Loading...
HomeMy WebLinkAbout2018-05-15 Meeting AgendaCommission Meeting Agenda Commission Chamber 5/15/2018 2:00 PM INVOCATION: The Very Reverend Billy J. Alford, Rector St. Alban's Episcopal Church. PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. PRESENTATION(S) A.Depot Development Project Update. (Requested by Mayor Hardie Davis)Attachments Five (5) minute time limit per delegation DELEGATIONS B.Mr. Moses Todd regarding Storm Water Attachments CONSENT AGENDA (Items 1-33) PLANNING 1. Z-18-19 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Jeb Boggus, on behalf of Three Wells Ranch LLC, requesting a Special Exception to establish a private non-profit club per Section 26-1(i) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing approximately 51acres and known as part of 4792 and 4798 McCombs Road. Part of Tax Maps 354-0-008-01-0 and 368-0-001-00-0 DISTRICT 8 1. Issuance of development permits shall be contingent upon submission of plans meeting all applicable development regulations. Development plans shall conform substantially to the conceptual site plan submitted and approved during the zoning Attachments action. 2. Outdoor activities related to this request shall cease by 11:00 pm. 3. The applicant shall provide a minimum of five (5) off-street parking spaces within 300’ of the proposed development. While hunting, fishing and other sporting activities are permitted uses, such activities must be carried out in accordance with all applicable state and local regulations regarding safety and licensure. 2. Z-18-20 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Megan Alig, on behalf of Creative Cuisine LLC, requesting a change of zoning from Zone R-1C (One-family Residential) to Zone P-1 (Professional) affecting property containing 0.07 acres and known as 410 Eve Street. Tax Map 035-2-331-00-0 DISTRICT 1 1. Customer visitations must be appointment-based, and meals shall not be available for on-premise consumption. 2. No classes, other than those for children, are permitted on the premises. 3. Off-street loading shall be conducted within the site, and is prohibited in any adjoining ROW. 4. Outdoor storage shall be prohibited with exception given to waste-handling containers, which shall be county-issued, and limited to a maximum of 4 containers. Attachments 3. Z-18-21 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Helena Springs LLC requesting a change of zoning from Zone A (Agriculture) and Zone R-3B (Multiple-family Residential) to Zone R-3B affecting property containing approximately 14.0 acres and known as 3312 Helena Springs Court. Tax Map 030-0-019-02-0 DISTRICT 3 1. Issuance of development permits shall be contingent upon submission of plans meeting all applicable development regulations. 2. Provide a recreational space that is consistent with features illustrated in the plan received on April 6, 2018. 3. Provide emergency access lane from the parking lot of the proposed development to Arabian Horse Road. Attachments 4. Z-18-22 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by West Fraser requesting a change of zoning from Zone A (Agriculture) to Zone HI (Heavy Industry) to expand an existing saw mill affecting property containing approximately 37.2 acres and known as 4206 Mike Padgett Highway. Tax Map 200-0-012-00-0 DISTRICT 1 1. Issuance of development permits shall be contingent upon submission Attachments development plans meeting all applicable development regulations. 2. The use shall be conducted in accordance with all state and local environmental regulations, including, but not limited to, those pertaining to air and water quality. 5. Z-18-23 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Johnson Laschober and Associates, on behalf of CDM Southeast Inc., requesting to amend the conditions in an R-3B (Multiple-family Residential) Zone (Z-17-37) affecting property containing 9.5 acres and known as 1923 Barton Chapel Road. Tax Map 068-0-003-00-0 DISTRICT 3 1. This Concept Plan is for the purposes of rezoning the property from R-3B - Multiple Family Residential to R-3B - Multiple Family Residential and does not take the place of the final Site Plan review and approval, required before construction can begin. However, approval of this rezoning will: a) limit the proposed number of units to a maximum of 100 units, b) limit the proposed number of buildings to a maximum of 4 buildings, c) limit the building height to 3 stories, and d) limit the parking to a minimum of 191 parking spaces pursuant to the Concept Plan presented with the zoning application. 2. The final Site Plan cannot have any buildings located in the 100-year or 1% annual chance floodplain, as delineated on the current Flood Insurance Rate Map (FIRM), nor can the dumpster or any portion of the detention facilities to be located in the 100-year or 1% annual chance floodplain. 3. All proposed buildings must have their finished floor elevated to 3 feet above the Base Flood Elevation (BFE) as found on the current Flood Insurance Rate Map (FIRM). If fill is brought into the site to elevate the buildings, a No Rise Certification will need to be performed for the entire site. 4. The final Site Plan cannot have any buildings located in the wetlands or the 25’ wetlands buffer, as delineated on the Concept Plan, so as to avoid any negative impacts to this environmentally sensitive land. 5. The sole access drive to the site will need to be moved as close as possible south of the existing wetlands and no impact of the existing wetlands shall occur. 6. The sole access drive to the site shall be designed so as to be elevated above the Base Flood Elevation (BFE) at all points and if fill is brought into the site to elevate the drive, a No Rise Certification will need to be performed for the entire site. 7. A 175 ft. deceleration lane will be required for ingress from southbound Barton Chapel Road. 8. The new access drive and deceleration lane shall require the approval of the Georgia Department of Transportation (GDOT), due to its proximity to Gordon Highway and future GDOT project(s). 9. A sidewalk will be required along the entire length of the Barton Chapel Road frontage featuring a two-foot wide grass strip and a five-foot wide Attachments sidewalk meeting ADA standards and a streetyard along Barton Chapel Road must be provided in areas not currently wooded or containing wetlands. 10. Requirements of all ordinances and regulations in place at the time of development will need to be met. 6. Z -18-24 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Tony Heath, on behalf of Tony Heath Sr., requesting a change of zoning from Zoned R-1C (One-family Residential) to Zone B-1 (Neighborhood Business) affecting property containing 0.09 acres and known as 1301 Conklin Avenue. Tax Map 059-1-305-00-0 DISTRICT 2 1. The applicant shall establish and maintain a shared parking agreement to ensure that the intended use meets the minimum off-street parking requirement as expressed in the Ordinance. 2. The applicant shall operate the establishment from 11:00 a.m. to 11:00 p.m. Monday through Saturday. 3. The applicant shall not be permitted to seek an alcohol license or serve alcoholic beverages. 4. The applicant shall maintain a 6-foot privacy fence or wall separation from the adjacent residential properties. 5. If the use ceases to exist the zoning reverts to the current R-1C (One-family Residential) zoning. Attachments PUBLIC SERVICES 7.Motion to approve award of Bid Item 18-166, Augusta Aquatic Center Timing, Scoreboard and Display System to Colorado Time System for $109,000. (Approved by Public Services Committee May 8, 2018) Attachments 8.Motion to adopt the Daniel Field Airport General Aviation Commission's (DNL GAC) recommendation to terminate the agreement between Augusta, Georgia, acting through the DNL GAC, and WK Dickson, and to authorize the Mayor to execute the appropriate documents to effectuate the termination. (Approved by Public Services Committee May 8, 2018) Attachments 9.Motion to approve a One-Hour Waiver of the Noise Ordinance at the Augusta Common June 22, 2018/Beats on Broad/Augusta Pride 2018. (Approved by Public Services Committee May 8, 2018) Attachments 10.Motion to approve playground equipment purchase as designated in SPLOST VII as part of RFP Item #17-275 for $1,279,041.24. (Warren Rd. Park, Henry Brigham Park, McDuffie Wood Park, Gracewood Park, Hickman Park, Dyess Park, Minnick Park, Wood Park, and Hillside Park). (Approved by Public Services Committee May 8, 2018) Attachments ADMINISTRATIVE SERVICES 11.Motion to approve a request from the Central Services Department- Facilities Maintenance Division for the purchase of two new vehicles for the Central Services Department from Allan Vigil Ford for a total purchase of $56,614.00. Bid Item 18-184. (Approved by Administrative Services Committee May 8, 2018) Attachments 12.Motion to approve a request from the Planning and Development Department – Code Enforcement Division for five vehicles. (Approved by Administrative Services Committee May 8, 2018) Attachments 13.Motion to approve the request from the Engineering Department for the purchase of two new trucks, replace 2 Ford Rangers and replace one SUV from Capital Outlay. (Approved by Administrative Services Committee May 8, 2018) Attachments 14.Motion to approve a request from the Augusta Fire Department to purchase one 2018 Ford F150 from Allan Vigil Ford for $25,835.00. Bid Item 18-184. (Approved by Administrative Services Committee May 8, 2018) Attachments 15.Motion to approve the request from the Recreation & Parks Department to replace one Pickup truck. Allan Vigil Ford $26.345.00. Bid Item 18- 184. (Approved by Administrative Services Committee May 8, 2018) Attachments 16.Motion to approve the request from the Richmond County Sheriff’s Office for the purchase of one Training Range truck and the replacement of one Community Services SUV. Allan Vigil Ford - Pickup Truck - $29,320.00 Bid Item 18-184 and SUV - $22,007.00. Bid Item 18-183. (Approved by Administrative Services Committee May 8, 2018) Attachments 17.Motion to approve a request from the Animal Services Department to purchase two new Animal Transport Trucks for the Animals Services Department. Allan Vigil Ford $44,345.00. Bid Item 18-174. (Approved by Administrative Services Committee May 8, 2018) Attachments 18.Motion to approve the request for the Risk Management Department for the replacement of one vehicle from Allan Vigil Ford for $28,005.00. Bid Item 18-184. (Approved by Administrative Services Committee May 8, 2018) Attachments 19.Motion to approve the request for the Tax Assessors Office to purchase a 2018 Ford Escape from Allan Vigil Ford for $21,414.00. Bid Item 18- 183.(Approved by Administrative Services Committee May 8, 2018) Attachments 20.Motion to approve the execution of the amended ADP Master Services Agreement for one year. (Approved by Administrative Services Committee May 8, 2018) Attachments 21.Motion to approval request to accept a CHIP Grant Award ($612,000) and allow contract execution by the Mayor. (Approved by Administrative Services Committee May 8, 2018) Attachments 22.Motion to award contract to construct a new ADA accessible Restroom addition to Building A at the Richmond County Sheriff’s Office (RCSO) Special Operations Campus to Blount’s Complete Home of Hephzibah in the amount of $68,000. Bid Item 18-180(Approved by Administrative Services Committee May 8, 2018) Attachments 23.Motion to approve soliciting an RFP for fleet maintenance services. (Approved by Administrative Services Committee May 8, 2018)Attachments PUBLIC SAFETY 24.Motion to approve allowing staff to work on an amendment to Title 3, Chapter 3, Article 3 of the Augusta, Georgia Code dealing with Fire Prevention Codes to update the same. (Approved by Public Safety Committee May 8, 2018) Attachments FINANCE 25.Motion to approve to amend the 2018 Budget (Planning 220-01-6309) by transferring existing funds from Salary/Wages to Other Professional Services to provide for the Augusta Regional Transportation Study project known as Congestion Management Process Update (CMP). (Approved by Finance Committee May 8, 2018) Attachments 26.Motion to award contract for professional consulting planning and engineering services for RFP 18-159 Congestion Management Process Update for the Augusta Regional Transportation Study MPO. All procurement procedures were followed in accordance with city, state and federal requirements. This contract shall not to exceed $200,000. (Approved by Finance Committee May 8, 2018) Attachments 27.Motion to approve a Resolution to support approval of the Fiscal Year 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds for Project # 0015914 for $175,000 ($140,000 federal and $35,000 local match). (Approved by Finance Committee May 8, 2018) Attachments 28.Motion to approve the refund of delinquent taxes once they are paid to support to cleanup and redevelopment of this long time contaminated eyesore in the community regarding properties located at 1409 Steiner Avenue, 1312 Steiner Avenue, 1314 Steiner Avenue, 1408 Steiner Avenue, and 1733 Mill Street, Augusta, GA 30901. (Approved by Finance Committee May 8, 2018) Attachments 29.Motion to approve the FY 2018 PL Contract – PI # 0015459 Supplemental Agreement contract between Augusta, Georgia and the Georgia Department of Transportation for federal funds totaling $282,245.00 ($225,796.00 as 80% federal and $56,449.00 as 20% local). (Approved by Finance Committee May 8, 2018) Attachments ENGINEERING SERVICES 30.Motion to deny request that Richmond Lane, as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, and to receive as information the results of the public hearing held regarding the issue of abandonment pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department and adopt the attached Resolution. (Approved by Engineering Services Committee May 8, 2018) Attachments 31.Motion to approve exercising the first option to renew with Georgia- Carolina Paving to provide on-call asphalt and concrete repairs for Bid 16-224. (Approved by Engineering Services Committee May 8, 2018) Attachments 32.Motion to approve award of Construction Contract to Beam’s Contracting, Inc. subject to Value Engineering and not to exceed in the amount of $5,978,691.24 for Wrightsboro Road Widening Improvements Project (Marks Church Rd to Augusta West Pkwy) as requested by AED. Award is contingent upon receipt of signed contracts and proper bonds. Bid Item 18-127. (Approved by Engineering Services Committee May 8, 2018) Attachments PETITIONS AND COMMUNICATIONS 33.Motion to approve the minutes of the regular meeting of the Augusta Commission held May 1, 2018 and Special Called Meeting held May 8, 2018. Attachments ****END CONSENT AGENDA**** AUGUSTA COMMISSION 5/15/2018 AUGUSTA COMMISSION REGULAR AGENDA 5/15/2018 (Items 34-39) ADMINISTRATIVE SERVICES 34.Motion to approve an amendment to the Professional Services Agreement with Janice Welch Osei to assist in the Office of the Administrator. (No recommendation from Administrative Services Committee May 8, 2018) Attachments FINANCE 35.Approve funding of operating, capital, encumbrance carryover. ((No recommendation from Finance Committee May 8, 2018)Attachments ENGINEERING SERVICES 36.Motion to exempt Storm water Fee in Non-Serviced Area ( unincorporated area ). (Requested by Commissioner Marion Williams) Attachments 37.Motion to approve the Residential Parking Resolution. (Commissioner Bill Fennoy)Attachments 38.Motion to approve Stormwater Ordinance review and amendment to address delinquent accounts and require quarterly reporting on revenue and expenditures. (Requested by Mayor Hardie Davis) Attachments LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 39.Motion to approve execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Upcoming Meetings www.augustaga.gov Commission Meeting Agenda 5/15/2018 2:00 PM Invocation Department: Department: Caption:The Very Reverend Billy J. Alford, Rector St. Alban's Episcopal Church. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Depot Project Update Department: Department: Caption:Depot Development Project Update. (Requested by Mayor Hardie Davis) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Lena Bonner From: Sent: IO: Cc: Subject: Importance: Ms. Bonner, Mayor Hardie Davis, Jr. Thursday, May 1.0, 20L8 8:56 AM Lena Bonner Marcus Campbell Agenda Items High Good morning. Please add the following items to the agenda. 1. Presentation - Depot Development project Update2. Motion to approve Stormwater Ordinance review and amendment to address delinquent accounts and require quarterly reporting on revenue and expenditures Thank you, Mayor Davis Please consider the environment before printing this email. 'fhis e-mail contains confidentia! information and is intended only for the individual named. lf you are not the named addressee, you should not disseminate,distrillute ot copy this e-mail Please notify the sender imntediatety by e-mail if you have received t'ris e-mail by rnistake and rlelete thls e-mail frorn your system.The Clty of Augusta accepts no liability for the content of this e-miil or for the ctnsequences of any actions ta(en on the basis of ihe information provided, unlessthat information is subsequently confirmed in writing. Any views or opinions presented in this e-mail are solely those of the author and do not necessarily representthose of lhe city of Augusta. E-mail transmissions iannot be guaranteed io be secure or error-free as informition could be intercepted, corrupted, !ost, destroyed,arrive late or inconlplete, or contain viruses. The sender therefore does not accept liability for any errors or onlissions in the content of this message rvhich arise asa result of the e-rnail ti"ansmission. lf veriflcation is required, please request a haid copy version..qED:104 1 Commission Meeting Agenda 5/15/2018 2:00 PM Moses Todd Department: Department: Caption:Mr. Moses Todd regarding Storm Water Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Lena Bonner From: Sent: To: Subject: moses todd <iloveaug93@gmail.com> Sunday, May 06, 20L8 9:06 AM Lena Bonner Stormwater fee. Madam Clerk of The Augusta Georgia Commission please place Moses Todd on the May 15th 2018 regular meeting agenda as a delegation from AX the tax to address the stormwater fee / tax against the poor and the church. Commission Meeting Agenda 5/15/2018 2:00 PM Z-18-19 Department:Planning and Development Department:Planning and Development Caption: Z-18-19 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Jeb Boggus, on behalf of Three Wells Ranch LLC, requesting a Special Exception to establish a private non- profit club per Section 26-1(i) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing approximately 51acres and known as part of 4792 and 4798 McCombs Road. Part of Tax Maps 354-0-008-01-0 and 368-0-001-00-0 DISTRICT 8 1. Issuance of development permits shall be contingent upon submission of plans meeting all applicable development regulations. Development plans shall conform substantially to the conceptual site plan submitted and approved during the zoning action. 2. Outdoor activities related to this request shall cease by 11:00 pm. 3. The applicant shall provide a minimum of five (5) off-street parking spaces within 300’ of the proposed development. While hunting, fishing and other sporting activities are permitted uses, such activities must be carried out in accordance with all applicable state and local regulations regarding safety and licensure. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Cover Memo Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Z-18-20 Department:Planning and Development Department:Planning and Development Caption: Z-18-20 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Megan Alig, on behalf of Creative Cuisine LLC, requesting a change of zoning from Zone R-1C (One- family Residential) to Zone P-1 (Professional) affecting property containing 0.07 acres and known as 410 Eve Street. Tax Map 035-2-331-00-0 DISTRICT 1 1. Customer visitations must be appointment-based, and meals shall not be available for on-premise consumption. 2. No classes, other than those for children, are permitted on the premises. 3. Off-street loading shall be conducted within the site, and is prohibited in any adjoining ROW. 4. Outdoor storage shall be prohibited with exception given to waste-handling containers, which shall be county-issued, and limited to a maximum of 4 containers. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: Cover Memo REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Z-18-21 Department:Planning and Development Department:Planning and Development Caption: Z-18-21 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Helena Springs LLC requesting a change of zoning from Zone A (Agriculture) and Zone R-3B (Multiple- family Residential) to Zone R-3B affecting property containing approximately 14.0 acres and known as 3312 Helena Springs Court. Tax Map 030-0-019-02-0 DISTRICT 3 1. Issuance of development permits shall be contingent upon submission of plans meeting all applicable development regulations. 2. Provide a recreational space that is consistent with features illustrated in the plan received on April 6, 2018. 3. Provide emergency access lane from the parking lot of the proposed development to Arabian Horse Road. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Z-18-22 Department:Planning and Development Department:Planning and Development Caption: Z-18-22 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by West Fraser requesting a change of zoning from Zone A (Agriculture) to Zone HI (Heavy Industry) to expand an existing saw mill affecting property containing approximately 37.2 acres and known as 4206 Mike Padgett Highway. Tax Map 200-0-012-00-0 DISTRICT 1 1. Issuance of development permits shall be contingent upon submission development plans meeting all applicable development regulations. 2. The use shall be conducted in accordance with all state and local environmental regulations, including, but not limited to, those pertaining to air and water quality. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Z-18-23 Department:Planning and Development Department:Planning and Development Caption: Z-18-23 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Johnson Laschober and Associates, on behalf of CDM Southeast Inc., requesting to amend the conditions in an R-3B (Multiple-family Residential) Zone (Z-17-37) affecting property containing 9.5 acres and known as 1923 Barton Chapel Road. Tax Map 068-0-003-00-0 DISTRICT 3 1. This Concept Plan is for the purposes of rezoning the property from R-3B - Multiple Family Residential to R-3B - Multiple Family Residential and does not take the place of the final Site Plan review and approval, required before construction can begin. However, approval of this rezoning will: a) limit the proposed number of units to a maximum of 100 units, b) limit the proposed number of buildings to a maximum of 4 buildings, c) limit the building height to 3 stories, and d) limit the parking to a minimum of 191 parking spaces pursuant to the Concept Plan presented with the zoning application. 