 $20,856.00
5 $1,840.00 $9,200.00 $1,838.00 $9,190.00
NON-COMPLIANTTOTAL COST $55,732.00 $55,486.00
TE2
TE3
TE4
TE1
Total Number Specifications Mailed Out:9
Mandatory Pre-Bid/Telephone Conference: NA
Total packages submitted: 3
Total Noncompliant: 1
SAVE Form
HAGEMAYER
1730 BARTON CHAPEL RD.
AUGUSTA, GA 30909
YES
GRAYBAR ELECTRIC CO.
3222 MIKE PADGETT HWY
AUGUSTA, GA 30906
106386
VENDORS
Attachment B
YES
140845
YES
E-Verify Number
Bid Item #16-142
Street Light Poles and Fixtures
For Augusta, Georgia – Engineering-Traffic Engineering Department
Bid Due: Thursday, April 21, 2016 @ 11:00 a.m.
Description
NO
YES
YES
LED LIGHTING WHOLESALE
4203 PORTAGE ST.
KALAMAZOO, MI 49001
YES
Page 1 of 1
Invitation To Bid
Sealed bids will be received at this office until Thursday, April 21, 2016 @ 11:00 a.m. for furnishing:
Bid Item #16-142 Street Light Poles and Fixtures for Engineering 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 Friday, April 1, 2016 @
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.
The local bidder preference program is applicable to this project. To be approved as a local bidder and receive
bid preference an eligible bidder must submit a completed and signed written application to become a local
bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder
who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids
are received on an eligible local project, and who otherwise meets the requirements for approval as a local
bidder, will not be qualified for a bid preference on such eligible local project.
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.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle February 25, March 3, 10, 17, 24, 31, 2016
Metro Courier March 2, 2016
Commission Meeting Agenda
9/6/2016 2:00 PM
Minutes
Department:
Department:
Caption:Motion to approve the minutes of the regular meeting of the
Commission held August 16, 2016 and Special Called Meeting
August 30, 2016.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
District 4
Department:
Department:
Caption:Motion to approve the appointment of Mr. Alvin Williams to
unexpired term of Mr. Phil Joyner to the General Aviation
Commission - Daniel Field representing District 4. (Requested by
Commissioner Sammie Sias)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
District 4 appointment
Department:
Department:
Caption:Motion to approve the appointment of Mr. James A. Dean II to
the unexpired term of Mr. Quincy Jordon to the Board of Zoning
Appeals representing District 4.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Sharon Bush Ellison Appeal
Department:
Department:
Caption:Consider appeal from Sharon Bush Ellison regarding the denial of
"Approval for Employment" Adult Entertainment Independent
Contractor License. (Deferred from the August 16, 2016
Commission Meeting)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Sharon Bush Ellison
Pro Se
2838 Pepperdine Drive
Hephzibah Georgia 308 I 5
(706) 2st-6367
sharonbusheIlison(E gmail. com
Attention: Clerk
Commission
535 Telfair Street
Suite 220
Augusta Georgia 30901
RE: Appeal of Denial of Approval of Employment
COMES NOW, Sharon Bush Ellison (hereafter "employee") and states the following:
Sharon Bush Ellison, on or around May 12,2016 submitted a Notice of her lntended
Employment as Adult Entertainment Independent Contractor, on forms supplied by the License
and Inspection Department. She received denial of such employment from the License and
Inspection Department on or around June 2,20L6.
The employee applied to the Director, who poses as Robert Sherman, of the License and
Inspection Department for a hearing. The Director failed to conduct the requested hearing as of
this 7th day of August, 2016. The Director failed to approve or deny the requested employment as
Adult Entertainment lndependent Contractor as submitted by Sharon Bush Ellison, pursuant to
Augusta Code Title 6-l-10(c). Sharon Bush Ellison will begin working as of this 7th day of
August 2016, as an Adult Entertainment Contractor and comply with all requirements of Augusta
Code Title 6-l-10 (c) as may be applicable to lndependent Contractors.
Sharon Bush Ellison, the Employee herein submits this appeal of the denial of
employment by the Director to the Commission which shall hear such appeal at its
September 30,2016 meeting. [t is herein requested that the Commission issue a decision on such
I
!\\rg 201:
CWotCommitS'oo
appeal no later than September 14, 2016 pursuant to the requirements of Augusta Richmond
County Title 6-l-10 (b).
m* 9L o^r,r@A,zot6
Sharon Bush Ellison
Pro se
$ 6-1-e AUGUSTA-RICHMOND COUNTY CODE, REA.DOPTED 7.LO.2OO7
(d)
(e)
park, a cemetery, residential district, res-
idential lot or governmental building or
site.
For purposes of subsection (aX10) of this
section, the distance between any two
sexually oriented businesses shall be mea-
sured in a straight line, without regard to
intervening structures or objects, from
the closest exterior wall of the structure
in which each business is located.