2. The final Site Plan cannot have any buildings located in the 100-year or 1% annual chance floodplain, as delineated on the current Flood Insurance Rate Map (FIRM), nor can the dumpster or any portion of the detention facilities to be located in the 100-year or 1% annual chance floodplain. 3. All proposed buildings must have their finished floor elevated to 3 feet above the Base Flood Elevation (BFE) as found on the current Flood Insurance Rate Map (FIRM). If fill is brought into the site to elevate the buildings, a No Rise Certification will need to be performed for the entire site. 4. The final Site Plan cannot have any buildings located in the wetlands or the 25’ wetlands buffer, as delineated on the Concept Plan, so as to avoid any negative impacts to this environmentally sensitive land. 5. The sole access drive to the site will need to be moved as close as possible south of the existing wetlands and no impact of the existing wetlands shall occur. 6. The sole access drive to the site shall be designed so as to be elevated above the Base Cover Memo Flood Elevation (BFE) at all points and if fill is brought into the site to elevate the drive, a No Rise Certification will need to be performed for the entire site. 7. A 175 ft. deceleration lane will be required for ingress from southbound Barton Chapel Road. 8. The new access drive and deceleration lane shall require the approval of the Georgia Department of Transportation (GDOT), due to its proximity to Gordon Highway and future GDOT project(s). 9. A sidewalk will be required along the entire length of the Barton Chapel Road frontage featuring a two-foot wide grass strip and a five-foot wide sidewalk meeting ADA standards and a streetyard along Barton Chapel Road must be provided in areas not currently wooded or containing wetlands. 10. Requirements of all ordinances and regulations in place at the time of development will need to be met. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Z-18-24 Department:Planning and Development Department:Planning and Development Caption: Z -18-24 – A request for concurrence with the Augusta Georgia Planning Commission to approve with the conditions stated below a petition by Tony Heath, on behalf of Tony Heath Sr., requesting a change of zoning from Zoned R-1C (One-family Residential) to Zone B-1 (Neighborhood Business) affecting property containing 0.09 acres and known as 1301 Conklin Avenue. Tax Map 059-1-305-00-0 DISTRICT 2 1. The applicant shall establish and maintain a shared parking agreement to ensure that the intended use meets the minimum off-street parking requirement as expressed in the Ordinance. 2. The applicant shall operate the establishment from 11:00 a.m. to 11:00 p.m. Monday through Saturday. 3. The applicant shall not be permitted to seek an alcohol license or serve alcoholic beverages. 4. The applicant shall maintain a 6-foot privacy fence or wall separation from the adjacent residential properties. 5. If the use ceases to exist the zoning reverts to the current R-1C (One-family Residential) zoning. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: Cover Memo REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Augusta Aquatic Center Timing, Scoreboard and Display System Department:Recreation and Parks Department:Recreation and Parks Caption:Motion to approve award of Bid Item 18-166, Augusta Aquatic Center Timing, Scoreboard and Display System to Colorado Time System for $109,000. (Approved by Public Services Committee May 8, 2018) Background:Funding has been identified through SPLOST VII to conduct improvements at the Augusta Aquatic Center. One of the items in need of replacement is the timing, scoreboard and video display system that was originally installed in 1999 when the Augusta Aquatic Center opened its doors for the first time. The new video display board system will allow Augusta to stay competitive in attracting swimming and diving events for our community. Analysis:Augusta solicited proposals for the new timing, scoreboard and display system. Twenty-One (21) bid specifications were mailed out with a total of three (3) bid submittals received. Of those three, one (1) bid was non-compliant. Based on staff evaluation of the two (2) remaining bids, the Department is recommending award of bid item 18-166 to Colorado Time System as the low, responsive bidder to meet all of the required services contained in the bid package in the amount of $109,000. Financial Impact:Total bid amount of award is $109,000. Augusta will be reimbursed $15,000 through a Community Foundation grant secured by the Aiken-Augusta Swim League to be applied for this new video display system. Augusta’s final financial commitment to this project will be $94,000. Alternatives:1. To Approve the award of Bid Item 18-166 to Colorado Time System for $109,000. 2. Move No Action thus delaying the improvements scheduled for the Augusta Aquatic Center and Cover Memo forfeit on the Community Foundation’s $15,000 grant opportunity. Recommendation:1. Move to Approve. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN ACCOUNT: 329061110 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 March 16, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-166 Augusta Aquatic Center Timing, Scoreboard and Display System for Augusta, GA – Recreation and Parks Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, 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, March 2, 2018 @ 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. 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 8, 15, 22, March 1, 2018 Metro Courier February 8, 2018 OFFICIAL Vendor Sports Timing 3537 Ashwycke St Mount Pleasant, SC 29466 Daktronics, Inc 201 Daktronics Dr Brookings, SD 57006 Colorado Time Systems 1551 East 11th Street Loveland, CO 80537 Attachment B Yes / No Business License Yes Yes E-Verify Number 1278064 149017 1279196 SAVE Form Yes Yes Yes Make Colorado Time Systems Daktronics, Inc Colorado Time System Model Pre Bid Specs DVN-933-10MN-2000-BC-MC- 320x576, T7078, HS-200, DS-1059 Y5C10mm320x576, SS,R-SJ-25, LS40-10, Sp-6145, TP-78G Bid Price $107,500.00 / Non-Compliant $143,860.00 $109,000.00 Timing, Scoreboard and Display System Total Number Specifications Mailed Out: 21 Total Number Specifications Download (Demandstar): Total Electronic Notifications (Demandstar): Mandatory/ Pre-Bid/Telephone Conference attendees: NA Local Vendors: 0 Total packages submitted: 3 Total Non-Compliant: 1 Bid Item #18-166 Augusta Aquatic Center Timing, Scoreboard and Display System for Augusta, Georgia – Recreation & Parks Department Bid Date: Friday, March 16, 2018 @ 11:00 a.m. Page 1 of 1 Commission Meeting Agenda 5/15/2018 2:00 PM Daniel Field Airport Consultant Status Department:Daniel Field Airport Department:Daniel Field Airport Caption:Motion to adopt the Daniel Field Airport General Aviation Commission's (DNL GAC) recommendation to terminate the agreement between Augusta, Georgia, acting through the DNL GAC, and WK Dickson, and to authorize the Mayor to execute the appropriate documents to effectuate the termination. (Approved by Public Services Committee May 8, 2018) Background:The FAA requires airports to conduct a consultant selection process at least every 5 years. The DNL GAC went through the selection process in 2015, and selected WK Dickson as the consultant of record for civil and engineering services in January 2016. At its regularly held meeting on April 16, 2018, the DNL GAC voted its intent to terminate for convenience the Contract for Professional Services between Augusta, Georgia through the General Aviation Commission and WK Dickson. The attached letter was sent to Mr. David Peeler, President/CEO of WK Dickson, stating the intentions of the DNL GAC. To date, Mr. Peeler has not requested a consultation between himself and the DNL GAC. Analysis:The DNL GAC will soon be without a civil/engineering consultant of record upon the termination of the agreement with WK Dickson. The General Aviation Commission is in the process of submitting information to the Augusta, Georgia Procurement Department for the solicitation of Requests for Qualifications, RFQ, for an airport consultant. Financial Impact:The DNL GAC has paid all outstanding invoices owed to WK Dickson. Alternatives:There are no alternatives.Cover Memo Recommendation:Adopt and approve the DNL GAC's recommendation to terminate the agreement with WK Dickson. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Procurement. Finance. Law. Administrator Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM One-Hour Waiver of the Noise Ordinance at the Augusta Common Department:Recreation and Parks Department:Recreation and Parks Caption:Motion to approve a One-Hour Waiver of the Noise Ordinance at the Augusta Common June 22, 2018/Beats on Broad/Augusta Pride 2018. (Approved by Public Services Committee May 8, 2018) Background:For the ninth time, Augusta Pride is hosting the Annual Augusta Pride Festival on June 21st to 24th. Augusta Pride is the third largest event at the Augusta Common and has an annual local economic impact of over $800,000.00. In its 9-year history, Augusta Pride has maintained an excellent relationship with the Richmond County Sheriff’s office and has had no major law enforcement incidents. Augusta Pride is requesting the Commission to grant a waiver of the noise ordinance for “Beats on Broad” on Friday, June 22 between the hours of 11 PM and 12 AM (one hour). Analysis:Augusta, Georgia has previously granted the waiver request for the 2017 “Beats on Broad” event on Friday, June 23 2017. In the last five years, since the event first started, it was permitted to run until Midnight and the Recreation and Parks Department is not aware of any noise complaints associated with the event. Financial Impact:Granting the waiver request will not have a financial impact on the Augusta, Georgia budget. Alternatives:1. To approve the request for a One Hour Waiver of the Noise Ordinance. 2. To deny the request for a One Hour Waiver of the Noise Ordinance. Recommendation:To approve the request for a One Hour Waiver of the Noise Ordinance.Cover Memo Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo March 26,2018 Director H. Glenn Parker Augusta Recreation and Parks Departrnent 2027 Lttmpkin Road Augusta, GA 30906 Re: One llour Waiver of Noise Ordinance at the Augusta Common lurte22,20l8 | Beats on Broad I Augusta Pride 2018 Director Parker, On behalf of Augusta Pride, Inc., please consider this a request to waive the Augusta-Richmond County noise ordinance between the hours of I 1 PM and 'i2 AM midnight on Friday, June 22,2018, for the 2018 Beats on Broad concert. Augusta Pride is set to host its 9th annual Augusta Pride Festival this June 2lst through 24th. Since its first festival in 2009, the event has grown to become the third largest held at the Augusta Common and has an annual local economic impact of over $800,000, Augusta Pride also has an excellent relationship with the Richmond County Sheriffs Office and has had no major law enforcement incidents over its 9 year history. Last year, the Augusta-Richmond County Commission granted a waiver of the noise ordinance between the hours of I 1 PM arrd 12,{M midnight on Friday, June 23, 2077 , for frte 2017 Beats on Broad concert. Moreover, for the four years immediately preceding last year, the Beats on Broad concert has been held on the Friday evening of the festival and has been permitted to run until 12 AM midnight. Since its inception five years ago, to my knowlcdgc, there have been no noise complaints associatcd with the Beats on Broad concert, including between the hours of 1 1 PM and 12 AM midnight. Augusta Pride is a well-organized, well-respected, and well-funded professional organization that responsibly hosts the Augusta Pride festival every year without incident. Granting our modest request to waive the noise ordinance between the hours of 11 PM and 12 AM midnight will allow Augusta Pride to continue to host a successful and popular event without undue inconvenience to the downtown area and its residents. Thank you for your consideration. If you have any questions, please do not hesitate to contact me. cc: Augusta Law Department 520 Creene Sheet Augusta, GA 30901 26O2Cornrtoru Blv4 Ste A, August& GA 30909 . office@matthewjamesduncan.com r Phone: 706-755-2928 . Far 706-664-0407I www.mamhewj amesduncerlcom for Augusta Pride, Inc. MA:rTHEW I A M E S DUNCAN A'I'LAW PC. Commission Meeting Agenda 5/15/2018 2:00 PM Playground Equipment RFP #17-275 Department:Recreation and Parks Department:Recreation and Parks Caption:Motion to approve playground equipment purchase as designated in SPLOST VII as part of RFP Item #17-275 for $1,279,041.24. (Warren Rd. Park, Henry Brigham Park, McDuffie Wood Park, Gracewood Park, Hickman Park, Dyess Park, Minnick Park, Wood Park, and Hillside Park). (Approved by Public Services Committee May 8, 2018) Background:The Recreation and Parks Department has reviewed each of the playground submittals for RFP #17-275. It is our recommendation to award the playground units as listed below. 1. Warren Road Park - Great Southern Recreation - $131,397.89 Berliner Option B design 2. Henry Brigham Park - Miracle Recreation - $224,676.52 3. McDuffie Woods Park - Miracle Recreation - $124,994.08 4. Gracewood Park - Lanier Plans d/b/a Korkat - $124,723.67 5. Hickman Park - Miracle Recreation - $124,818.52 6. Dyess Park - Miracle Recreation - $199,918.48 7. Minnick Park - Playcore Wisconsin d/b/a Gametime - $125,000.00 8. Wood Park - Miracle Recreation - $124,080.88 9. Hillside Park - Miracle Recreation - $99,431.20 Analysis:Nine (9) RFP packages were received from the industry vendors. Financial Impact:$1,279,041.24 Alternatives:1 - To Approve the SPLOST VII purchase of playground equipment as part of RFP #17-275 for $1,279,041.24. 2 - Move No Action Recommendation: Cover Memo To Approve the SPLOST VII purchase of playground equipment as part of RFP #17-275 for $1,279,041.24 Funds are Available in the Following Accounts: 329061110 $1,279,041.24 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies Fee Proposal Compliance Review Playcore Wisconsin dba Gametime 632 Florida Central Parkway Longwood, FL 32750 YES 131211 YES YES YES YES YES YES Lanier Plans, Inc. dba Korkat 221 Cable Industiral Way Carrollton, GA 30117 YES 253952 YES YES YES YES YES YES Miracle Recreation Equipment 878 E. Highway 60 Monett, MO 65708 YES 206364 YES YES YES YES YES YES Play South Playground Creators dba Play South, LLC. 212 Clearview Estates Drive Newnan, GA 30265 YES 942178 YES YES YES YES YES YES Play Ground Creations/ dba Archictectural Design Specialties 1500-K Southland Circle Atlanta, GA 30318 YES 649530 YES YES YES YES YES NO PPLT Farmington, Inc. c/o Playworx Playsets, LLC. 810 Holly Ridge Canton, GA 30115 YES 53236 YES YES YES YES YES NO Great Southern Recreation 2441-Q Old Fort Parkway Murfeesboro, TN 37128 YES 882872 YES YES YES YES YES YES Playworld Preferrred 11515 Varstory Drive, Suite 100 Huntersville, NC 28078 YES 946279 YES YES YES YES YES NO Bliss Products and Services 6831 S. Sweetwater Road Lithia Springs, GA 30122 YES 329247 YES YES YES YES YES NO Total Number Specifications Mailed Out: 35 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 63 Pre Proposal Telephone Conference Attendees: 14 Total packages submitted: 9 Total Noncompliant: 4 RFP 17-275 2017-2018 Playground Improvements for Augusta, GA Recreation and Parks Department RFP Date: Tuesday, November 14, 2017 @ 3:00 p.m. The following vendors have been deemed Non-Compliant for failing to meet the good faith efforts:Bliss Products and Services, Playworld Preferred, PPLT Farmington, Inc. c/o Playworx Playsets, LLC., Playground Creations dba Architectural Design Specialties, Page 1 of 1 Request for Proposal Request for Proposals will be received at this office until Thursday, November 2, 2017 @ 11:00 a.m. for furnishing: RFP Item # 17-275 2017-2018 Playground Improvements for the Augusta, GA – Recreation and Parks 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. A Pre Proposal Conference will be held on Tuesday, October 17, 2017 @10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. A Site Visit will follow. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Thursday, October 19, 2017, @ 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). A 100% performance bond and a 100% payment bond will be required for award. 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 September 21, 28, October 5, 12, 2017 Metro Courier September 27, 2017 Commission Meeting Agenda 5/15/2018 2:00 PM 2018 - Central Services Department Department:Central Services Department - Fleet Management Department:Central Services Department - Fleet Management Caption:Motion to approve a request from the Central Services Department-Facilities Maintenance Division for the purchase of two new vehicles for the Central Services Department from Allan Vigil Ford for a total purchase of $56,614.00. Bid Item 18-184. (Approved by Administrative Services Committee May 8, 2018) Background:The Central Services Department has implemented a rotating Grounds Crew that is responsible for ground maintenance of Augusta government facilities. Resources necessary for this crew is a pickup truck with a Crew Cab and an enclosed trailer for equipment. In 2017, 2 vehicles were sold as surplus as a result of age and repair history. The second F150 truck will replace one surplus vehicle. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Pickup Truck 6,500GVWR with the following results: Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $32,035.00 Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 (supervisor) - Allan Vigil Ford –$24,579.00 Financial Impact:1 – 2018 Ford F150 @ $32,035.00; 1 – 2018 Ford F150 @ $24,579.00. The total for this purchase is $56,614.00. These vehicles will be purchased with Capital Outlay funds. Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 2 Ford F150s for the Central Services Department – Facilities Maintenance Division. Capital Outlay: 272-01-6440/54.22210 Cover Memo Funds are Available in the Following Accounts: 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, April 13, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-183 Compact SUV for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #18-184 Pickup Truck 6500 GVW for Augusta, GA Central Services Department - Fleet Maintenance 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, March 23, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 1, 8, 15, 22, 2018 Metro Courier March 1, 2018 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Attachment B YES E-Verify Number 94460 SAVE Form YES Year 2018 Make FORD Model F150 Approximate Delivery Schedule 10 TO 12 WEEKS Vehicle/Optionals Required: 5.01 2018 Pickup Truck (1/2 ton)$19,987.00 6.01 5.0L V8 Flex Fuel Engine - 995 $1,836.00 6.02 3.5L V6 EcoBoost Engine – 99G $2,388.00 6.03 2.7L V6 EcoBoost – 99P $916.00 6.04 Long Bed (8ft) - 145 $285.00 6.05 Extended range fuel tank - 655 $410.00 6.06 Super Cab (6.5ft bed) – X1C $1,716.00 6.07 Super Cab (8ft bed) – X1CLong $3,375.00 6.08 4X4 Option (All Models) – F1E $1,995.00 6.09 Skid Plates – 413 $155.00 6.10 Fog Lights - 595 $135.00 6.11 Crew Cab XL SWB – W1Cs $3,365.00 6.12 Crew Cab XL LWB – W1Cl $5,325.00 6.13 Limited Slip Axle – XL9 $525.00 6.14 Tilt / Cruise – 50S $215.00 6.15 Cab Steps – Black – 18B $262.00 6.16 AM-FM-CD – 58B $262.00 6.17 Daytime Running Lights - 942 $42.00 6.18 Power Windows/Locks/Mirrors – 85A $1,088.00 6.19 Class IV Hitch (w/o tow pkg) – 53B $100.00 6.20 Trailer Tow Pkg – 53A $555.00 6.21 Trailer Tow Pkg (w/101A pkg) – 53A $916.00 6.22 Tow Mirrors w/ spotlights – 54Y/59S $495.00 6.23 XL w/Power W-L-M, SYNC, AM/FM/CD, Cruise Control – 101A $2,075.00 6.24 Cruise Control & SYNC – 52P/50S $690.00 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 2018 Pickup Truck 6500GVWR: 6.00 Manufacturer options: Page 1 of 2 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 6.25 40-20-40 Cloth Split Bench – CG NC 6.26 Cloth Buckets w/Console – WG $275.00 6.27 Electric Brake Controller – 67T $265.00 6.28 Carpet w/Mats - 168 $140.00 6.29 XL SSV Package – 66S $49.00 6.30 XLT Package – 300A $4,763.00 6.31 Convenience Package for XLT – 301A $1,059.00 6.32 Aluminum Wheels & Bumpers – 86A $740.00 6.33 Box Side Steps – 63S $305.00 6.34 Tailgate Step – 63T $355.00 6.35 Reverse Sensing – 76R $255.00 6.36 Spray-In Bedliner – ATK $375.00 6.37 Convenience Package for XLT – 301A $1,059.00 6.38 Exterior Color Not Included in Base Price Color: ___________$950.00 6.39 Exterior Color Not Included in Base Price Color: ___________NC 6.40 [ ] Exterior Color Not Included in Base Price Color: ___________NA 6.41 Interior Color Not Included in Base Price Color: ___________NA 6.42 Interior Color Not Included in Base Price Color: ___________NA 6.43 Interior Color Not Included in Base Price Color: ___________NA 6.44 Delivery Fee per Vehicle $125.00 7.00 Outfitter's Specialty Items: 7.01 Fire extinguisher $55.00 7.02 Outlet receptacle $53.00 7.03 Toolbox $475.00 7.04 Trailer hitch $50.00 7.05 Trailer wiring INCLUDED 7.06 Trailer ball $25.00 7.07 Window tint, regular cab $125.00 7.08 Window tint, extended cab $145.00 7.09 Window tint, crew cab $165.00 7.10 Add on step $185.00 7.11 Backup alarm $80.00 7.12 Drill Free Light Bar Cab Mount $690.00 7.13 LED top mount light $690.00 7.14 County Emergency Equipment Package $792.00 7.15 Fire Emergency Equipment Package $1,773.00 Page 2 of 2 Commission Meeting Agenda 5/15/2018 2:00 PM 2018 - Code Enforcement Vehicles Department:Central Services Department - Fleet Management Division Department:Central Services Department - Fleet Management Division Caption:Motion to approve a request from the Planning and Development Department – Code Enforcement Division for five vehicles. (Approved by Administrative Services Committee May 8, 2018) Background:The Planning and Development – Code Enforcement Division would like to replace three Ford Rangers, in need of new engines. The repairs exceed the value of the vehicle and all three have been disposed of on the GovDeals website. Earlier this month a landscape truck ran into a Code Enforcement Truck pushing it into two other trucks of Code Enforcement. This accident resulted in two Code Enforcement Trucks being totaled and one that will be repaired. The totaled vehicles are a 2013 Ford F-150 and a 2014 Ford F-150. Bid tab sheets are attached for your review. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Pickup Truck 6,500GVWR with the following results: Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $23,949.00 Financial Impact:5 – 2018 Ford F150 @ $23,949.00each. The total for this purchase is $119,745.00. These vehicles will be purchased with Capital Outlay funds. Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 5 Ford F150 for Code Enforcement and declare the replaced vehicles as surplus and available for auction. Capital Outlay: 272-01-6440/54.22210 Cover Memo Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM 2018 - Engineering Department Vehicles Department:Central Serices Department-Fleet Management Department:Central Serices Department-Fleet Management Caption:Motion to approve the request from the Engineering Department for the purchase of two new trucks, replace 2 Ford Rangers and replace one SUV from Capital Outlay. (Approved by Administrative Services Committee May 8, 2018) Background:The Engineering Department would like to request replacement of one Jeep Cherokee with with a Ford Escape. This vehicle was used by a surveyor in the Engineering Department which required protection for the surveying equipment. The Traffic Engineering Division would like to request the replacement of one Ford Ranger with a Ford F150. This vehicle is used to conduct traffic counts at intersections and various roads. The Traffic Engineering Division would like to request the replacement of one Ford Ranger with a Ford F150. This vehicle is used by the Traffic Engineering Supervisor (Signs). Vehicle evaluation and bid tab sheets are attached for your review. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Compact SUV’s and Pickup Trucks 6,500GVWR with the following results: Bid 18-184 Pickup Trucks 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $27,530.00 Bid 18-183 Compact SUV: 2018 Ford Escape - Allan Vigil Ford – $25,063.00 Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 (supervisor) - Allan Vigil Ford – $29,960.00 Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $25,635.00 Financial Impact:2 – 2018 Ford F150s @ $27,530.00each = $55,606.00, 1 – 2018 Ford Escape -@ $25,063.00, and 2 – 2018 Ford F150 @ $29,960.00 = $59,920.00. The total purchase using Capital Outlay funds is $140,043 Alternatives: Cover Memo (1) Approve the request; (2) Do not approve the request (3) approve the request in part. Recommendation:Approve the purchase of 1 Ford Escape, 4 Ford F150s and declare the replaced vehicles as surplus and available for auction. Funds are Available in the Following Accounts: 272-01-6440/542210 (Ford Escape), 272-001-6440/5422210 (Trucks)Capital Outlay REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Asset #: Purchase Price: Age: Miles or Hours Type of Service Reliability Maint/Repair Condition: 19 14 2 2 RANGES Excellent Good Needs immediate consideration for replacement Under 18 Points 18 to 22 Points 23 to 27 Points Qualifies for Replacement 28 Points or more 2018 2018 Estimated Replacement Cost: Funding Source: $25,063.00 272-01-6440/54.22210 Ron Crowden Fleet Manager Replacement Date: Fiscal Year Replacement: This vehicle is past its life expectancy in age and mileage. This vehicle received a rebuilt transmission on 30 September 2013 @ 118571 miles and a new trasfer case was installed in 2007 at 73,708 miles. The current trade in value ranges between $755 - $1,218 depending on condition and the sale value is listed at $1,882 (Kelly Blue Book) Recommend this vehicle be replaced. Evaluation Points Policy Evaluation Results: 36 Needs immediate consideration for replacement Fleet Managers Recommendation: 19 149,631 $20,863.42 Life Expectancy Criteria Requirements -(Policy Evaluation) 2 2 Assigned Use: transportation for "Sub Engineer" Surveyor for Engineering Department Actual Age: Current miles: Engineering 101041110 4/18/2018 Vehicle Description: 9942051999 Jeep Cherokee 4X4 AUGUSTA, GEORGIA FINANCE DEPARTMENT-FLEET MANAGEMENT DIVISION REPLACEMENT CRITERIA FORM Department Name: Department Number Date: Asset #: Purchase Price: Age: Miles or Hours Type of Service Reliability Maint/Repair Condition: 16 8 1 2 RANGES Excellent Good Needs immediate consideration for replacement AUGUSTA, GEORG+E3+A1:I44 FINANCE DEPARTMENT-FLEET MANAGEMENT DIVISION REPLACEMENT CRITERIA FORM Department Name: Department Number Date: Marshal's Office 101-02-2610 3/9/2017 Vehicle Description:9944272000 Dodge Ram Maxi 3500 Assigned Use: Was used by the Marshal's Office to transport prisoners from the jail to Court. Actual Age: Current miles/hours: 16 82,512 $24,494.00 Life Expectancy Criteria Requirements -(Policy Evaluation) 2 2 Evaluation Points Policy Evaluation Results: 31 Needs immediate consideration for replacement Fleet Managers Recommendation: This vehicle was used by the Marshal's Office to transport prisoners from jail to Court. This requirement was taken over by the Sheriff's Office in 2015. The Marshal declared the vehicle excess to his needs. To convert this vehicle back to a standard passenger van would require extensive work on the interior. Ron Crowden Fleet Manager Replacement Date: Fiscal Year Replacement: Estimated Replacement Cost: Funding Source: Under 18 Points 18 to 22 Points 23 to 27 Points Qualifies for Replacement 28 Points or more Commission Meeting Agenda 5/15/2018 2:00 PM 2018 - Fire Department Department:Central Services Department-Fleet Management Division Department:Central Services Department-Fleet Management Division Caption:Motion to approve a request from the Augusta Fire Department to purchase one 2018 Ford F150 from Allan Vigil Ford for $25,835.00. Bid Item 18-184. (Approved by Administrative Services Committee May 8, 2018) Background:The Augusta Fire Department is requesting the acquisition of one 2018 Ford F150 to replace asset #204035, 2004 Ford Crown Victoria. This asset will support a Fire Investigator. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Pickup Trucks 6,500GVWR with the following results: Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $25,835.00 Financial Impact:1- 2018 Ford F150 @ $25,835.00. This vehicle will be purchased using Fire Department Capital Outlay. (ACT #: 274- 03-4110-54-222210). Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of one 2018 Ford F150 at $25,835.00 for the Augusta Fire Department. Funds are Available in the Following Accounts: ACT #: 274-03-4110-54-222210 REVIEWED AND APPROVED BY: Cover Memo Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Invitation to Bid Sealed bids will be received at this office until Friday, April 13, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-183 Compact SUV for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #18-184 Pickup Truck 6500 GVW for Augusta, GA Central Services Department - Fleet Maintenance 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, March 23, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 1, 8, 15, 22, 2018 Metro Courier March 1, 2018 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Attachment B YES E-Verify Number 94460 SAVE Form YES Year 2018 Make FORD Model F150 Approximate Delivery Schedule 10 TO 12 WEEKS Vehicle/Optionals Required: 5.01 2018 Pickup Truck (1/2 ton)$19,987.00 6.01 5.0L V8 Flex Fuel Engine - 995 $1,836.00 6.02 3.5L V6 EcoBoost Engine – 99G $2,388.00 6.03 2.7L V6 EcoBoost – 99P $916.00 6.04 Long Bed (8ft) - 145 $285.00 6.05 Extended range fuel tank - 655 $410.00 6.06 Super Cab (6.5ft bed) – X1C $1,716.00 6.07 Super Cab (8ft bed) – X1CLong $3,375.00 6.08 4X4 Option (All Models) – F1E $1,995.00 6.09 Skid Plates – 413 $155.00 6.10 Fog Lights - 595 $135.00 6.11 Crew Cab XL SWB – W1Cs $3,365.00 6.12 Crew Cab XL LWB – W1Cl $5,325.00 6.13 Limited Slip Axle – XL9 $525.00 6.14 Tilt / Cruise – 50S $215.00 6.15 Cab Steps – Black – 18B $262.00 6.16 AM-FM-CD – 58B $262.00 6.17 Daytime Running Lights - 942 $42.00 6.18 Power Windows/Locks/Mirrors – 85A $1,088.00 6.19 Class IV Hitch (w/o tow pkg) – 53B $100.00 6.20 Trailer Tow Pkg – 53A $555.00 6.21 Trailer Tow Pkg (w/101A pkg) – 53A $916.00 6.22 Tow Mirrors w/ spotlights – 54Y/59S $495.00 6.23 XL w/Power W-L-M, SYNC, AM/FM/CD, Cruise Control – 101A $2,075.00 6.24 Cruise Control & SYNC – 52P/50S $690.00 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 2018 Pickup Truck 6500GVWR: 6.00 Manufacturer options: Page 1 of 2 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 6.25 40-20-40 Cloth Split Bench – CG NC 6.26 Cloth Buckets w/Console – WG $275.00 6.27 Electric Brake Controller – 67T $265.00 6.28 Carpet w/Mats - 168 $140.00 6.29 XL SSV Package – 66S $49.00 6.30 XLT Package – 300A $4,763.00 6.31 Convenience Package for XLT – 301A $1,059.00 6.32 Aluminum Wheels & Bumpers – 86A $740.00 6.33 Box Side Steps – 63S $305.00 6.34 Tailgate Step – 63T $355.00 6.35 Reverse Sensing – 76R $255.00 6.36 Spray-In Bedliner – ATK $375.00 6.37 Convenience Package for XLT – 301A $1,059.00 6.38 Exterior Color Not Included in Base Price Color: ___________$950.00 6.39 Exterior Color Not Included in Base Price Color: ___________NC 6.40 [ ] Exterior Color Not Included in Base Price Color: ___________NA 6.41 Interior Color Not Included in Base Price Color: ___________NA 6.42 Interior Color Not Included in Base Price Color: ___________NA 6.43 Interior Color Not Included in Base Price Color: ___________NA 6.44 Delivery Fee per Vehicle $125.00 7.00 Outfitter's Specialty Items: 7.01 Fire extinguisher $55.00 7.02 Outlet receptacle $53.00 7.03 Toolbox $475.00 7.04 Trailer hitch $50.00 7.05 Trailer wiring INCLUDED 7.06 Trailer ball $25.00 7.07 Window tint, regular cab $125.00 7.08 Window tint, extended cab $145.00 7.09 Window tint, crew cab $165.00 7.10 Add on step $185.00 7.11 Backup alarm $80.00 7.12 Drill Free Light Bar Cab Mount $690.00 7.13 LED top mount light $690.00 7.14 County Emergency Equipment Package $792.00 7.15 Fire Emergency Equipment Package $1,773.00 Page 2 of 2 Commission Meeting Agenda 5/15/2018 2:00 PM 2018 - Recreation Truck Department:Central Services Department - Fleet Management Department Department:Central Services Department - Fleet Management Department Caption:Motion to approve the request from the Recreation & Parks Department to replace one Pickup truck. Allan Vigil Ford $26.345.00. Bid Item 18-184. (Approved by Administrative Services Committee May 8, 2018) Background:The Recreation & Parks Department would like to request replacement of one Chevrolet 2500. This truck is 24 years old and has a significant repair history. It is being brought to the shop constantly for various non-contract repairs. This truck is a liability to the Department than a resource. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Pickup Truck 6,500GVWR with the following results: Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $26,345.00 Financial Impact:1 – 2018 Ford F150 -@ $26,345.00. This vehicle will be purchased with Capital Outlay funds. Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 1 Ford F150 for the Recreation Department and declare the replaced vehicles as surplus and available for auction. Funds are Available in the Following Accounts: Capital Outlay: 272-01-6440/54.22210 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Invitation to Bid Sealed bids will be received at this office until Friday, April 13, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-183 Compact SUV for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #18-184 Pickup Truck 6500 GVW for Augusta, GA Central Services Department - Fleet Maintenance 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, March 23, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 1, 8, 15, 22, 2018 Metro Courier March 1, 2018 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Attachment B YES E-Verify Number 94460 SAVE Form YES Year 2018 Make FORD Model F150 Approximate Delivery Schedule 10 TO 12 WEEKS Vehicle/Optionals Required: 5.01 2018 Pickup Truck (1/2 ton)$19,987.00 6.01 5.0L V8 Flex Fuel Engine - 995 $1,836.00 6.02 3.5L V6 EcoBoost Engine – 99G $2,388.00 6.03 2.7L V6 EcoBoost – 99P $916.00 6.04 Long Bed (8ft) - 145 $285.00 6.05 Extended range fuel tank - 655 $410.00 6.06 Super Cab (6.5ft bed) – X1C $1,716.00 6.07 Super Cab (8ft bed) – X1CLong $3,375.00 6.08 4X4 Option (All Models) – F1E $1,995.00 6.09 Skid Plates – 413 $155.00 6.10 Fog Lights - 595 $135.00 6.11 Crew Cab XL SWB – W1Cs $3,365.00 6.12 Crew Cab XL LWB – W1Cl $5,325.00 6.13 Limited Slip Axle – XL9 $525.00 6.14 Tilt / Cruise – 50S $215.00 6.15 Cab Steps – Black – 18B $262.00 6.16 AM-FM-CD – 58B $262.00 6.17 Daytime Running Lights - 942 $42.00 6.18 Power Windows/Locks/Mirrors – 85A $1,088.00 6.19 Class IV Hitch (w/o tow pkg) – 53B $100.00 6.20 Trailer Tow Pkg – 53A $555.00 6.21 Trailer Tow Pkg (w/101A pkg) – 53A $916.00 6.22 Tow Mirrors w/ spotlights – 54Y/59S $495.00 6.23 XL w/Power W-L-M, SYNC, AM/FM/CD, Cruise Control – 101A $2,075.00 6.24 Cruise Control & SYNC – 52P/50S $690.00 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 2018 Pickup Truck 6500GVWR: 6.00 Manufacturer options: Page 1 of 2 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 6.25 40-20-40 Cloth Split Bench – CG NC 6.26 Cloth Buckets w/Console – WG $275.00 6.27 Electric Brake Controller – 67T $265.00 6.28 Carpet w/Mats - 168 $140.00 6.29 XL SSV Package – 66S $49.00 6.30 XLT Package – 300A $4,763.00 6.31 Convenience Package for XLT – 301A $1,059.00 6.32 Aluminum Wheels & Bumpers – 86A $740.00 6.33 Box Side Steps – 63S $305.00 6.34 Tailgate Step – 63T $355.00 6.35 Reverse Sensing – 76R $255.00 6.36 Spray-In Bedliner – ATK $375.00 6.37 Convenience Package for XLT – 301A $1,059.00 6.38 Exterior Color Not Included in Base Price Color: ___________$950.00 6.39 Exterior Color Not Included in Base Price Color: ___________NC 6.40 [ ] Exterior Color Not Included in Base Price Color: ___________NA 6.41 Interior Color Not Included in Base Price Color: ___________NA 6.42 Interior Color Not Included in Base Price Color: ___________NA 6.43 Interior Color Not Included in Base Price Color: ___________NA 6.44 Delivery Fee per Vehicle $125.00 7.00 Outfitter's Specialty Items: 7.01 Fire extinguisher $55.00 7.02 Outlet receptacle $53.00 7.03 Toolbox $475.00 7.04 Trailer hitch $50.00 7.05 Trailer wiring INCLUDED 7.06 Trailer ball $25.00 7.07 Window tint, regular cab $125.00 7.08 Window tint, extended cab $145.00 7.09 Window tint, crew cab $165.00 7.10 Add on step $185.00 7.11 Backup alarm $80.00 7.12 Drill Free Light Bar Cab Mount $690.00 7.13 LED top mount light $690.00 7.14 County Emergency Equipment Package $792.00 7.15 Fire Emergency Equipment Package $1,773.00 Page 2 of 2 Commission Meeting Agenda 5/15/2018 2:00 PM 2018 - Sheriff Escape-Crew Cab Pick up Truck Department:Central Services Department - Fleet Management Department:Central Services Department - Fleet Management Caption:Motion to approve the request from the Richmond County Sheriff’s Office for the purchase of one Training Range truck and the replacement of one Community Services SUV. Allan Vigil Ford - Pickup Truck - $29,320.00 Bid Item 18-184 and SUV - $22,007.00. Bid Item 18-183. (Approved by Administrative Services Committee May 8, 2018) Background:The Richmond County Sheriff’s Office is requesting to purchase a 2018 Ford F150 to be used at the Sheriff’s Training Range. This vehicle will be used as a work detail and maintenance truck. SPLOST VII’s allocation for Public Safety Vehicles is $1,500,000. For the purpose of SPLOST VII that includes the Richmond County Sheriff’s Office, Marshal’s Office, District Attorneys’ Office, Coroner’s Office, Probation Office, Solicitor’s Office, Augusta-Richmond County Correctional Institute, and Animal Services. The Sheriff is requesting to replace 1-Community Services vehicle using the remainder amount for this year’s SPLOST VII. This vehicle will replace Asset# 203059, 2003 Ford Crown Victoria with 168,006miles. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Compact SUV’s and Pickup Trucks 6,500GVWR with the following results: Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $29,320.00 Bid 18-183 Compact SUV – 2018 Ford Escape – Sheriff’s Office Package: Allan Vigil Ford = $22,007.00 Financial Impact:1 – RCSO-Training Range Ford F150 -@ $29,320.00. This vehicle will be purchased with Capital Outlay funds. 1-2018 Ford Escape at $22,007.00. This vehicle will be purchased using SPLOST VII. Alternatives: Cover Memo (1) Approve the request; (2) Do not approve the request (3) Approve the request in part. Recommendation:Approve the purchase of 1 - Ford F150 for the RCSO-Training Range Division, 1 - Ford Escape for the RCSO-Community Services Division and declare the replaced vehicle as surplus and available for auction Funds are Available in the Following Accounts: SPLOST VII and 272-01-6440/54.22110 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, April 13, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-183 Compact SUV for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #18-184 Pickup Truck 6500 GVW for Augusta, GA Central Services Department - Fleet Maintenance 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, March 23, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 1, 8, 15, 22, 2018 Metro Courier March 1, 2018 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Attachment B YES E-Verify Number 94460 SAVE Form YES Year 2018 Make FORD Model F150 Approximate Delivery Schedule 10 TO 12 WEEKS Vehicle/Optionals Required: 5.01 2018 Pickup Truck (1/2 ton)$19,987.00 6.01 5.0L V8 Flex Fuel Engine - 995 $1,836.00 6.02 3.5L V6 EcoBoost Engine – 99G $2,388.00 6.03 2.7L V6 EcoBoost – 99P $916.00 6.04 Long Bed (8ft) - 145 $285.00 6.05 Extended range fuel tank - 655 $410.00 6.06 Super Cab (6.5ft bed) – X1C $1,716.00 6.07 Super Cab (8ft bed) – X1CLong $3,375.00 6.08 4X4 Option (All Models) – F1E $1,995.00 6.09 Skid Plates – 413 $155.00 6.10 Fog Lights - 595 $135.00 6.11 Crew Cab XL SWB – W1Cs $3,365.00 6.12 Crew Cab XL LWB – W1Cl $5,325.00 6.13 Limited Slip Axle – XL9 $525.00 6.14 Tilt / Cruise – 50S $215.00 6.15 Cab Steps – Black – 18B $262.00 6.16 AM-FM-CD – 58B $262.00 6.17 Daytime Running Lights - 942 $42.00 6.18 Power Windows/Locks/Mirrors – 85A $1,088.00 6.19 Class IV Hitch (w/o tow pkg) – 53B $100.00 6.20 Trailer Tow Pkg – 53A $555.00 6.21 Trailer Tow Pkg (w/101A pkg) – 53A $916.00 6.22 Tow Mirrors w/ spotlights – 54Y/59S $495.00 6.23 XL w/Power W-L-M, SYNC, AM/FM/CD, Cruise Control – 101A $2,075.00 6.24 Cruise Control & SYNC – 52P/50S $690.00 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 2018 Pickup Truck 6500GVWR: 6.00 Manufacturer options: Page 1 of 2 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 6.25 40-20-40 Cloth Split Bench – CG NC 6.26 Cloth Buckets w/Console – WG $275.00 6.27 Electric Brake Controller – 67T $265.00 6.28 Carpet w/Mats - 168 $140.00 6.29 XL SSV Package – 66S $49.00 6.30 XLT Package – 300A $4,763.00 6.31 Convenience Package for XLT – 301A $1,059.00 6.32 Aluminum Wheels & Bumpers – 86A $740.00 6.33 Box Side Steps – 63S $305.00 6.34 Tailgate Step – 63T $355.00 6.35 Reverse Sensing – 76R $255.00 6.36 Spray-In Bedliner – ATK $375.00 6.37 Convenience Package for XLT – 301A $1,059.00 6.38 Exterior Color Not Included in Base Price Color: ___________$950.00 6.39 Exterior Color Not Included in Base Price Color: ___________NC 6.40 [ ] Exterior Color Not Included in Base Price Color: ___________NA 6.41 Interior Color Not Included in Base Price Color: ___________NA 6.42 Interior Color Not Included in Base Price Color: ___________NA 6.43 Interior Color Not Included in Base Price Color: ___________NA 6.44 Delivery Fee per Vehicle $125.00 7.00 Outfitter's Specialty Items: 7.01 Fire extinguisher $55.00 7.02 Outlet receptacle $53.00 7.03 Toolbox $475.00 7.04 Trailer hitch $50.00 7.05 Trailer wiring INCLUDED 7.06 Trailer ball $25.00 7.07 Window tint, regular cab $125.00 7.08 Window tint, extended cab $145.00 7.09 Window tint, crew cab $165.00 7.10 Add on step $185.00 7.11 Backup alarm $80.00 7.12 Drill Free Light Bar Cab Mount $690.00 7.13 LED top mount light $690.00 7.14 County Emergency Equipment Package $792.00 7.15 Fire Emergency Equipment Package $1,773.00 Page 2 of 2 OFFICIAL Bid Item #18-183 Compact SUV for Augusta, Georgia- Central Services Department Fleet Division Bid Date: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil Ford 6790 Mount Zion Boulevard, Morrow GA 30260 Attachment B YES E-Verify Number 94460 SAVE Form YES Year 2018 Make FORD Model ESCAPE S Approximate Delivery Schedule 10-12 WEEKS 5.01 Sheriff’s Office package $21,497.00 5.02 Fire Department package $21,497.00 5.03 County Department package $21,137.00 6.01 1.5L engine with Ecoboost $2,274.00 6.02 1.5L engine with 4X4 $3,649.00 6.03 Special exterior paint colors each $379.00 6.04 Park Assist Group $9,205.00 6.05 Delivery Fee per vehicle $120.00 6.06 Super Cab (6.5ft bed) – X1C $85.00 6.07 Privacy Glass $262.00 6.08 Daytime Running Lights $41.00 6.09 All Weather Floor Mats $72.00 6.10 Reverse Sensing $233.00 6.11 Cargo Mgt System $375.00 6.12 Aluminum Wheels $2,274.00 Compact SUV Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 46 Total Electronic Notifications (Demandstar): 2 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 Vehicle/Options Required: Optional Items: Page 1 of 1 Commission Meeting Agenda 5/15/2018 2:00 PM 2018-Animal Services Trucks Department:Central Services Department - Fleet Management Division Department:Central Services Department - Fleet Management Division Caption:Motion to approve a request from the Animal Services Department to purchase two new Animal Transport Trucks for the Animals Services Department. Allan Vigil Ford $44,345.00. Bid Item 18-174. (Approved by Administrative Services Committee May 8, 2018) Background:On May 2, 2017 the Augusta, Georgia Commission approved establishing two new Animal Services positions, with the associated costs for the required equipment such as vehicles, training and etc. The Commission transferred $380,000.00 to the 2017 Budget Contingency(see attachment). These funds will be used to purchase the new Animal Transport Truck. The truck was not purchase in 2017 because of manufacturer’s pricing cut- off. SPLOST 7’s allocation for Public Safety Vehicles is $1,500,000. For the purpose of SPLOST 7 that includes the Richmond County Sheriff’s Office, Marshal’s Office, District Attorneys’ Office, Coroner’s Office, Probation Office, Solicitor’s Office, Augusta-Richmond County Correctional Institute, and Animal Services. The Animal Services Department will be replacing asset #211221, 2012 Ford F-250 Animal Transport Truck that was totaled in 2017. Analysis:The Procurement Department published a competitive bid using the Demand Star national electronic bid application for Animal Transport Trucks with the following results. Bid 18-174 Animal Transport Truck: 2019 Ford F250 - Allan Vigil Ford = $44,345.00; Wade Ford = $45,628.00; Fairway Ford = $46,186.32 (Non-Compliant) Financial Impact:1- 2019 Ford F-250 Animal Transport Truck @ $44,345.00. This vehicle will be purchased with the Contingency funds (611- 01-5214/5522101). 1- 2019 Ford F-250 Animal Transport Truck Cover Memo @ $44,345.00. This vehicle will be purchased with SPLOST VII funds. Alternatives:(1) Approve the request; (2) Do not approve the request, (3) Approve the request in part. Recommendation:Approve the purchase of two 2019 Ford F-250 Animal Transport Truck at $44,345.00each = $88.690.00 for the Animal Services Department. Funds are Available in the Following Accounts: 611-01-5214/5522101 and SPLOST 7 Public Safety Vehicles. 