Any sexually oriented business lawfully
operating as ofJanuary 1, 2003 that is in
violation of subsections (a), (b) or (c) of
this section shall be deemed a nonconform-
ing use. Such use will be permitted to
continue unless voluntarily discontinued
for a period of 30 days or more. Such
nonconforming uses shall not be increased,
enlarged, extended or altered except that
the use may be changed to a conforming
use. If two or more sexually oriented busi-
ness are within 1,000 feet of one another
and otherwise in a permissible location,
the sexually oriented business which was
frrst established and continually operat-
ing at a particular location is the conform-
ing use and the later established business
is nonconforming.
A sexually oriented business lawfully op-
erating as a conforming use is not ren-
dered a nonconforming use by the loca-
tion, subsequent to the grant or renewal
of the sexually oriented business license,
of a church or place of religious worship,
public or private elementary or secondary
school, governmental building or site as
defined herein, cemetery, residential dis-
trict or residential lot or government build-
ing or site within 1,000 feet of the sexu-
ally oriented business. This subsection
applies only to the renewal of a valid
license, and does not apply when an ap-
plication for a license is submitted after a
license has expired or has been revoked.
All locational requirements of this section
must be approved by the Augusta License
and Inspection Department within 30 days
from the time the application is filed and
all information required by this Ordi-
nance has been submitted to the License
and Inspection Department.
(h) Failure by the Augusta License and In-
spection Department to approve or disap-
prove the location requirements within 30
days from the time the application is frled
and all information required by this Chap-
ter has been submitted, shall constitute a
waiver of this approval requirement.
(i) Upon approval or waiver of approval by
the Augusta License and Inspection De-
partment, the application shall be submit-
ted to theAugusta-Richmond County Com-
mission for consideration.
Sec. 6-1-10. Adult entertainment establish-
ment employees.
(a) Qualifications. Employees of an adult en-
tertainment establishment shall be not be less
than eighteen (18) years of age. Every employee
must be of good moral character as defined in this
Chapter. Any employee who is convicted of a
crime constituting a felony involving sexual mis-
conduct or drug trafficking or a crime not a felony
involving serious sexual misconduct or drug traf-
fickingwhile employed as an adult entertainment
establishment employee shall not thereafter work
on any permitted premises for a period of five (5)
years from the date of such conviction, unless a
longer time is ordered by a court of competent
jurisdiction. The term convicted shall include an
adjudication of guilt on a plea of guilty or nolo
contendere or the forfeiture ofa bond when charged
with such a crime, and the terms employed on the
permitted premises and work on any permitted
premises shall include as well work done or
services performed while in the scope of employ-
ment elsewhere than on the permitted premises.
(b) Approual for employment. Before any per-
son may work on a permitted premises, he sha1l
fiIe a notice of his intended employment on forms
supplied by the License and Inspection Depart-
ment and shall receive approval of such employ-
ment from the License and Inspection Depart-
ment within 14 days of application. An investigation
fee of fifty dollars ($50.00) shall accompany the
notice of intended emplo5rment or a receipt of the
(D
(g)
T6:14
License and Inspection Department evidencing
the payment of such fee at the time the notice is
frled. Upon approval or the failure of the License
and Inspection Department to approve or deny
within such fourteen (14) day period, the em-
ployee may begin working on the permitted pre-
mises. If approval is denied, the prospective em-
ployee may, within ten (10) days of said denial,
apply to Director of the License and Inspection
Department for a hearing. The Director shall
conduct the requested hearing within ten (10)
days and shall approve or deny the requested
employment with five (5) days of the hearing.
Upon the failure of the Director to approve or
deny within such five (5) day period, the employee
may begin working on the permitted premises. A
decision of the Director of the License and Inspec-
tion Department denying approval of employ-
ment may be appealed to the Commission which
shall hear such appeal at its next regularly sched-
uled meeting. The Commission shall issue a deci-
sion on such appeal with fourteen (14) days ofthe
date of the hearing on the appeal. Upon the
failure of the Commission to make a decision on
the appeal within said fourteen (14) days, the
employee may begin working on the permitted
premises. The decision by the Commission, or a
failure of the Commission to make a decision
within the prescribed number of days, shall con-
stitute a fuIl exhaustion of administrative reme-
dies, after which the applicant may immediately
seekjudicial reliefin a court having properjuris-
diction.
(c) Independent contracfors. For the purpose of
this Chapter, independent contractors shall be
considered as employees and shall be licensed as
employees, regardless of the business relation-
ship with the owner or Business Tax Certificate
holder of any adult entertainment establishment.
Sec. 6-1-11. Application for permit.
(a) All applicants for a license to operate any
adult entertainment establishment shall give no-
tice of their intention to make such application by
advertisement in the form prescribed by the di-
rector of the Augusta License and Inspection
DepartmenL. Aduertising as referred to in this
section means there shall be a sign posted thirty
(30) days prior to the hearing ofthe application in
LICENSE AND BUSINESS REGUI-AffIONS $ 6-1-12
a prominent position on the property (i.e. fiont
window where it can be viewed from the road);
also, all new permit applications shall be required
to advertise three (3) times in the legal gazette
before applications are heard by the Commission.