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 Tuesday, April 10, 2018 @ 3:00 p.m. for furnishing: Bid Item #18-174 Animal Transport Truck – Central Service Department – Fleet Division 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, March 16, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 22, March 1, 8, 15, 2018 Metro Courier February 22, 2018 OFFICIAL VENDORS Shor-Line Schroer Manufacturing Co. 511 Osage Avenue Kansas City, KS 66105 Fairway Ford 4333 Washington Rd Evans, GA 30809 Wade Ford 3860 Cobb Road Smyrna, GA 30080 Allan Vigil Ford Lincoln, Inc. 6790 Mount Zion Boulevard Morrow, GA 30260 Attachment B YES Yes YES E-Verify Number NO 314470 94460 SAVE Form YES YES YES Year 2018 2019 2019 Make Ford Ford Ford Model F350 F250 F250 Year 2018 2018 2019 Make Ford Swab Swab Wagon Model F350 ARF-95 ARF-95 Bid Price $42,906.32 / Non-Compliant $42,978.00 $41,880.00 Approximate Delivery Time 90-120 days 20-22 weeks 120-150 days OPTION 9.01 Four Wheel Drive $3,280.00 $2,650.00 $2,465.00 Animal Transport Truck Chassis Total Number Specifications Mailed Out: 9 Total Number Specifications Download (Demandstar): 2 Total Electronic Notifications (Demandstar): 142 Total Number Specifications Mailed Out to Local Vendors: 1 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 3 Total Non-Compliant: 1 Animal Transport Truck Body No Bid Bid Item #18-174 Animal Transport Truck for Augusta, Georgia - Central Services Department-Fleet Division Bid Date: Tuesday, April 10, 2018 @ 3:00 p.m. Page 1 of 1 18-174 OFFICAL TAB Commission Meeting Agenda 5/15/2018 2:00 PM 2018-Risk Management Truck Department:Central Services Department-Fleet Managment Division Department:Central Services Department-Fleet Managment Division Caption:Motion to approve the request for the Risk Management Department for the replacement of one vehicle from Allan Vigil Ford for $28,005.00. Bid Item 18-184. (Approved by Administrative Services Committee May 8, 2018) Background:The Risk Management Department would like to request replacement of one Ford Ranger with a 2018 Ford F150. This vehicle is used by the claims adjuster for Risk Management that is on call 24/7 for major traffic accidents involving government vehicles, sewer backups at residences and business, and property damage at residences caused by government assets. Vehicle evaluation and bid tab sheets are attached for your review. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Pickup Truck 6,500GVWR with the following results: Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $28,005.00 Financial Impact:1 – Risk Management Ford F150 -@ $28,005.00. This vehicle will be purchased with Capital Outlay funds Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 1 Ford F150 for the Risk Management Department and declare the replaced vehicle as surplus and available for auction Funds are Available in the Following Accounts: Capital Outlay Funds; 272-01-6440/54.22210 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Invitation to Bid Sealed bids will be received at this office until Friday, April 13, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-183 Compact SUV for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #18-184 Pickup Truck 6500 GVW for Augusta, GA Central Services Department - Fleet Maintenance 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, March 23, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 1, 8, 15, 22, 2018 Metro Courier March 1, 2018 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Attachment B YES E-Verify Number 94460 SAVE Form YES Year 2018 Make FORD Model F150 Approximate Delivery Schedule 10 TO 12 WEEKS Vehicle/Optionals Required: 5.01 2018 Pickup Truck (1/2 ton)$19,987.00 6.01 5.0L V8 Flex Fuel Engine - 995 $1,836.00 6.02 3.5L V6 EcoBoost Engine – 99G $2,388.00 6.03 2.7L V6 EcoBoost – 99P $916.00 6.04 Long Bed (8ft) - 145 $285.00 6.05 Extended range fuel tank - 655 $410.00 6.06 Super Cab (6.5ft bed) – X1C $1,716.00 6.07 Super Cab (8ft bed) – X1CLong $3,375.00 6.08 4X4 Option (All Models) – F1E $1,995.00 6.09 Skid Plates – 413 $155.00 6.10 Fog Lights - 595 $135.00 6.11 Crew Cab XL SWB – W1Cs $3,365.00 6.12 Crew Cab XL LWB – W1Cl $5,325.00 6.13 Limited Slip Axle – XL9 $525.00 6.14 Tilt / Cruise – 50S $215.00 6.15 Cab Steps – Black – 18B $262.00 6.16 AM-FM-CD – 58B $262.00 6.17 Daytime Running Lights - 942 $42.00 6.18 Power Windows/Locks/Mirrors – 85A $1,088.00 6.19 Class IV Hitch (w/o tow pkg) – 53B $100.00 6.20 Trailer Tow Pkg – 53A $555.00 6.21 Trailer Tow Pkg (w/101A pkg) – 53A $916.00 6.22 Tow Mirrors w/ spotlights – 54Y/59S $495.00 6.23 XL w/Power W-L-M, SYNC, AM/FM/CD, Cruise Control – 101A $2,075.00 6.24 Cruise Control & SYNC – 52P/50S $690.00 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 2018 Pickup Truck 6500GVWR: 6.00 Manufacturer options: Page 1 of 2 OFFICIAL Bid Item #18-184 2018 Pickup Truck 6500GVWR for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil 5790 Mount Zion Boulevard, Morrw, GA Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 68 Total Electronic Notifications (Demandstar): 4 Total Number Specioficiation Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 6.25 40-20-40 Cloth Split Bench – CG NC 6.26 Cloth Buckets w/Console – WG $275.00 6.27 Electric Brake Controller – 67T $265.00 6.28 Carpet w/Mats - 168 $140.00 6.29 XL SSV Package – 66S $49.00 6.30 XLT Package – 300A $4,763.00 6.31 Convenience Package for XLT – 301A $1,059.00 6.32 Aluminum Wheels & Bumpers – 86A $740.00 6.33 Box Side Steps – 63S $305.00 6.34 Tailgate Step – 63T $355.00 6.35 Reverse Sensing – 76R $255.00 6.36 Spray-In Bedliner – ATK $375.00 6.37 Convenience Package for XLT – 301A $1,059.00 6.38 Exterior Color Not Included in Base Price Color: ___________$950.00 6.39 Exterior Color Not Included in Base Price Color: ___________NC 6.40 [ ] Exterior Color Not Included in Base Price Color: ___________NA 6.41 Interior Color Not Included in Base Price Color: ___________NA 6.42 Interior Color Not Included in Base Price Color: ___________NA 6.43 Interior Color Not Included in Base Price Color: ___________NA 6.44 Delivery Fee per Vehicle $125.00 7.00 Outfitter's Specialty Items: 7.01 Fire extinguisher $55.00 7.02 Outlet receptacle $53.00 7.03 Toolbox $475.00 7.04 Trailer hitch $50.00 7.05 Trailer wiring INCLUDED 7.06 Trailer ball $25.00 7.07 Window tint, regular cab $125.00 7.08 Window tint, extended cab $145.00 7.09 Window tint, crew cab $165.00 7.10 Add on step $185.00 7.11 Backup alarm $80.00 7.12 Drill Free Light Bar Cab Mount $690.00 7.13 LED top mount light $690.00 7.14 County Emergency Equipment Package $792.00 7.15 Fire Emergency Equipment Package $1,773.00 Page 2 of 2 Commission Meeting Agenda 5/15/2018 2:00 PM 2018-Tax Assessor Vehicle Department:Central Services Department - Fleet Managment Division Department:Central Services Department - Fleet Managment Division Caption:Motion to approve the request for the Tax Assessors Office to purchase a 2018 Ford Escape from Allan Vigil Ford for $21,414.00. Bid Item 18-183.(Approved by Administrative Services Committee May 8, 2018) Background: The Tax Assessors Office Appraisers work in teams while performing field inspections for commercial and residential properties processing returns, appeals and permits. Two Ford Rangers are currently being utilized for this task; therefore, the request is for a 2018 Ford Escape to accommodate all team members. One Ford Ranger will be transferred to another department to replace an older pickup truck with high mileage and overage. Analysis:The Procurement Department published a competitive bid using the Demand Star application for Compact SUV’s with the following results: Bid 18-183 Compact SUV: 2018 Ford Escape - Allan Vigil Ford - $21,414.00 Financial Impact:1 – 2018 Ford Escape @ $21,414.00. This vehicle will be purchased with Capital Outlay funds. Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 1 Ford Escape and transfer the turned in vehicle to another department to replace an older model pickup truck with high mileage. That vehicle to be declared surplus and available for auction. Funds are Available in the Capital Outlay Cover Memo Following Accounts: 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, April 13, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-183 Compact SUV for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #18-184 Pickup Truck 6500 GVW for Augusta, GA Central Services Department - Fleet Maintenance 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, March 23, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 1, 8, 15, 22, 2018 Metro Courier March 1, 2018 OFFICIAL Bid Item #18-183 Compact SUV for Augusta, Georgia- Central Services Department Fleet Division Bid Date: Friday, April 13, 2018 @ 11:00 a.m. VENDORS Allan Vigil Ford 6790 Mount Zion Boulevard, Morrow GA 30260 Attachment B YES E-Verify Number 94460 SAVE Form YES Year 2018 Make FORD Model ESCAPE S Approximate Delivery Schedule 10-12 WEEKS 5.01 Sheriff’s Office package $21,497.00 5.02 Fire Department package $21,497.00 5.03 County Department package $21,137.00 6.01 1.5L engine with Ecoboost $2,274.00 6.02 1.5L engine with 4X4 $3,649.00 6.03 Special exterior paint colors each $379.00 6.04 Park Assist Group $9,205.00 6.05 Delivery Fee per vehicle $120.00 6.06 Super Cab (6.5ft bed) – X1C $85.00 6.07 Privacy Glass $262.00 6.08 Daytime Running Lights $41.00 6.09 All Weather Floor Mats $72.00 6.10 Reverse Sensing $233.00 6.11 Cargo Mgt System $375.00 6.12 Aluminum Wheels $2,274.00 Compact SUV Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 46 Total Electronic Notifications (Demandstar): 2 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 1 Total Non-Compliant: 0 Vehicle/Options Required: Optional Items: Page 1 of 1 Commission Meeting Agenda 5/15/2018 2:00 PM Approve the renewal of ADP Master Services Agreement Department:Human Resources Department Department:Human Resources Department Caption:Motion to approve the execution of the amended ADP Master Services Agreement for one year. (Approved by Administrative Services Committee May 8, 2018) Background:Augusta, GA entered into a master service agreement for Benefits Administration Services with ADP on January 11, 2010 for three years with the agreement. October 19, 2010, Augusta, GA amended the original master service agreement with ADP to add the Time and Labor Management services. December 17, 2012, Augusta, GA renewed the master service agreement with ADP for a period of one year. In 2014, the previous HR Director (Bryant) began negotiations with ADP to discuss carving out the ADP benefit call center service being providing to Augusta, GA employees. In doing so, previous HR Director Bryant stated the cost savings would support the hiring of two (2) benefit coordinators to handle calls internally. During the FY ’16 budget cycle, two benefit coordinators were approved; however, the contract negotiations with ADP continued. From 2014 through present, Augusta, GA has been functioning under the Master Service Agreement originally dated January 11, 2010 and amended October 19, 2010. Analysis:The Augusta, GA’s Human Resources has assumed the incoming calls as it relates to benefit changes once handled by the ADP benefit services center. The Augusta, GA call center concept never materialized; however, the department has hired one Benefits Coordinator. Under the amended master services agreement, ADP, LLC has removed the benefit call center service and reduced the total cost Augusta, GA has to pay. The reduced cost will take effect once the amended master services agreement is approved and executed. January 2018, the original amended master services agreement was received with a cost of $9.74 per employee providing Augusta, Georgia with an annual cost savings of $61, 897.92. The HR department was able to Cover Memo provide previous emails that detailed the amount discussed with the former Compensation and Benefits Manager and the vendor (ADP, LLC) came back with a new cost of $7.40 per employee providing Augusta, Georgia with an annual cost savings of $95, 921.28. Amended master services agreement has been reviewed by Augusta, GA law department and the Human Resources team to confirm the contents are as Augusta, GA intended. Financial Impact:Currently, Augusta, GA is paying ADP for benefit administration and time and labor management services at an approximate annual cost of $720, 814.44. The amended master services agreement (removing the benefits call center) provides an annual cost savings of $95, 921.28 to Augusta, Georgia; thus costing Augusta, GA approximately $624, 893.16 a year. Alternatives:Don’t approve the renewed master services agreement and place services out for bid to obtain another vendor for Benefit Administration and Time and Labor Management. Recommendation:Approve the execution of the amended master services agreement with ADP, LLC for the next three years. Funds are Available in the Following Accounts: Budgeted annually REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo FOURTH AMENDMENT Client: Augusta-Richmond County *2104436-01-W-3* [***AMD1659998-006 *1 *484898839432371645358435420228900745536431623278*W*3***] FOURTH AMENDMENT TO MASTER SERVICES AGREEMENT BETWEEN ADP, LLC AND AUGUSTA, GEORGIA This Fourth Amendment (the “Fourth Amendment”), made as of _______________, ____ (“Fourth Amendment Effective Date”) between ADP, LLC (“ADP”), and Augusta, Georgia (“Client”) contains changes, modifications, revisions and additions to the terms and conditions of the Master Services Agreement dated January 11, 2010 (the “Agreement”), between Client and ADP. Now, therefore, in consideration of the mutual covenants contained in the Agreement and herein, and for other good and valuable consideration, ADP and Client hereby agree as follows: 1. Amended and Restated Pricing Appendix. As of the Fourth Amendment Effective Date, Annex Z-1, Service and Fee Schedule, of the Agreement is hereby replaced in its entirety with Annex Z-2, Amended and Restated Pricing Appendix, attached hereto and made a part hereof. All references in the Agreement to “Annex Z,” “Annex Z-1,” or the “Pricing Appendix” shall hereby mean a reference to the attached Annex Z-2, Amended and Restated Pricing Appendix. This Fourth Amendment may be executed in multiple original copies, identically worded, and each such executed copy constitutes an original. Facsimile signatures, electronic signatures in connection with the electronic signature delivery system utilized by ADP and signatures transferred in .pdf or a similar format for scanned copies of documents are original signatures for all purposes of this Fourth Amendment and the Agreement. All other terms and conditions of the Agreement shall remain in full force and effect. In the event of any conflict between the terms and conditions of this Fourth Amendment and the terms and conditions of the Agreement, this Fourth Amendment shall prevail. The terms defined in the Agreement and used in this Fourth Amendment shall have the same respective meanings as set forth in the Agreement, unless clearly otherwise defined in this Fourth Amendment. IN WITNESS WHEREOF, the parties hereto have caused this Fourth Amendment to be duly executed by its authorized representatives as of the date first above written. **** SIGNATURE PAGE FOLLOWS **** FOURTH AMENDMENT Client: Augusta-Richmond County *2104436-01-W-3* [***AMD1659998-006 *1 *484898839432371645358435420228900745536431623278*W*3***] ADP, LLC AUGUSTA, GEORGIA By: ::ADP Signature/Sign:: By: ::Client Signature/Sign:: Name: ::ADP Signature/Print:: Name: ::Client Signature/Print:: Title: ::ADP Signature/Title:: Title: ::Client Signature/Title:: Date: ::ADP Signature/Date:: Date: ::Client Signature/Date:: Insert new Service Annexes and Pricing Appendix here ANNEX Z-2, AMENDED AND RESTATED PRICING APPENDIX SERVICE AND FEE SCHEDULE PROPRIETARY AND CONFIDENTIAL TO ADP City of Augusta - NAS Calculator for Pricing Appendix Generation ONLY 11-20-17.xlsm Pricing Appendix_09-08-2017 1 17080173 SECTION 1 CLIENT GROUP. If applicable, the Client Group includes the following entities: Augusta, Georgia SECTION 2 ADDRESS OF ADP FOR NOTICES. ADP, LLC 5800 Windward Parkway Alpharetta, GA 30005 Attention: General Manager SECTION 3 TERMINATION DATE. The Termination Date is three (3) years from the Fourth Amendment Effective Date. SECTION 4 FEE EFFECTIVENESS; FEE CHANGES. The Implementation Services fees (if any) set forth in this Pricing Appendix will be effective as of the date ADP begins providing Implementation Services. The ongoing Services fees set forth in this Pricing Appendix will become effective on the latter of (a) the date of execution of this Fourth Amendment by ADP, if ADP is the last party to sign or (b) the date of receipt of a fully executed Fourth Amendment by ADP, if ADP is the first party to sign (such date being the “Ongoing Services Pricing Effective Date”); for any ongoing Services provided to Client prior to the Ongoing Services Pricing Effective Date, Client will pay the rates invoiced to Client by ADP for such Services. The fees set forth in this Pricing Appendix will remain fixed during the first year following the Fourth Amendment Effective Date. During the remainder of the Initial Term, ADP may increase the fees for the Services on an annual basis by an amount not to exceed 3% with 30 days’ prior written notice. Thereafter, ADP may modify the fees upon 30 days’ prior written notice to Client. SECTION 5 FEES. 5.1 Implementation Services Fees. Not applicable. 5.2 Ongoing Services Fee. The fees for Ongoing Services (the “Ongoing Services Fees”) are set forth in the table below. Ongoing Services Fees Units Assumed Rate Frequency Based on Time & Attendance Services CORE APPLICATION ADP Enterprise eTIME 2,835 $1.41 ee/month Minimum Monthly Fee: $1,734.00 ADD-ON FEATURES ADP Enterprise eTIME Web Time Entry 2,833 $1.41 ee/month Additional Managers above 10:1 ratio 154 $6.19 mgr/month Price per additional manager over the included 10:1 employee/manager ratio ADP Enterprise Accruals 2,792 $0.43 ee/month Leave Management 2,831 $0.62 ee/month Requires Enterprise Accruals HOSTING Hosting 1 $5,295.76 month Includes test database ANNEX Z-2, AMENDED AND RESTATED PRICING APPENDIX SERVICE AND FEE SCHEDULE PROPRIETARY AND CONFIDENTIAL TO ADP City of Augusta - NAS Calculator for Pricing Appendix Generation ONLY 11-20-17.xlsm Pricing Appendix_09-08-2017 2 17080173 Subscription Timeclocks and Other Devices 4500 Numeric Ethernet Timeclock 68 $136.25 clock/month Quickpunch for ADP 4500 9 $37.15 clock/month ADP Benefits Administration Services * CORE APPLICATION * The monthly fee for the Benefits Administration Services shall become payable by Client as of the date on which the Benefit Services administration system is made available to Client in a production environment (regardless of whether the Client has opened the system to its employees or whether any employees are actually processed through the system). There shall be no proration of the first month’s fees. ADP Benefits Enrollment Services 3,416 $7.40 PBEPM - ADP will continue to charge Client at the current rates for any components of Services received by Client that are not specifically listed in this appendix. 5.3 Miscellaneous Rate Card Items (if applicable). The fees for Miscellaneous Services (the “Miscellaneous Services Fees”) are set forth in the table below. The Miscellaneous Services Fees are based on the scope of work and will be charged at the applicable rates as they occur or as the Estimated Volume included in fees set forth below is exceeded after the Services commence. Category Item Description Units Included in Fees Rate per Unit (or ADP Prevailing Rate) Frequency Based on RATE CARD Time and Labor Management - Enterprise eTime Client Practitioners Client-designated support contacts 5 $260.00 Per month per contact Includes 5 designated support contacts; $260.00 per month per contact over those included 5.4 Postage, Shipping, Travel and other Out-of-Pocket Expenses. ADP will invoice Client for postage charges, delivery charges, any other third party charges incurred on behalf of Client and reasonable travel and out-of-pocket expenses. 5.5 Change Control Fees. In the event either party requests a change in the scope of the Services (including Implementation Services) (each a “Change Control Item”), the parties shall address such change request via ADP’s change control process. Change Control Items and the cost associated with such changes (if any) to the Services shall be mutually agreed to by the parties, with the exception of Change Control Items that are required to be made by law or regulation applicable to the Services or to the duration of Implementation Services, which ADP will notify Client of prior to making such change. The standard rate for a Change Control Item is $185.00 per hour; provided, however, that such rate may be increased by ADP as follows: · By 50% for Change Control Items requested by Client after October 1st which ADP agrees to deliver by January 31st; · By 25% if, after receiving a Change Control Notice, the Client requests an expedited timeframe for completion of the Change Control Item. ANNEX Z-2, AMENDED AND RESTATED PRICING APPENDIX SERVICE AND FEE SCHEDULE PROPRIETARY AND CONFIDENTIAL TO ADP City of Augusta - NAS Calculator for Pricing Appendix Generation ONLY 11-20-17.xlsm Pricing Appendix_09-08-2017 3 17080173 Client may request modifications to the ADP system and will pay all costs to development of such system modifications, plus an annual system technology maintenance fee equal to 18% of the total one-time fee for a Change Control Item for modifications made after implementation. 5.6 Reserved. 5.7 Reserved. SECTION 6 APPLICATION PROGRAMS. The Application Programs licensed to Client are listed below: ADP to deploy the Application Programs at a Uniform Resource Locator (URL) to be selected, registered, and owned by ADP. · ADP Time & Attendance Services (ADP Enterprise eTIME) License subscriptions will be based on the total number of records within the database with a non-terminated status. Terminated employees do not require Client to pay for a license in respect of such terminated employees. Records may be for Client employees or Client contractors who are or are not paid by Client. A copy of the ADP Time & Attendance Services database is available in ADP’s standard format upon request, at additional charge. SECTION 7 EXHIBITS. Exhibit 1 - Volume Assumptions City of Augusta/Richland County PROPRIETARY AND CONFIDENTIAL TO ADP City of Augusta - NAS Calculator for Pricing Appendix Generation ONLY 11-20-17.xlsm Pricing Appendix_09-08-2017 4 17080173 Exhibit 1: Volume Assumptions The following table includes the additional assumptions with respect to estimated volumes for each category of Services indicated below. The Ongoing Services Fees are based on the assumptions below. If Client’s actual requirements vary from what is stated, the parties shall negotiate in good faith to adjust the fees based on such changes. The fees do not include any customizations to any Service. Category Item Description Units Included in Fees Rate per Unit (or ADP Prevailing Rate) Frequency Based on VOLUME ASSUMPTIONS Time and Labor Management - Enterprise eTime Populations TLM Users 2,835 Included - Assumes 2,835 TLM users Supervisor/Manager Users 438 Included - Per manager user per month - Standard assumption is 10:1 employee-manager ratio (core) users Enterprise Leaves Users 2,831 Included - Includes 2,831 Users Accruals 2,792 Included Tips/Tokes 0 Not Included eTIME Phone® with ANI Not Included Not Included Employee Attestation Profiles 0 Not Included ADP Benefits Administration Services Populations Benefit Eligible Employees 3,416 Included - Assumes 3,416 benefit eligible employees Benefit Eligible Retirees 0 Not Included - Assumes 0 benefit eligible retirees Turnover 15% Included - Assumes 15% benefit eligible employee turnover Client Practitioners Client Named Contacts 5 Included - All reporting, including census errors, payroll deduction file reports, and additional standard reports are offered for a single location - Additional sorting or reporting breakouts are a client responsibility Administration Premium Payment Disbursement to Carriers Not Included Not Included Solution Center Participant Solution Center Support Not Included Not Included Participant Solution Center Support Overages 2 calls per employee per year Not Included Data Import Beneficiary Data Conversion Sources 0 Not Included Includes import of up to 2 test files, 1 production file and 1 post- production file Census/Indicative Data Load 1 Included Weekly - Census data loaded from one source one time per week (or real-time integration if applicable) City of Augusta/Richland County PROPRIETARY AND CONFIDENTIAL TO ADP City of Augusta - NAS Calculator for Pricing Appendix Generation ONLY 11-20-17.xlsm Pricing Appendix_09-08-2017 5 17080173 Wellness Credits 0 Included Standard ADP format; up to 3 benefit options from single data source Voluntary Benefits 0 Included Standard ADP format; up to 3 benefit options from single data source Data Export / Interfaces Healthcare Vendor Exports in HIPAA Compliant 834/5010A Format 8 Included Custom File / Fee to Third- party Payroll Administrator Not Included Not Included Custom File / Fee to Third- party Spending Accounts Administrator Not Included Not Included Custom File / Fee to Third- party COBRA Administrator Not Included Not Included Other Custom File Feed Not Included Not Included Affordable Care Act (ACA) Output File Included Included ADP will provide Client with an output file in standard ADP format for reporting of benefits data elements required for annual filing. System Configuration Unique Pay Schedules/ Calendars 4 Included - Includes up to 4 unique pay schedules/calendars Annual Open Enrollment Periods 1 Included - Includes up to 1 annual open enrollment period Active Enrollment Not Included Not Included Centralized Administration Included Included Client decision making and processing rules governed by single centralized group Benefit Eligibility Groups 4 Included Includes retiree eligibility groups if applicable Health Plan Options 10 Included - Health Plans include medical, dental, vision, prescription and do not include welfare or flexible spending accounts. - In the event Client (or Client vendor) requires employees to sign an arbitration agreement in order to obtain benefits coverage, Client (or Client vendor) is responsible for such administration. Coverage Tiers 5 Included Coverage tiers are defined as EE only, EE + One, EE + Family, etc. Retiree Administration Not Included Not Included Additional Rate Structures 0 Not Included City of Augusta/Richland County PROPRIETARY AND CONFIDENTIAL TO ADP City of Augusta - NAS Calculator for Pricing Appendix Generation ONLY 11-20-17.xlsm Pricing Appendix_09-08-2017 6 17080173 Work / Life Events 33 types Included Available work / life event types are: - New hire - Newly eligible - Rehire with benefit reinstatement - Rehire without benefit reinstatement - Address change - Leave of absence - Return from leave of absence - Salary change - Change to participation group - Termination - Retirement - Death of employee - Pay frequency change - Reduction of hours – no longer benefit eligible - Full Time to Part Time / PT to FT - Newly benefits eligible (ACA) - Dependent age out - Annual Enrollment - Turning 65 / newly Medicare eligible - Age Banded Events (i.e. life insurance crossing 5 yr age bad) - Marriage or civil union - Divorce or annulment - Birth or adoption of dependent - Add a domestic partner (DP) - Dissolution of domestic partnership - Death of spouse / DP - Death of child / DP’s child - Spouse becomes benefit eligible - Spouse becomes benefit ineligible - Dependent child becomes benefit eligible - Dependent child becomes benefit ineligible - Loss of Coverage Elsewhere, Gain of Coverage Elsewhere - Spouses Open Enrollment Employee Web Access Non-English Language 1 Included Single Sign-on (SSO) to Third Party Site 0 Not Included Commission Meeting Agenda 5/15/2018 2:00 PM HCD_CHIP GRANT AWARD Department:Housing and Community Development Department Department:Housing and Community Development Department Caption:Motion to approval request to accept a CHIP Grant Award ($612,000) and allow contract execution by the Mayor. (Approved by Administrative Services Committee May 8, 2018) Background:The Georgia Department of Community Affairs (DCA) has awarded more than $7.6 million in grants through the DCA 2018 Community HOME Investment Program (CHIP) to 15 local communities around the state. This program helps local governments, nonprofit organizations and public housing authorities provide safe and affordable housing in their communities. Funds may be used to provide eligible, low and moderate income households to assist with homeowner rehabilitation and to build new single family homes for resale to low and moderate income homebuyers. The goal of the program is to expand the supply of, and access to, safe and affordable housing in Georgia's communities. Augusta, GA (via HCD) shall use 100% of the CHIP funds for the construction of 5 single family affordable housing units for sale to low-to- moderate income households as well as the rehabilitation of 5 owner-occupied housing units. Analysis:The acceptance of grant will enable the department to provide additional affordable housing units and homeowner occupied rehabilitation assistance to low to moderate income households in Augusta, Georgia. Financial Impact:None Alternatives:N/A Recommendation: Cover Memo Accept the CHIP grant and authorize contract execution by Mayor. Funds are Available in the Following Accounts: $612,000 via CHIP funding from the GA Department of Community Affairs. Fund: 221. Local match required $327,200. Of this amount, $274,000 will come from HOME Entitlement Grant Funds and $53,200 will come from land purchased from the Augusta Georgia Land Bank Authority and Staff Salaries. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo AUGUSTA, GEORGIA New Grant ProposaUApplication Before a DepartmenUagcncy mry appty for the granUawerd on behalf of Augwtr Richmond County, they murt lirst obtetn approval sigarture from the Administrstor and the Flnance llirector. The Adminictrator will obtain lnformetion on the grent program and requirements from the funding sgcncy rnd review these for feestbtllty to determine if this grenUaward will benelit Augueta Richmond County. The Flnance Director will revlew the funding requlrement to determlne lf the grant wln fit wlthln our budgetstructure end financiel goals. Propoeel Project No. Proiect Title Strrt Date: 08/01/2018 Submit Dete: Mt3Ot2Olg Totel Budgeted Amount: 939,200.00 Sponsor: GM0038 SponsorType: g Purpose: l3 End Date: 0810112020 Department: 024 Total Funding Agency: Georgia flept of Community Affairs State Community Contacts ' - - RECEIVEDADMINISTMTOR'S OFFICE APR 3 0t018 AUGUSTA.RICiIMOND COUNTY HCD Cash Match? Y 612,000.00 Total Crsh Metch: 327,200.N PROOOI6T HCD Community HOME Investrnent Program (CHIP) 20itGranT- The goal oittrls funding is to faciiitad l.)Ncw constnrctiori and reconstruction of small, affor&ble housing units for sale to low and moderate income home buyers; and 2.) Housing rehabilitation of owner-occupied homes. This grant supplements Laney walker Neighborhood Plan, URA Resolution, and LWB-Urban Redevelopment Plan-June 2016 to construct 6 single family units and rehab 5 single family units to be awarded through a bid process for each project individually. Local Match Required $327,200. of ttris amount $274,000 will come from HOME Entitlement Grant Funds and $53,200 will come from land purchased from the Augusta Georgia Land Bank Authority and Staff Salaries. EEO Required: N EEO Notified: N Type ID Name phoo"I curotz English, Leslie (706)g2l-30s1 ApprovalsTlpe FA iy_ H. WELCHER Dete 04130t2018 LEl0l 19 - Leslie English prge Current Dtt!: Curr.nt Tlme: ut30Dot8 l4:10:13GMI000_PROPOSAL - GMl000: Grants Management: I Dept. Signature: Grant Coordinator User: Report: AUGUSTAs GEORGIA New Grant ProposaVApplication Beforc r D-eprtmenuagency mry lpply for a[e grstru0wud on b€hdf of August Richmond coulty, they nurt trrst obrrir spprovdtign"ure from the AdmlDbrrtor ind the Ftnance Dlrector. T[e Admhirtrrtor will obtaln hformrho oi tt" gr-t p.ogram rndlTllrener! froE the fundirg rgency rld revlew ttcsc for fe.slbllty to determhc if this gr.nglwrrd wilt ben€lit August.Rlchmold coutrty. The llaencc Dlrector ryiu revicw thc futrdlng requirement to determln-e if the gran111.;u 61s;rHn eur [udgetstructure r[d ,inanchl goals. Proposrl Projcct No. Prdect Title l.) I have rcviewed the Graot application and -"lo*d -ur..i"l" -d, -..-trfind the grant/award ro be feasible to the needs ofAugusta Richmond County M"r'1ffi 2.) I-!/rcviewed rhe Gra applicatio! Etrd coclosed materisls and:y'lprove the Departnenr Age&y to move forward with rbe application form wlll dso be provlde tbc €rterDd euditorr wltt lnformrdor on 0ll gnrts for compllrnce andccrtificrdoD requlremenB as requlr€d by fbc Strae rnd Federal Governmela. Datc U...: Rcponll LEI Curaa l)atci Cur..rl TlD.: 0,,BonotE l4:10:13 ' - Ls!!s qrtsxsu prge -PROPOSAL - GM1000: crarts Maragcoenr:2GMl000 Commission Meeting Agenda 5/15/2018 2:00 PM RCSO Special Operations Restroom Department:Central Services - Facilities Maintenance Department:Central Services - Facilities Maintenance Caption:Motion to award contract to construct a new ADA accessible Restroom addition to Building A at the Richmond County Sheriff’s Office (RCSO) Special Operations Campus to Blount’s Complete Home of Hephzibah in the amount of $68,000. Bid Item 18-180(Approved by Administrative Services Committee May 8, 2018) Background:The RCSO is in the process of renovating three buildings purchased from the state into a center for crime suppression and special operations. The main building does not currently have an ADA accessible restroom. The most cost effective means to correct this deficiency is to convert the existing restrooms into a single accessible restroom and construct a new ADA accessible restroom at the end of the building. Restroom sex is to be determined by office staff. An invitation to bid (ITB #18-180) was issued through Procurement. Bids were received on April 10, 2018. Analysis:We received three (3) bids. The lowest bid was submitted by Blount’s Complete Home. Funding is available for the project in SPLOST 7. Financial Impact:The cost of the addition is $68,000.00 Alternatives:1. Award contract to construct a new ADA accessible Restroom addition to Building A at the Richmond County Sheriff’s Office (RCSO) Special Operations Campus to Blount’s Complete Home of Hephzibah in the amount of $68,000. 2. Do not approve award the contract. Recommendation:Award contract to construct a new ADA accessible Restroom addition to Building A at the Richmond County Sheriff’s Office Cover Memo (RCSO) Special Operations Campus to Blount’s Complete Home of Hephzibah in the amount of $68,000. Funds are Available in the Following Accounts: This project is funded through SPLOST 7. 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 Tuesday, April 10, 2018 @ 3:00 p.m. for furnishing: Bid Item #18-180 Restroom Addition for the Richmond County Sheriff’s Office for Augusta, GA – Central Services Department – Facilities Maintenance 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 Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $40.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, March 1, 2018. 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. A Mandatory Pre Bid Conference will be held on Friday, March 23, 2018 @ 11:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. A Mandatory Site Visit will follow. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, March 27, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No 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. 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 March 1, 8, 15, 22, 2018 Metro Courier March 1, 2018 OFFICIAL Vendors Attachment "B"E-Verify SAVE Form Bid Price Blount's Complete Home 2907C Tobacco Road Hephzibah, GA 30815 YES 209640 YES $68,000.00 WFO Construction 3276 Buford #104-313 Buford, GA 30519 YES 1163112 YES $149,300.00 SD Clifton Construction 4324 Wheeler Rd Martinez, GA 30907 Larry Pittman & Assoc 1249 Gordon Park Rd Augusta, GA 30901 RR & B Associates 6120 Highway 85 South Riverdale, GA 30274 Contract Management 1827 Killingsworth Road Augusta, GA 30904 YES 225306 YES $155,000.00 TL Clark Associates Construction 3894 Ruth Street Augusta, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 251 Total Number of Specificattions Mailed to Local Vendors: 16 Mandatory Pre-Bid Conference Attendees: 14 Total Packages Submitted: 3 Total Noncompliant: 0 Bid Item #18-180 Restroom Addition for the Richmond County Sheriff’s Office for Augusta, GA - Central Services Department- Facilities Maintenance Bid Date:Tuesday, April 10, 2018 @ 3:00 p.m. Page 1 of 1 18-180_TAB Commission Meeting Agenda 5/15/2018 2:00 PM Request for Guidance - Fleet Maintenance Department:Central Services Department - Fleet Management Department:Central Services Department - Fleet Management Caption:Motion to approve soliciting an RFP for fleet maintenance services. (Approved by Administrative Services Committee May 8, 2018) Background:In 2017, the Augusta Commission established a subcommittee to study the cost effectiveness of in-house verses contracted fleet maintenance services for the 2,200 assets serviced by our current vendor. On December 5, 2017, the Augusta Commission voted to extend the existing fleet maintenance contract with First Vehicle Services for a period of one year (see attachment). There was discussion prior to the vote that a decision would have to be made in early 2018 regarding whether to issue a new Request for Proposal for maintenance services or create an in-house maintenance service. Analysis:Option 1: Issue an RFP. Should the Commission direct staff to issue an RFP to determine new cost proposals, with the intent to continue outsourcing fleet maintenance, we estimate twelve to fifteen weeks for the following activities: • RFP submission (2 weeks), • Procurement advertisement/pre-bid meeting (4-5 weeks), • Compliance Department review (2 weeks), • Committee Evaluation Meeting (2 weeks), • Committee Agenda recommendation approval (2 weeks) and • Contract negotiations and execution (2 weeks). A draft copy of the contract will be included within the RFP detailing a three-year contract with an option to extend for two consecutive one-year extensions. Please note, this timeline is an estimate of events and does not include any vendor related delays. Option 2: Should the Commission direct the Central Services Department – Fleet Management Division to begin the planning process for internal fleet maintenance, this process will require an estimated six months to prepare for April 1, 2019 operations. This extended timeframe will allow for the creation of job descriptions, candidate recruiting and onboarding. Cover Memo Financial Impact:The actual dollar amount cannot be determined until we receive proposals from qualified vendors. Previous studies and presentations, given to the Sub-Committee, detailed costs in excess of $4M with in-house services costing slightly more than contracted services. In 2017, Fleet Management spent $4.3M. Alternatives:see options in Analysis above Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo 1 Central Services Department Fleet Management Division Projected 2018 Business Plan August 31, 2017 Executive Summary The Fleet Management Division was transferred from the Finance Department to the newly created Central Services Department in June of 2016. This transfer did not disrupt the operations of the division nor the maintenance services provided by the contractor, First Vehicle Services. The division is comprised of a Fleet Manager, Ron Crowden, and a Fleet Coordinator, Kaycee Braswell. The two of them along with the Central Services Department Director, Takiyah A. Douse manage the service agreement and contractual obligations of the maintenance contract – which may be renewed, expanded or extended for one additional year (2018) by mutual written agreement. The city of Augusta has over 2,200 assets to include bucket trucks, dump trucks, weed eaters and passenger vehicles. The division is responsible for reviewing departmental requests for vehicles, analyzing the need based upon the department’s operations, and if approved communicating the need to the Commission for final approval. Vehicle specifications are obtained, and bid packages are submitted to Procurement for advertisement to the public for bidding. Maintenance services are performed at one of two locations within the county 1) Broad Street 2) Tobacco Road. Shop 1 Broad Street services passenger vehicles and shop 2 Tobacco Road services heavy equipment. The city owns the shops although the use of the bay lift and other stationary equipment is operated by the vendor. Both locations are in need of infrastructure repairs and upgrades as a result of a lack of funding to realize this need. The contractor allocates 38.5 persons to service the contract. Organization and Management Takiyah A. Douse, Central Services Director, was promoted to lead this newly created department June 2016 which combined Augusta 311, Facilities Maintenance, Fleet Management, Real Estate and Records Retention. She was formerly the Motor Vehicle Division Director for the Richmond County Tax Commissioner’s Office and Assistant Vice President/Commercial Banker for the Central Savannah River Area of SunTrust Bank. She received a dual degree in Finance and Management from Paine College and a Master’s of Business Administration with an emphasis in Management from Troy University. Ron Crowden, Fleet Manager, graduated from Richmond Academy and Purdue University with a BA in History. After serving our country for over 20 years he retired from the United States Army and was later employed by Richmond County in June 1992 as the Safety Training Officer in Risk Management. His primary responsibilities included conducting safety inspections on facilities, vehicles and equipment, investigating claims, executing the substance 2 abuse policy, and conducting the “Character Training” program. He became the Fleet Manager February 2001 and is responsible for the acquisition of new vehicles and equipment for all departments, overseeing the maintenance program, fuel program, and disposal of surplus assets through GovDeals – an online service provider who allows various governments to sell surplus and confiscated items via the internet. Kaycee Braswell, Fleet Administrative Coordinator, graduated from Georgia Military College with an Associate’s Degree in General Studies and from Georgia Southern University with a Bachelors’ Degree in General Studies and a concentration in Business. She was employed by Augusta Richmond County in 2011 as the maintenance/parts clerk for the Environmental Services Department responsible for managing the maintenance parts room and maintenance billing. She tracked part orders, processed monthly billing statements and served as the procurement clerk for the maintenance division. In August 2015 she became the Fleet Administrative Coordinator with the responsibility of monitoring the Fleet Fuel Program for all departments; assisting the Fleet Manager with surplus sales, prepares and makes recommendations for fuel and maintenance budgets for all departments, monitors fleet expenditures and processes tags, titles and registrations. Data Measurement While researching the feasibility of in house verses contracted Fleet Maintenance services, the following categories were studied: · Salaries and Benefits · Parts and Services · Operating Budget The data provided, details the research findings, along with projected budgets for the next three years. Market Analysis In researching comparable municipalities throughout the state of Georgia, the Cities of Savannah, Macon-Bibb and Columbus-Muscogee were amiable and forthcoming with information for research purposes. Macon-Bibb, Georgia has operated under the “Flat Rate” Program since 1995 and has continued to evolve its program throughout the years. The “Flat Rate” Program budget is on average $125,000 annually including their technicians both full and part time. According to Macon-Bibb, it allows for a solid retention rate and allows technicians to set their own salaries to some extent. Similar to the concept of being “commission driven” compensation based on the number of vehicles & hours the technicians turn out. The City uses some prison labor for office/shop janitorial needs with now currently having some considerations for using prison labor for other labor such as tire repairs. Macon-Bibb has a fleet size of approximately 2,600 vehicles and/or equipment. The budget for vehicle and equipment maintenance is approximately $2 million annually with 3 approximately $1 million being allocated for employee salaries and/or benefits. Their current retention rate for a technician with 15 years or more of service is approximately 99% with turnover being mainly for retirement. Majority of their maintenance is completed in-house (85%) with large tire service, some engine and transmission repairs, tractor repairs and welding being contracted out. Macon-Bibb maintains roughly $25,000 in inventory, comprised mostly of oils and lubricants required for daily use. They use the “Just In Time” Method that utilizes selected local suppliers consisting of 3 to 4 parts businesses who deliver parts on demand with an average fifteen to twenty-minute turnaround time except for special orders or non-local supplier parts. Macon-Bibb operates on a technician software system called “Mitchell1” for both their light and heavy equipment servicing. The system costs approximately $5,500 per year. Columbus-Muscogee has an in-house fleet department that maintains a high percentage of operational fleet vehicles and equipment. The operational budget for the department is approximately $2 million annually. To service and maintain a fleet asset size of 2,860 they average 39 full-time employees with the assistance of “inmate” labor that varies daily. Columbus-Muscogee performs all routine preventive maintenance on fleet vehicles and equipment within a radius of 200 miles, 20 hours, or a day of scheduled service. This methodology allows user Departments to turn their vehicles in for service at a time or date that may be more convenient than the regularly scheduled date of maintenance. Most of the maintenance performed in-house is preventive maintenance with sophisticated engine repairs and heavy equipment repairs contracted out. The City of Savannah manages and maintains a fleet of over 2,200 assets. Their fleet is serviced and maintained by 39 employees with a total annual budget of $5.6 million. Savannah’s auto mechanic technical staff is fully certified with a very low department turnover attributed to agency benefits. Approximately 99% of the maintenance is completed in-house with some maintenance work contracted to vendors for warranty related issues and specialty issues related to the Police Department or Fire Department. To reduce inventory and parts costs, Savannah is in the process of researching options to contract out this component of its operations. The City of Savannah maintains approximately $1.7 million in inventory for all vehicle types and utilize Fleet Anywhere, a software program for inventory and asset tracking – this program is similar to FASTER Asset Solutions by CCG (Chesapeake Computer Group). Population Fleet In /Out Budget Staff Ops Study Berkley County, SC (Charleston) 198,205 525 In $2.1M 9 N Bibb County, GA (Macon) 92,582 2,600 In $4.3M 13 N City of Savannah, GA 146,763 2,200 In $5.6M 39 N Henry County, GA (McDonough) 213,869 1,257 In $1.7M 22 N Muscogee County, GA (Columbus) 186,984 2,860 In $2M* 41 N Richmond County, GA (Augusta) 197,182 2,200 Out $5M 41 Y 4 Note: Budget data presented reflects FY 2017 approved budget *Muscogee County budget figure represents the operations budget only. All associated fleet maintenance costs are charged to each respective Department, thus a reduced figure is reported. Information concerning fleet service costs were unattainable. 