Advertising in the legal gazette shall be during
the thirty-day period prior to the hearing of the
application by the Commission. Before the appli-
cation is presented to the Commission, the appli-
cant shall furnish proof that the advertisement
has been completed as required hereinabove. Any
problems with securing the required advertising
should immediately be brought to Augusta's at-
tention. Augusta shall then place the appropriate
advertisement on behalf of the applicant, with the
applicant being responsible for all cost.
ft) Any person, association, partnership or cor-
poration desiring to obtain a permit to operate,
engage in, conduct or carr), on any adult enter-
tainment establishment shall make application to
the License and Inspection Department. Prior to
submitting such application, a nonrefundable fee
of $200.00 shall be paid to Augusta to defray, in
parb, the cost of investigation, and reporting re-
quired by this Chapter. The License and Inspec-
tion Department shall issue a receipt showing
that such application fee has been paid. The
receipt or a copy thereof shall be supplied to the
Commission at the time such application is sub-
mitted.
(c) The application for permit does not autho-
rize the engaging in, operation of, conduct of or
carrying on of any adult entertainment establish-
ment.
Sec. 6-l-12. Application contents.
Each application for an adult entertainment
establishment permit shall contain the following
information:
(a) The full true name and any other names
used by the applicant;
(b) The present address and telephone num-
ber ofthe applicant;
(c) The previous addresses ofthe applicant, if
any, for a period of five (5) years immedi-
ately prior to the date of the application
and the dates ofresidence at each;
T6:15
Commission Meeting Agenda
9/6/2016 2:00 PM
Compensation Boards Authorities
Department:
Department:
Caption:Discuss the authority to discontinue compensation paid to
commissioners appointment to the various boards, authorities and
commissions. (Requested by Commissioner Marion Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Random Drug Testing
Department:Clerk of Commission
Department:Clerk of Commission
Caption:Discuss random drug testing. (Requested by Commissioner
Marion Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Resolution of Condolences
Department:
Department:
Caption:Ratify Resolution of Condolences for the late Mayor Pauline
Williams Jenkins, City of Waynesboro, GA. (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
9/6/2016 2:00 PM
Wellness Program Tied to Medical Premium Cost
Department:Human Resources
Department:Human Resources
Caption:Authorize amendments to the health and wellness contract
designed to improve overall employee health conditions through
wellness initiatives while managing the cost of healthcare
services. (No recommendation by Administrative Services
Committee August 30, 2016)
Background:For many years, Augusta Georgia has struggled with
implementing a bona fide Wellness Program. With the opening of
the On-Site Clinic, ACA mandates and an overall increased
awareness regarding the high cost of chronic conditions, the path
to implementation has become less resistant. In 5+ years, Augusta
Georgia has not increased employee’s premiums under the
medical plan. However, medical inflation is trending higher each
year and it is becoming more difficult for Augusta Georgia to
continue to absorb the increased costs.
Analysis:Based on benchmarking data as well as a review of claims and
utilization of the medical plan, it was determined that Augusta
Georgia should implement a Wellness program that rewards
employee’s for participation. Employees who choose to comply
with the proposed wellness requirements would not see an
increase in their medical premiums. The proposed wellness
requirements would include: Completing a tobacco usage
affidavit, completing a cessation program if the employee is a
tobacco user and completing a Health Risk Assessment including
bio-metric screenings. Employees could choose to complete their
bio-metric screening at no charge via screenings sponsored by
Augusta Georgia or they could choose to have the screening done
through a provider of their choice at their own expense.
Employees would be required to have their provider fax their bio-
metric results to HealthStat, Augusta Georgia’s On-site clinic
vendor. Employees who choose not to participate in the Wellness
program will see their premium increase in 2017.Cover Memo
Financial Impact:The financial impact to employees who choose not to participate
in the wellness program would be a 10% increase to their current
payroll medical deduction. The financial impact to Augusta
Georgia would be an increased cost to cover the bio-metric
screenings for employees that choose to obtain their screening at a
sponsored event. Augusta Georgia has a wellness fund through
BCBS Georgia that could be used to off-set the cost of the
screenings. Long-term impact to Augusta Georgia would be
reduced health plan costs due to employees being more aware of
their health conditions at an earlier stage. Improving employee’s
health, identifying potential health conditions and preventing
those conditions from becoming a chronic condition is paramount
to ensuring that Augusta Georgia is able to maintain a
competitive, cost effective and viable health plan.
Alternatives:Continue payroll deductions without any increase or increase
payroll deductions across the board regardless of participation in a
wellness program.
Recommendation:Implement a wellness program that includes a cessation affidavit,
a cessation program for employees who are tobacco users and a
required HRA that includes bio-metric screenings. Increase
medical premiums by 10% in 2017 for employees who choose not
to participate.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Municipal Building Security
Department:
Department:
Caption:Municipal Building Security. (Requested by Commissioner
Marion Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 2:00 PM
Compensation Study
Department:Administration
Department:Administration
Caption:Presentation Archer Group regarding the compensation study.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
9/6/2016 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