5 • Direct control over work to be performed • More budgetary control to quickly adjust as necessary for fluctuations from year to year • Increased quality control ability to quickly respond to inefficiencies by changing systems • Continuity of current management to assist with transition if necessary • Elimination of contractual management fees • Enhanced flexibility with making repairs Strengths • Shortage of skilled mechanics within the Central Savannah River Area (Cline, Damon “A problem worth fixing” Augusta Chronicle 16 April 2017 D1 Print) • Limited bargaining power in relation to attracting qualified mechanics to perform job duties • Extended time frame to hire qualified mechanics, technicians, etc. due to the lengthy recruiting process • Lack of control concerning the Procurement Process which may prolong parts receipt and costs • The current PPPM makes it difficult to discipline and or dismiss underperforming staffers when deemed necessary by the department • Current facilities are in need of replacement • Assume liability for OSHA, DOTand compliance breaches Weaknesses • Decrease size of city’s fleet • Review and Streamline Procurement Process for a faster turnaround of purchase orders for parts acquisition under an approved amount • Development of Vehicle/Equipment Replacement Schedule with allocated funds • Increased work force and internal job opportunities • Lease vehicles rather than purchase Opportunities • Increased capital costs (price of new vehicles, equipment, and machinery) • Adverse impact on other departments (Human Resources, Procurement, IT, Finance) • Increase in department’s overhead costs (administration, accounting, purchasing, etc.) • Inability to negotiate price for parts etc. with the absence of Contractor bargaining power • Inability to meet demands of Internal Customers • The current Procurement guidelines will impact operations based upon the restraints (3 quotes) • Technician training costs are high • Overtime is required to meet service demands Threats In House Maintenance Analysis 6 Contracted Maintenance Services • Increased core business efficiency allows for targeted focus • Effeciencies of scale concerning lower rates, high supply demand and discounted parts • Best practice benefits from years of operational experience • Risk reduction - Contractor assumes liability with OSHA, DOT, Fleet compliance etc. • Contractor is responsible for certification management of technicians • Transactions are streamlined and fluctuations are limited based upon contractural agreement • Insight regarding operations since maintenance is primary focus • Reduced operating costs - Fixed costs agreement Strengths • Non contract costs can fluctuate causing budgetary hardships • Loss of insight over prevenative maintenance • Inability to directly manage and instruct the workforce • Changes is operations requires amending the contract Weaknesses • Information sharing between two "cultures" • Reduces proposed staff count Opportunities • Non contract costs are difficult to estimate therefore could fluctuate drastically • Risk of contract default by contractor • Vendor supplies cease supplying goods or services • Change in contractor management creates interruptions in vendor/Augusta relationship Threats 7 Comparison Summary The contracted maintenance service estimate of $4.3M includes our current contract ($2,957,662.89), non-contract costs and operating costs. Our current operating agreement includes all parts associated with service, sublet costs, human resource hiring/termination actions, procurement and management fees. Our current contract may be renewed, expanded or extended for one additional year (2018) by mutual written agreement. The in-house maintenance estimate of $4.4M assumes all liability and maintenance costs associated with operating a fleet maintenance shop. Sublet costs incurred include glass repair work, emergency towing and body work. This estimated cost does not account for anticipated administrative work load increases as a result of increased staff (HR), purchases (Finance and Procurement) and technology needs (IT). The in-house maintenance service estimate of $4.4M proposes outsourcing parts acquisition and corresponding process to a selected parts vendor. This option will reduce our proposed staff by 3 supply related persons with an annual salary savings of $122,670.65 including salary and benefits. This method will lessen the operational load of service for Finance and Procurement, by reducing the administrative duties relating to processing numerous invoices and purchase orders. Our current vendor reports processing 8,726 invoices from 162 different vendors for a total cost of $1,999,958.54 in 2016. This statistic does not include 170 vendors and 495 transactions with a company credit card totaling $36,299.42. Serotta Maddox Evans & Co., CPA’s, contracted internal auditing firm, has reviewed this financial data for accuracy. • Contracted Maintenance Service$4,385,434.82 • In House Maintenance$4,419,136.03 • In House Maintenance w/ Outsourced Parts $4,420,107.53 Commission Meeting Agenda 5/15/2018 2:00 PM Motion to approve allowing staff to work on an amendment to Title 3, Chapter 3, Article 3 of the Augusta, Georgia Code dealing with Fire Prevention Codes to update the same Department:Fire/Law Department:Fire/Law Caption:Motion to approve allowing staff to work on an amendment to Title 3, Chapter 3, Article 3 of the Augusta, Georgia Code dealing with Fire Prevention Codes to update the same. (Approved by Public Safety Committee May 8, 2018) Background:The last amendment to this Article was in 2009. Since that time, State Code and Departments referenced in this Article have changed. The Article needs to be updated to reflect current standards and departments. Analysis: Financial Impact:None Alternatives:Approve or deny Recommendation:Approve Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law.Cover Memo Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM 2018 Budget Amendment Department:Planning & Development Department:Planning & Development Caption:Motion to approve to amend the 2018 Budget (Planning 220- 01-6309) by transferring existing funds from Salary/Wages to Other Professional Services to provide for the Augusta Regional Transportation Study project known as Congestion Management Process Update (CMP). (Approved by Finance Committee May 8, 2018) Background:The Policy Committee for the Augusta Regional Transportation Study adopted the 2018 Unified Planning Work Program that list work elements and funding sources. Included in the approved Work Program is the Special Transportation Study titled Congestion Management Process Update. (This will be discussed in a separate agenda item).... The funds for this project, awarded to Augusta Planning & Development Department on behalf of the Augusta Regional Transportation Study – Metropolitan Planning Organization, are included in the annual Federal Highway Administration funds administered through the Georgia Department of Transportation that Augusta receives…. Analysis:The funds to be transferred are GDOT – FHWA funds that were budgeted for a Section Manager position that is vacant, and funds for Permanent Part Time Salary/Wages. The total Salary/Wage funds to be transferred are $100,778.00. (The Section Manager position $59,178 will continue to exist but labeled UNFUNDED; the Permanent Part Time S/W budget line item ($41,600) will be eliminated.) The transferred funds in addition to other budgeted GDOT – FHWA funds will be used to fund the majority of the project cost. For the balance of the cost, the City will provide a $35,000 match that is included in the current budget, and Aiken County will provide a $25,000 match for the total project cost of $200,000. Cover Memo Financial Impact:All funds are currently included in the 2018 Budget. Alternatives:The Augusta Planning & Development Department is committed to providing the Congestion Management Process Update. Recommendation:Approval Funds are Available in the Following Accounts: 20018 Budget Amendment: $140,000 for Congestion Management Program (consultant’s study / total cost not to exceed $200,000) Transfer funds: (Revenue Fund 3343117 GDOT-FHWA-PL) From: 5111110 Salary/Wages: $59,178.00 Section Manager Vac (unfund –keep the position) 5111210 Perm Part-Time S&W $41,600.00 (eliminate line item) 5211118 Other Oper Expenses $20,000.00 5239112 Temp.Workers $10,222.00 5234110 Printing&Binding $4,000.00 5531111 PrintShopCharges $5,000.00 Sub Total $140,000.00 Augusta Match 35,000.00 (52121999 Other Prof Services) Aiken Co Match 25,000.00 TOTAL $200,000.00 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Award contract to Vanesse, Hangen Brustlin Inc. – VHB for RFP 18-159 ARTS MPO Congestion Management Process Update Department:Planning & Development Department:Planning & Development Caption:Motion to award contract for professional consulting planning and engineering services for RFP 18-159 Congestion Management Process Update for the Augusta Regional Transportation Study MPO. All procurement procedures were followed in accordance with city, state and federal requirements. This contract shall not to exceed $200,000. (Approved by Finance Committee May 8, 2018) Background:The Augusta Planning and Development Department on behalf of the Augusta Regional Transportation Study – Metropolitan Planning Organization is required to develop and maintain a Congestion Management Process as a prerequisite of the federal transportation planning process in compliance with 23 U.S.C 134, 49 U.S.C 5305 CFR §450.334(a) of the Metropolitan Planning and Programming Regulations. Based on the Transportation Management Area Certification Review of the ARTS MPO conducted by the Federal Highway Administration and Federal Transit Administration on July 26-27, 2016, the Augusta Planning and Development Department is required to update the Congestion Management System (CMS) to comply with FHWA transportation planning guidelines for Congestion Management Process Framework to include performance measures and targets. The Policy Committee of the ARTS MPO approved a resolution on December 7, 2017 to include funding for this project $200,000 ($140,000 is 80% federal MPO PL funds and $35,000 is 20% local match) using federal aid highway transportation funds from GDOT, SCDOT and FHWA. The local match is provide in the 2018 general fund budget for the Planning and Development Department. Additionally, the Aiken County Planning and Development Department will provide $25,000 ($20,000 federal MPO PL funds and $5,000 local match). Cover Memo Analysis:The APDD must develop and maintain a Congestion Management Process for ARTS MPO as a condition of receiving federal metropolitan planning funds to carry out and meet all federal regulations, transportation planning requirements and guidelines subject to 23 U.S.C 134, 49 U.S.C 5305 CFR §450.334(a) of the Metropolitan Planning and Programming Regulations; and the Fixing America Surface Transportation (FAST) Act of 2015. Financial Impact:No additional financial impact. Funding for this project is provide in the 2018 general fund budget for the Planning and Development Department. Alternatives:Do not approve the contract award to the recommended firm for professional consulting planning and engineering services not to exceed $200,000.00. Recommendation:Approve the contract award to the recommended firm for professional consulting planning and engineering services not to exceed $200,000.00. Funds are Available in the Following Accounts: GDOT, SCDOT and FHWA will provide federal aid highway transportation funds. Aiken County, SC will also provide local funds for this project as member government of the ARTS MPO. These funds are included in the Planning and Development Department in account # 220016309 – Planning and Development Grant. REVIEWED AND APPROVED BY: Cover Memo Request for Proposal Request for Proposals will be received at this office until Wednesday, February 28, 2018 @ 3:00 p.m. for furnishing: RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for Augusta, GA - Planning and Development 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, February 16, 2018, @ 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 January 25, 2018 and February 1, 8, 15, 2018 Metro Courier January 25, 2018 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 9 Copies Fee Proposal Compliance Review 16% DBE Federally Funded Stantec Consulting Services 2127 Ayrsley Town Blvd. Charlotte, NC 28273 Yes 45735 Yes Yes Yes Yes Yes Yes RK&K 2100 East Cary St., Suite 309 Richmond, VA 23223 Yes 269611 Yes Yes Yes Yes Yes Yes Vanasse Hangen Brustlin, Inc.(vhb) 1355 Peachtree Street, NE, Suite 100 Atlanta, GA 30309 Yes 115289 Yes Yes Yes Yes Yes Yes Total Number Specifications Mailed Out: 75 Total Number Specifications Download (Demandstar): 8 Total Electronic Notifications (Demandstar): 553 Total Number Specifications Mailed to Local Vendors: 0 Pre Proposal Telephone Conference Attendees: N/A Total packages submitted: 3 Total Noncompliant: 0 RFP #18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for the Augusta, Georgia – Planning & Development Department RFP Date: Wednesday, February 28, 2018 @ 3:00 p.m. 1 18-159 Official RFP Tab Stantec Consulting Services 2127 Ayrsley Town Blvd. Charlotte, NC 28273 RK&K 2100 East Cary St., Suite 309 Richmond, VA 23223 VHB 1355 Peachtree St., NE, Suite 100 Atlanta, GA 30309 Stantec Consulting Services 2127 Ayrsley Town Blvd. Charlotte, NC 28273 RK&K 2100 East Cary St., Suite 309 Richmond, VA 23223 VHB 1355 Peachtree St., NE, Suite 100 Atlanta, GA 30309 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)25 3.2 4.0 4.8 80.6 100.0 119.4 3. Organization & Approach (0-5)20 3.4 3.6 4.6 68.9 71.1 92.2 4. Scope of Services: 1) Firm and subconsultant(s) experience on same and/or similar projects within the past five (5) years 2) Project Understanding and Technical Approach 3) Successfully completed projects without major legal, technical problems and financial accountability Quality of References (0-5)15 3.6 3.9 4.2 53.3 58.3 63.3 5. Schedule of Work (0-5)10 3.4 3.8 4.3 34.4 37.8 43.3 6. References (0-5)5 3.7 3.2 3.7 18.3 16.1 18.3 17.3 18.4 21.6 255.6 283.3 336.7 8. Presentation by Team (0-5)10 0 0 0 9. Q&A Response to Panel Questions (0-5)5 0 0 0 Lowest Fees 5 10 5 50 0 0 Second 5 6 5 0 0 30 Third 5 4 5 0 20 0 Forth 5 2 0 0 0 Fifth 5 1 0 0 0 Total Phase 2 (Total Possible Score 125) 5 5 5 50 20 30 22.3 23.4 26.6 305.6 303.3 366.7 RFP #18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for the Augusta, GA – Planning & Development Department Evaluation Meeting: Wednesday March 21, 2018 @ 1:30 p.m. Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5)Weighted Scores Procurement DepartmentRepresentative:_________Nancy Williams____________________________________ Procurement Department Completion Date: 3/21/18 Phase 2 (Option - Numbers 8-9) 10. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: Cumulative Date: 3/21/18 Vendors Total Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 375) Phase 1 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 1 of 44 FEDERALLY FUNDED Request for Proposals RFP Item #18-159 Congestion Management Process Update for the Augusta Regional Transportation Study – Metropolitan Planning Organization For Augusta, Georgia – Planning and Development Department RFP Due: Wednesday, February 28, 2018 @ 3:00 p.m. One Original and Nine (9) Copies of RFP shall be submitted Thanks for doing business with us . . . Geri A. Sams, Procurement Director 535 Telfair Street, Room 605 Augusta, Georgia 30901 Rev. 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 2 of 44 Table of Contents Request for Proposal Instruction to Submit Purpose Viewing of the Augusta Code Compliance with Laws Proposal for All or Part Minority/Women Business Enterprise (MWBE) Policy Augusta Georgia License Requirement Terms of Contract Notice to All Proponents Required to be returned with your submittal. Both documents must be notarized Attachment B Must return the 2 pages Systematic Alien Verification for Entitlements (SAVE) Program Request for Proposal Specifications RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 3 of 44 Request for Proposal Request for Proposals will be received at this office until Wednesday, February 28, 2018 @ 3:00 p.m. for furnishing: RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for Augusta, GA - Planning and Development 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, February 16, 2018, @ 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 January 25, 2018 and February 1, 8, 15, 2018 Metro Courier January 25, 2018 Cc: Janice Allen Jackson Administrator Melanie Wilson Planning and Development Carletta Singleton Planning and Development Revised: 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 4 of 44 INSTRUCTIONS TO SUBMIT INSTRUCTIONS TO SUBMIT 1.1 Purpose: The purpose of this document is to provide general and specific information for use by vendors in submitting a proposal to supply Augusta, Georgia with equipment, supplies, and or services as listed above. All proposals are governed by the Augusta, Georgia Code. 1.2 Viewing the Augusta Code: All proposals are governed and awarded in accordance with the applicable federal and state regulations and the Augusta, Georgia Code. To view the Code visit Augusta’s website at www.augustaga.gov or http://www.augustaga.gov/index.aspx?NID=685 Guidelines & Procedures. 1.3 Compliance with laws: The Proponent shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state or Augusta, Georgia statute, ordinances and rules during the performance of any contract between the Proponent and Augusta, Georgia. Any such requirement specifically set forth in any contract document between the Proponent and Augusta, Georgia shall be supplementary to this section and not in substitution thereof. 1.4 Proposals For All Or Part: Unless otherwise specified by Augusta, Georgia or by the proponent, AUGUSTA, GEORGIA RESERVES THE RIGHT TO MAKE AWARD ON ALL ITEMS, OR ON ANY OF THE ITEMS ACCORDING TO THE BEST INTEREST OF AUGUSTA, GEORGIA. Proponent may restrict his proposal to consideration in the aggregate by so stating, but must name a unit price on each item submitted upon. 1.5 All protest shall be made in writing to: Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901, Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov 1.6 Minority/Women Business Enterprise (MWBE) Policy: Court Order Enjoining Race-Based Portion of DBE Program Augusta, Georgia does not have a race or gender conscious Disadvantaged Business Enterprises (DBE) program for projects having Augusta, Georgia as the source of funding. Augusta does enforce mandatory DBE requirements of federal and state agencies on contracts funded by such agencies and has a DBE Program to comply with U.S. Department of Transportation (DOT), Federal Transit Administration (FTA), Federal Aviation Administration (FAA) and other federal and state mandated DBE requirements for certain DOT, FTA, FAA, and other federal and state assisted contracts as required by 49 C.F.R. Part 26, et. seq. and/or 49 C.F.R. Part 23, et. seq. This DBE program is only for DOT, FTA and FAA assisted contracts and other federal or state funded contracts having mandatory DBE requirements. (See Article 13 of the Augusta, GA. Code.) Augusta, Georgia prohibits any language in any solicitation, bid or contract that is inconsistent with the July 21, 2011 Court Order in the case, Thompson Wrecking, Inc. v. Augusta Georgia, civil action No. 1:07-CV-019. Any such language appearing in any Augusta, Georgia solicitation, bid or contract is void and unenforceable. A copy of this Order can be reviewed at www.augustaga.gov home page. 1.7 Augusta, Georgia License Requirement: For further information contact the License and Inspection Department @ 706 312-5050. General Contractors License Number: If applicable, in accordance with O.C.G.A. §43-41, or be subjected to penalties as may be required by law. Utility Contractor License Number: If applicable, in accordance with O.C.G.A. §43-14, or be subjected to penalties as may be required by law. 1.8 Terms of Contract: (Check where applicable) [ ] (A) Annual Contract [ ] (B) One time Purchase [X] (C) Other RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 5 of 44 NOTICE TO ALL VENDORS (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS PLEASE READ CAREFULLY: Attachment B is a consolidated document consisting of: 1. Business License Number Requirement (must be provided) 2. Acknowledgement of Addenda (must be acknowledged, if any) 3. Statement of Non-Discrimination 4. Non-Collusion Affidavit of Prime Proponent/Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement (E-Verify User ID Number must be provided) Attachment B Must be Notarized & the 2 Pages Must be returned with your submittal – No Exceptions. Business License Requirement: Proponent must be licensed in the Governmental entity for where they do the majority of their business. Your company’s business license number must be provided on Page 1 of Attachment B. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a contract. For further information contact the License and Inspection Department @ 706 312-5050. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E-Verify * User Identification Number (Company I.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security’s Memorandum Of Understanding (MOU) Affidavit Verifying Status for Augusta Benefit Application (S.A.V.E. Program) (Must Be Returned With Your Submittal) ReturnOnlyIfApplicable: The Exception Sheet (if applicable) Local Vendor Registration (if applicable) ________________________________________________________________________ The successful proponent will submit the following forms to the Procurement Department no later than five (5) days after receiving the “Letter of Recommendation” (Vendor’s letter will denote the date forms are to be received) Georgia Security and Immigration Subcontractor Affidavit Non-Collusion Affidavit of Sub-Contractor ________________________________________________________________________ WARNING: Please review “Notice to Proponent” regarding Augusta Georgia’s Local Small Business Opportunity Program Proponent Requirements. Vendors are cautioned that acquisition of proposal documents through any source other than the office of the Procurement Department is not advisable. Acquisition of proposal documents from unauthorized sources places the proposer at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Proposals are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses requirements prior to submitting a proposal. Rev. 8/6/2015 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 6 of 44 Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street, Suite 605 Augusta, Georgia 30901 Name of Proponent: _______________________________________________________________________________ Street Address: ___________________________________________________________________________________ City, State, Zip Code: ______________________________________________________________________________ Phone: ______________________ Fax: __________________________Email: ________________________________ Do You Have A Business License? Yes: ______ No: ______ Augusta, GA Business License # for your Company (Must Provide): _____________________________________ Your State/Local Business License # for your Company (Must Provide):_____________________________________ Utility Contractors License # (Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License # (Must Provide if applicable): _____________________________________ Additional Specialty License # (Must Provide if applicable):_____________________________________ NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, please state above (Procurement will verify), your company will be required to obtain a Richmond County business license if awarded a RFP. For further information regarding Augusta, GA license requirements, please contact the License and Inspection Department @ 706 312- 5050. List the State, City & County that issued your license:__________________________________________________ Acknowledgement of Addenda:(#1)____: (#2)____: (#3) ____: (#4)____ : (#5)____: (#6)____: (#7)____: (#8) ____: NOTE: CHECK APPROPRIATE BOX(ES)- ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the proposal or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia’s Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent By submission of a proposal, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 7 of 44 Conflict of Interest By submission of a proposal, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this RFP, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this RFP, has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this RFP. By submission of a proposal, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A.§ 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in 0.C.G.A §13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A §13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E-Verify*User Identification Number (Company I.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https://e-verify.uscis.gov/enroll/ and/or http://www.dol.state.ga.us/pdf/rules/300_10_1.pdf **E-Verify * User Identification Number (Company I.D.) _________________________________ NOTE: E-VERIFY USER IDENDIFICATION NUMBER (COMPANY I.D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY’S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. __________________________________________ Company Name _________________________________________ BY: Authorized Officer or Agent (Contractor Signature) ________________________________________ Title of Authorized Officer or Agent of Contractor _________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _____ DAY OF ___________________, 20___ __________________________________________ NOTARY SEAL Notary Public My Commission Expires: ______________________________________________ You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. REV. 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 8 of 44 You Must Complete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my proposal for an Augusta, Georgia contract for ______________________________________________________________________________ [RFP Project Number and Project Name] ______________________________________________________________________________ [Print/Type: Name of natural person applying on behalf of individual, business, corporation, partnership, or other private entity] ______________________________________________________________________________ [Print/Type: Name of business, corporation, partnership, or other private entity] 1.) _________ I am a citizen of the United States. OR 2.) _________ I am a legal permanent resident 18 years of age or older. OR 3.) _________ I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. ___________________________________________ Signature of Applicant ________________________________________________ Printed Name ________________________________________________ *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ___________ DAY OF ______________, 20____ ________________________________________________________ Notary Public My Commission Expires: _____________________________ NOTARY SEAL Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL REV. 7/12/2015 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 9 of 44 Local Small Business Opportunity Program Ordinance Requirements Notice To All Bidders (PLEASE READ CAREFULLY) Shall apply to ALL Bids regardless of the dollar amount In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractors agree to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia upon request. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE, Contractors shall report to Augusta, Georgia the total dollars paid to each subcontractor, vendor, or other business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors, if any as required by Augusta, Georgia. Such utilization reports shall be in the format specified by the Director of Minority and Small Business Opportunities, and shall be submitted at such times as required by Augusta, Georgia. Required forms can be found at www.augustaga.gov. If you need assistance completing a form or filing information, please contact the LSBO Program office at (706) 821-2406. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the Contractor and/or collecting liquidated damages. To print a copy of thePrime Contractor Data Collection Form visit: http://www.augustaga.gov/index.aspx?NID=1672 Website: http://www.augustaga.gov/index.aspx?nid=83 SHALL APPLY TO PROJECTS $100,000 & UP Local Small Business Opportunity Program (Continued) Sec. 1-10-129. Local small business opportunities program participation. (a) Sealed Bids The following procedures and contract requirements will be used to insure that local small businesses are encouraged to participate in Augusta, Georgia contracts, including but not limited to construction contracts, requests for professional services and the performance of public works contracts. The Augusta, Georgia user department shall indicate goals for local small business in all solicitations for contracts over $100,000 in value: (1) Bid conditions for contracts awarded by Augusta, Georgia will require that, where subcontracting goal is utilized in performing the contract, the bidder or proponent, will make Good Faith Efforts to subcontract with or purchase supplies from local small businesses. Bid specifications will require the bidder or proponent to keep records of such efforts that are adequate to permit a determination of compliance with this requirement. (2) Each bidder shall be required to provide documentation of achieving goal or provide documentation of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of localsmall businesses and othersubcontractors to whom it intends to awardsubcontracts, the dollar value of the subcontracts, and the scope of the work to be performed, recorded on the form(s) provided or made available as part of the bid package. If there are no sub-contracting opportunities, bidder shall so indicate on the appropriate form. (6) All bid documents shall require bidders or proponents to submit with their bid the following written documents, statements or forms, which shall be made available by the Procurement Department. (i) Non-Discrimination Statement which shall affirm the bidder’s: (a) adherence to the policies of Augusta, Georgia relating to equal opportunity in contracting; (b) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (c) agreement not to engage in discriminatory conduct of any type. (ii) Proposed Local Small Business Subcontractor/Supplier Utilization Plan. (iii) Documentation of Good Faith Efforts to use local small businesses. Failure to submit the above documentation shall result in the bid being declared non-responsive. (d)Post Contract Award Requirements. The purpose of this sub-section is to establish requirements for contractor compliance with the LSBOP after a contract has been awarded. This is incorporated into all Augusta, Georgia Contracts for which a local small business goal has been established or negotiated. (1) Contractors shall have an affirmative, ongoing obligation to meet or exceed the committed local small business goal for the duration of the contract. The Augusta, Georgia may deem a contractor to be in violation of the LSBOP and in breach of its contract if at any time Augusta, Georgia determines that: (a) The contractor will not meet the committed local small business goals; and (b) the reasons for the contractor’s failure are within the contractor’s control. For example, if a contractor does not meet the local small business goal because the contractor terminated a local small business without cause or if the contractor caused and local small business to withdraw from the project without justification, then Augusta, Georgia is justified in finding the contractor to be in violation of the LSBOP. (h)Compliance. (4) The Director of minority and small business opportunities shall be responsible for evaluating good faith efforts documentation and subcontractor information submitted by bidders in conformance with, the AUGUSTA, GA. CODE and any State and Federal Laws applicable to any bid specifications for competitive sealed bid projects prior to award of the contract. (i)Competitive Bids. Nothing in this Policy is to be construed to require Augusta, Georgia to award a bid contract to other than the lowest responsible bidder, or to require contractors to award to subcontractors, or to make significant material purchases from local small businesses who do not submit the best overall pricing to Augusta, Georgia. Sec. 1-10-130. Exceptions – federally funded projects. In accordance with § 1-10-8 and Chapter 10B, the LSBOP shall only be utilized with federally funded projects, solicitations or contracts as authorized by federal (and Georgia) laws, regulations and conditions applicable to such projects. To the extent that there are any conflicts between any such laws, regulations or conditions and the LSBOP, the federal (and Georgia) laws, regulations and conditions shall control. NOTE: All forms should be submitted in a sealed envelope labeled Local Small Business Required Forms, Company’s Name & Bid/RFP/RFQ Number For questions and or additional information please contact: Local Small Business Opportunity Program 535 Telfair Street, Room 710 Augusta, Georgia 30901 (706) 821-2406 Website: http://www.augustaga.gov/index.aspx?nid=83 Revised 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 10 of 44 INSTRUCTION TO BIDDERS: Augusta, Georgia is seeking proposals for professional consultation services to develop the Congestion Management Process Update for the Augusta Regional Transportation Study – Metropolitan Planning Organization for the Augusta Planning and Development Department. Your submittal should respond to, and be based on the information included in this Request for Proposal. Responses will be received in the office of the Director of Procurement at 535 Telfair Street, Suite 605, Augusta, GA 30901 until Wednesday, February 28, 2018 @ 3:00 p.m. Each RFP must be submitted in a sealed envelope, and must be plainly marked on the outside as “RFP 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization”. They should be marked to the attention of Geri Sams, Director of Procurement. You are required to submit one (1) marked unbound clipped original and nine (9) copies of your Request for Proposal. Submittals will not be accepted after the date and time indicated. All firms responding are cautioned to read this RFP carefully for understanding and request clarification from Augusta, Georgia on any questions pertaining to this RFP. 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, February 16, 2018 @ 5:00 P.M. No RFP will be accepted by fax; all must be received by mail or hand delivered. Issues and responses addressed in any other manner will not be considered valid or binding in consideration of proposals or any subsequent contract negotiations. Failure to provide all of the requested information may cause the proposal to be rejected as non-responsive. Interested and qualified firm(s) and/or party(ies) are requested to make a response to accomplish the Scope of Services described herein. The response is to be signed by a duly authorized official of the firm and must be submitted in the time, manner, and form prescribed. For a proposal to be considered it must remain valid for at least 60 days after RFPs have been opened, pending the execution of contract with the successful vendor. If an award of contract is awarded as a result of this solicitation, the contract will be made on the basis of the response which best satisfies the intent of this RFP and other factors considered in the best interest of the Owner. Negotiations may be undertaken with the firm whose proposal shows them to be the most qualified, responsible, and capable of performing the work. In addition to cost, the Owner will consider professional qualifications and related experience to determine which proposal would be in the Owner’s best interest if a contract were made. Additionally, appropriate professional registration and significant prior experience in projects of similar scope are considered minimal qualifications. The Owner reserves the right to consider proposals or modification thereof received at any time before the award is made, if such action is in the interest of the Owner. The Owner reserves the right to reject any or all proposals received as the result of this RFP. The Owner also maintains the right to negotiate with any firm, as necessary, to serve the best interests of the Owner. The Owner will not be liable for any costs incurred by any firm prior to the execution of a contract and approval by the Board of Commissioners. Services must be provided by experienced personnel. Any sub consultants/contractors the proponent will be using to perform any part of the requested service shall be evaluated on the same criteria. SCOPE OF SERVICES: The Augusta Regional Transportation Study (ARTS-MPO) is a bi-state Metropolitan Planning Organization (MPO) covering the Augusta-Richmond County, GA, and Aiken County, SC urbanized area. The ARTS planning area includes Richmond County, part of Columbia County, and the Cities of Hephzibah, and Blythe in Georgia; and part of Aiken and Edgefield Counties in South Carolina including Cities of Aiken, North Augusta, New Ellenton and Burnettown. The Augusta Planning RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 11 of 44 and Development Department administers and provides technical planning staff for the federal transportation planning process in partnership with GDOT, SCDOT, FHWA, FTA, Aiken County Planning and Development Department, Augusta Public Transit Dept. and the Lower Savanah Council of Governments. A Congestion Management Process (CMP) is integral to transportation planning in the ARTS area. The Congestion Management Process (CMP) is intended to include procedures to alleviate or reduce anticipated increases in roadway congestion and ensure that “federal, state, and local agencies” join with regional transit providers, business, private and environmental interests to develop and implement comprehensive strategies needed to develop appropriate responses to transportation needs. The purpose of the ARTS CMP is to document congestion/travel reliability on major transportation corridors in the study area; issues related to special events, work zones and atmospheric conditions; identify and implement strategies for reducing or eliminating congestion to improve travel reliability, and track the effectiveness of congestion/travel reliability mitigation projects. The CMP will describe the framework for the ongoing process and include elements of the roadway system, traffic level of service standards, performance elements, trip reduction and travel demand. The Congestion Management Process update will address planning factors and performance measures mandated by the Fixing America Surface Transportation Act (FAST Act) that are appropriate for inter-county transportation planning. The roadway network within the ARTS MPA includes 52 corridors designated as federal-aid roadways, such as interstates, freeways, multi-lane highways, rural highways, and arterials. Since congestion/travel reliability results from various travel system deficiencies which are identified by different criteria, the existing processes for data collection and analysis, identification of innovative and applicable congestion mitigation strategies monitoring methodologies will be analyzed, redefined and updated. This work is based on federal guidelines, best practices, available data, engineering and planning techniques. The descriptions of the regional CMP system is included as Attachment X. The RFP shall include but not limited to engineering and planning approaches to the following tasks: Task 1: Review and Conduct Assessment of the Existing CMP Task 1 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 2: Research CMP Best Practices Research relevant CMP best practices for similar Transportation Management Areas in Georgia and South Carolina. There are many examples of best practice assessments regarding Congestion Management Process. This task will identify relevant MPO experiences with CMP that offer innovative approaches appropriate for the ARTS area. Task 2 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 3: Develop a Stakeholder and Public Outreach Approach Attendance and presentations on reports of up to any of three total combined meetings of the ARTS MPO committees, County Council, City Council, Town Council or Planning Commissions may be required. Task 3 - Deliverables: Draft and Final Reports. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 12 of 44 Task 4: Data Collection and Analysis of Existing and Future CMP Transportation System Network Collect data currently available for the roadway network and intersections from the Annual Traffic Crash and Intersection Report and traffic data reports from state and local agencies to help reduce the data collection effort. Task 4 - Deliverables: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation Database or Update; Presentations to MPO committees. Task 5: Analyze Traffic Congestion Problems and Needs Evaluate current traffic conditions and evaluate characteristics for the existing CMS corridors in the study area. Review and analyze existing transportation improvement projects in the FY 2017-2022 Transportation Improvement Program, planned projects in the 2040 Long-Range Transportation Plan (LRTP/MTP) relevant traffic and transportation studies and other regionally significant transportation projects completed for the MPO and any jurisdictions within the study area. Conduct traffic analysis of current and future levels of congestion/travel reliability on existing major and minor thoroughfares, collectors, and intersections resulting in a corridor traffic data profile. Task 5 - Deliverable: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation System Database; and GIS shape files. Task 6: Review and refine Goals and Objectives Review and refine existing regional goals and objectives addressing congestion management. Task 6 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 7: Develop Multimodal Performance Measures Using the traffic and travel analysis in Task 4 and 5, develop guidelines and performance measures to address traffic congestion/travel reliability, safety, regional transportation issues, as well as existing and future transportation conditions. These performance measures should be developed in coordination and support the travel reliability, performance measures and targets set by the States of Georgia and South Carolina in consultation with FHWA and FTA. Task 7 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 8: Review and Update Existing CMP Strategies Develop a package of multimodal congestion/travel reliability management strategies for each corridor. Also, include an evaluation of previously implemented congestion/reliability focused projects and/or strategies to support a before & after evaluation of projects to guide in the selection of future projects. Task 8 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 13 of 44 Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process This task will include developing a step-by-step process for data collection, updating the GIS attribute database and spatial analysis, evaluations of previously implemented congestion/travel reliability projects or strategies in the area, and reporting annual traffic congestion/travel reliability conditions and travel data. This task will also include developing a project prioritization process. Task 9 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS based Performance Database. Task 10: Develop CMP System Performance Monitoring Evaluation Develop corridor profiles for each CMP corridor summarizing existing conditions, level of congestion/travel reliability, performance measures, strategies, recommendations, project prioritization and implementation process/schedule in the creation of an annual CMP report. Task 10 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS analytical reporting tool – Annual Performance Monitoring Report based Database. Deliverables: Consultant(s) will deliver thirty-five (35) hard color copies of the Draft and Final reports and the MS Word, InDesign document and pdf. All deliveries will also be provided in an editable electronic format such as Microsoft Word, InDesign or approved equal. All GIS data and shape files, traffic data, accident/crash, & intersection data; spatial, schematic, maps; visualization graphics, and all other related documents produced with federal funds under this Scope of Work shall be provided to the Augusta Planning and Development Department editable electronic versions at the conclusion of this Project. Graphics, mapping, databases, etc. outside of Microsoft Office and ESRI GIS or equal will be provided in a software format agreed upon by the Consultant and the Client. The Augusta Planning and Development Department will provide all available, existing, and pertinent documentation and data to the selected consultant. The consultant will schedule, coordinate and make all necessary arrangements for meetings conducted by the consultant and ARTS staff during the course of the project. The consultant will take a lead role in all aforementioned meetings, with ARTS staff assuming a supporting role dur[‘ling this period. This scope of work only represents the minimum requirements. However, the expectation is that the selected consultant will adhere to standards of best practices of transportation planning and engineering and to exceed expectations by utilizing expertise and transportation planning experience to expand upon the minimum requirements. Proposal Schedule: DATE ITEM January 25, 2018 Request for Proposal (RFP) Issued February 16, 2018 Deadline for submission of questions (5:00 PM, Eastern) February 28, 2018 Proposals due (5:00 PM, Eastern) Tentative March 12, 2018 Interviews Tentative March 27, 2018 Selection of Consultant RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 14 of 44 Submission Requirements: Proposer(s) is required to submit one (1) original and nine (9) copies. Responses will be received in the office of the Director of Procurement at 535 Telfair Street, Suite 605, Augusta, GA 30901 until Wednesday, February 28, 2018 @ 3:00 p.m. Each RFP must be submitted in a sealed envelope, and must be plainly marked on the outside as “RFP 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization”. They should be marked to the attention of Geri Sams, Director of Procurement. Submissions shall include proposals, excluding Team Qualifications and Project Team Member Resumes, and shall not exceed 30 double-sided, 8 ½-by-11-inch pages, using a minimum font size of 11 pts. Submitted proposals must provide, at a minimum, the following information: Executive Summary The Executive Summary shall include but not limited to contact information for proposing team’s authorized representative; statement of general understanding; identification of all team members; and description of team structure. An organizational chart of the proposed team and description of proposed responsibilities for each member. Project Team Qualifications A firm profile of the prime consultant and any sub-consultants. Location of primary and branch offices, number of staff members, years in business, financial stability, legal liability, types of services provided and types of projects, which the firm may specialize. Relevant Experience and Past Performance. List s i m i l a r projects that demonstrate the past performance and experience of the firm(s). For at least three comparable projects within past five (5) years, provide a brief description of the project that includes the time frame for the project, tasks, outcomes, and project costs. Provide at least three references that have recent knowledge of the firm(s) past performance. It is important that primary Consultant(s) and/or Sub- consultant(s) has had direct project experience contained in the scope of work. References: References should include contact information for the comparable projects listed in the previous section. Project Team Resumes Provide resumes of proposed team members. Resumes must include a description of the individual’s key duties and responsibilities, education, training, knowledge, skills, expertise, and any other qualifications relevant to the successful development of the Report. Also include a statement containing a list of current work commitments with sufficient detail to show that individuals assigned to the project are substantively available for the project. Individual resumes are limited to one page. It is important that key assigned Consultant and/or Sub-consultant staff has had direct experience on a relevant project. Project Approach Describe the proposed work plan for development of major deliverables along with detailed steps from project start through the final tasks. Describe key components of your plan and provide a timeline detailing the points at which deliverables reports will be provided. The detailed timeline should complement the scope of work, showing the expected sequence of tasks and the resource requirements for the consultant. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 15 of 44 Cost Proposals Provide a detailed cost proposal inclusive of each major task. Fee proposal must be sealed and placed in a separate sealed envelope labeled on the outside of the package to clearly indicate that it is a response to RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization. All items related to cost is required to be placed in a separate sealed envelope. Project Schedule The consultant shall develop a timeline of deliverables with a project completion deadline within nine (9) months after the execution of the contract. Evaluation Criteria: The Selection Committee will evaluate and select RFPs for further consideration for proposal interviews based on, but on limited to the following criteria: Specialized and appropriate expertise to complete the scope of work and meet the goals and objectives of the project. Proposed project approach and technical details. Past experiences and performances on similar projects. Adequate staff and the qualifications of each member of the proposed project team. Firm performance with project delivery relative with budgeting and maintaining a project schedule. Record of successfully completed projects without major legal, technical problems and financial accountability. Other factors that the ARTS Review Team may determine to be appropriate to receive a quality multi- modal congestion management process and monitoring report. DBE Requirements: Augusta, Georgia, a LAP of the Georgia Department of Transportation pursuant with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d--42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21 Nondiscrimination in federally assisted programs of the Department of Transportation Act, hereby notifies all proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. The Georgia Department of Transportation Board has adopted a 16% DBE Overall Annual Goal for DBE participation on all federally funded projects. This goal is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime contracting, sub-contracting, joint venture or mentor/ protégé relationship. Augusta will monitor and assess each consultant services submittals for their DBE participation and/or good faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of Transportation Disadvantage Business Program Plan. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 16 of 44 Proposal Requirements: You are required to submit one (1) marked unbound clipped original and nine (9) copies of your Request for Proposal. The successful proposal will have, at a minimum, the following features: No more than thirty (30) pages in length, excluding cover letter, required forms, tabs and appendices. If the proposal includes any information in addition to the specific information requested in the RFP, it should be included as an appendix to the proposal. Proposals should be prepared simply and economically, providing a straightforward, concise description of offeror’s capabilities to satisfy the requirements of the RFP. Company Profile to include:  Firm Name and business address  Year established  Type of ownership and parent company (if applicable)  Address and telephone number of the facility or facilities where the work is to be accomplished, if separate from the business address provided above  Organizational structure of project team that will work on this project. Please include a brief resume or summary of experience for each team member  A list of similar projects undertaken Vendor shall provide qualified personnel to perform its work. The list of key personnel that will not change or be reassigned without the written approval of Augusta. Fee proposal must be sealed and placed in a separate sealed envelope labeled on the outside of the package to clearly indicate that it is a response to RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization. All items related to cost is required to be placed in a separate sealed envelope. Each proposal will be evaluated using the following criteria of evaluation Interview: Shortlisted firms selected for an interview must submit a digital copy of an executive summary of the proposal prior to the interview. The executive summary shall be limited to 20 pages using a minimum font of 11 pts., and shall include the following: RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 17 of 44 RITERIA FOR EVALUATION RFP – FEDERAL Evaluation/Scoring Guidelines Evaluation Process All proposals will be evaluated by an Augusta, Georgia Selection Committee (Committee). The Committee may be composed of Augusta, Georgia staff and other parties that may have expertise or experience in the services described herein. The Committee will review the submittals and will rank the proposers. The evaluation of the proposals shall be within the sole judgment and discretion of the Committee. All contacts during the evaluation phase shall be through the Augusta, Georgia Procurement Office only. Proposers shall neither contact nor lobby evaluators during the evaluation process. Attempts by Proposer to contact members of the Committee may jeopardize the integrity of the evaluation and selection process and risk possible disqualification of Proposer. The Committee will evaluate each proposal meeting the qualification requirements set forth in this RFP. Proposers should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments may be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of Augusta, Georgia’s requirements as set forth in this RFP. If needed, the selection process will include oral interviews. The consultant will be notified of the time and place of oral interviews and if any additional information that may be required to be submitted. Cumulative Scores will include the total from Phase 1 and Phase 2. It is the intent of the Owner to conduct a fair and comprehensive evaluation of all proposals received. The contract for this project/service will be awarded to the proposer who submitted a proposal that is most advantageous to the Owner. Evaluation Criteria Proposals will be evaluated according to each Evaluation Criteria, and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is five hundred (500) points. Rating Scale 0 Not Acceptable Non-responsive, fails to meet RFP specifications. The approach has no probability of success. For mandatory requirement this score will result in disqualification of proposal. 1 Poor Below average, falls short of expectations, is substandard to that which is the average or expected norm, has a low probability of success in achieving project/service objectives per RFP. 2 Fair Has a reasonable probability of success, however, some objectives may not be met. 3 Average Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members. 4 Above Average/Good Very good probability of success, better than that which is average or expected as the norm. Achieves all objectives per RFP requirements and expectations. 5 Excellent/ Exceptional Exceeds expectations, very innovative, clearly superior to that which is average or expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 18 of 44 1. Completeness of Response (Pass/Fail) a. Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration. Responses that are rated a Fail and are not considered may be picked up at the delivery location or returned to the vendor (at vendor’s expense). Please provide shipping instructions and/or fees upon the completion of the competitive process. Conflict of Interest Statement (Pass/Fail) b. Discloses any financial, business or other relationship with the Augusta, Georgia that may have an impact upon the outcome of the contract or the construction project/service. c. Lists current clients who may have a financial interest in the outcome of this contract or the construction project/service that will follow. d. Discloses any financial interest or relationship with any construction company that might submit a bid on the construction project/ service. 2. Qualifications & Experience (25 points) a. Relevant experience, specific qualifications, and technical expertise of the firm and sub-consultants/proposers to conduct the required services as listed in this RFP and adhering to all required license requirement for federal, state and local services. 3. Organization & Approach (20 points) a. Describes familiarity of project/service and demonstrates understanding of work completed to date and project/service objectives moving forward b. Roles and Organization of Proposed Team i. Proposes adequate and appropriate disciplines of project/service team. ii. Some or all of team members have previously worked together on similar project/service(s). iii. Overall organization of the team is relevant to Augusta, Georgia needs. c. Project and Management Approach i. Team is managed by an individual with appropriate experience in similar project/services. This person’s time is appropriately committed to the project/service. ii. Team successfully addresses all requirements of this RFP. iii. The team and management approach responds to project/service issues. Team structure provides adequate capability to perform both volume and quality of needed work within project/service schedule milestones. d. Roles of Key Individuals on the Team i. Proposed team members, as demonstrated by enclosed resumes, have relevant experience for their role in the project/service. ii. Key positions required to execute the project/service team’s responsibilities are appropriately staffed. e. Working Relationship with Augusta, Georgia i. Team and its leaders have experience working in the public sector and knowledge of public sector procurement process. ii. Team leadership understands the nature of public sector work and its decision-making process. iii. Proposal responds to need to assist Augusta, Georgia during the /service. 4. Scope of Services to be Provided (15 points) 1) Firm and subconsultant(s) experience on same and/or similar projects within the past five (5) years 2) Project Understanding and Technical Approach 3) Successfully completed projects without major legal, technical problems and financial accountability Quality of References. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 19 of 44 5. Schedule of Work (10 points) a. Schedule shows completion of the work within or preferably prior to the Augusta, Georgia overall time limits as specified in the RFP. b. The schedule serves as a project/service timeline, stating all major milestones and required submittals for project/service management and applicable law compliance. c. The schedule addresses all knowledgeable phases of the project/service, in accordance with the general requirements of this RFP. 6. References (5 points) d. Provide as reference the name of at least three (3) agencies you currently or have previously consulted for in the past three (3) years. 7. Presentation by Team (10 points) (Optional) e. Team presentation conveying project/service understanding, communication skills, innovative ideas, critical issues and solutions. 8. Q&A Response to Panel Questions (5 points) (Optional) f. Proposer provides responses to various interview panel questions. 9. Cost/Fee Proposal (10 points) Enclosed in a separate sealed envelope. Will NOT be disclosed in any part of the RFP g. Lowest Fee 10 h. Second 6 i. Third 4 j. Fourth 2 a. Fifth 1 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 20 of 44 Weighted scores for each Proposal will be assigned utilizing the table below: Phase 1 No. Evaluation Criteria Rating (0-5) Weight Score (Rating * Weight) 1 Completeness of Response Package submitted by the deadline Package is complete (includes requested information as required per this solicitation) Attachment B is complete, signed and notarized N/A Pass/Fail Pass/Fail 2 Qualifications & Experience 25 3 Organization & Approach 20 4 Scope of Services : 1) Firm and subconsultant(s) experience on same and/or similar projects within the past five (5) years 2) Project Understanding and Technical Approach 3) Successfully completed projects without major legal, technical problems and financial accountability Quality of References 15 5 Schedule of Work 10 6 References 5 Phase 2 (Optional – Numbers 8 and 9) Rating (0-5) Weight Score (Rating * Weight) 7 Presentation by Team 10 8 Q&A Response to Panel Questions 5 9 Cost/Fee Proposal Consideration a. Lowest Fee 10 b. Second 6 c. Third 4 d. Fourth 2 b. Fifth 1 10 Total: 100 Proposals will be evaluated according to each Evaluation Criteria, and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is five hundred (500) points. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 21 of 44 FORM OF PROPOSAL SECTION I - PROPOSAL Name of Firm ______________________________________________________________________ Address ___________________________________________________ Zip ___________________ Phone ___________________________ Date Established_____________________________ Names of Principals and Specifics on Experience, and Professional Qualifications of those persons who will serve the Association (Attach additional sheets if more space is required). 1. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ 2. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ 3. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ References A. ____________________________________________________________________ ____________________________________________________________________ B. ____________________________________________________________________ ____________________________________________________________________ C. ____________________________________________________________________ ____________________________________________________________________ VENDOR MUST RETURN THIS COMPLETED FORM WITH THE PROPOSAL RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 22 of 44 SECTION II- COMPANY IDENTIFICATION Contact Person _________________________________________________________________ Company _______________________________________________________________________ Title ___________________________________________________________________________ Address________________________________________________________________________ Telephone Number_______________________________________________________________ Organized under the laws of the State of ______________________________________________ Principal place of business at________________________________________________________ LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of Augusta. Those personnel committed for this work are as follows: NAME TITLE VENDOR MUST RETURN THIS COMPLETED FORM WITH THE PROPOSAL RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 23 of 44 EXHIBIT X ARTS Congestion Management Process Corridors County CMP # CMP Corridor From To Ai k e n Co u n t y 1. Atomic Road Buena Vista Avenue Silver Bluff Road 2. Belvedere-Clearwater Road US 25 US 1 3. Bettis Academy Ascagua Lake Road Fields Cemetery 4. Buena Vista Avenue Martintown Road Georgia Avenue 5. Dougherty Road Whiskey Road Silver Bluff Road 6. Georgia Avenue Savannah River I-20 7. Knox Avenue Martintown Road Georgia Avenue 8. Laurens Street / SC 19 South Boundary I-20 9. Martintown Road Jeff Davis/US 1 I-20 10. (East) Pine Log Road US 78 Silver Bluff Road (Eastern End) 11. Richland Avenue Vaucluse Road Beaufort Street 12. SC 118 US 78 Silver Bluff Road 13. Silver Bluff Road Whiskey Road Savannah Drive 14. US1 York Street I-20 15. US 1 / US 78 Martintown Road Pine Log Road 16. Whiskey Road Richland Avenue Powderhouse Road Co l u mbi a Co u n t y 17. I-20 Euchee Creek Columbia/Richmond County Line 18. Baston Road Fury's Ferry Road Washington Road 19. Belair Road Washington Road Wrightsboro Road 20. Bobby Jones Expressway/I-520 Washington Road I-20 21. Columbia Road Washington Road Hereford Farm Road 22. Evans-to-Locks Road Stevens Creek Road Washington Road 23. Flowing Wells Road Wheeler Road Washington Road 24. Fury's Ferry Road Savannah River Washington Road 25. Old Evans Road Bobby Jones Washington Road 26. Old Petersburg Road Riverwatch Parkway Old Evans Road 27. SR 223/Robinson Ave Wrightsboro Road Gordon Highway 28. Washington Road Hardy McManus Road Pleasant Home Road 29. Wrightsboro Road Barton Chapel Road Robinson Avenue Ri chmon d Co u n t y 30. I-20 Richmond Co. Line River Watch Pkwy 31. I-520 I-20 Laney Walker Blvd. 32. 13th Street/RA Dent Boulevard Reynolds Street Wrightsboro Road 33. 15th Street/Ruth B. Crawford Hwy. Reynolds Street MLK Boulevard 34. SR 56/Mike Padgett Hwy Lumpkin Road SR 56 Loop 35. Deans Bridge Road MLK Boulevard Willis Foreman Rd 36. Doug Barnard Pkwy/New Savannah Rd Gordon Highway Tobacco Road 37. Greene Street E. Boundary Street 12th Street 38. Gordon Highway Savannah River SR 223 39. Jackson Road/Walton Way Ext./Davis Rd. Washington Road Wrightsboro Road RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 24 of 44 1 County CMP # CMP Corridor From To Ri chmon d Co u n t y 40. John C. Calhoun Expressway Washington Road 12th Street 41. Peach Orchard Road Tubman Home Road SR 88 42. River Watch Pkwy Pleasant Home Rd Fifteenth Street 43. Tobacco Road Deans Bridge Road Doug Barnard Pkwy 44. Walton Way Segment #1 Gordon Highway Milledge Road 45. Walton Way Segment #2 Milledge Road Bransford Road 46. Walton Way Ext. Bransford Road Jackson Road 47. Washington Road Pleasant Home Rd John C. Calhoun Expressway 48. Wheeler Road Flowing Wells Road Walton Way Ext. 49. Windsor Spring Rd Peach Orchard Rd SR 88 50. Wrightsboro Road Segment 1 Barton Chapel Road Jackson Road 51. Wrightsboro Road Segment 2 Jackson Road Highland Avenue 52. Wrightsboro Road Segment 3 Highland Avenue Fifteenth Street RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 25 of 44 DBE PROGRAM GDOT Locally Administered Program (LAP) FHWA Funded Projects DBE Requirements Augusta, Georgia, a LAP of the Georgia Department of Transportation pursuant with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d--42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21 Nondiscrimination in federally assisted programs of the Department of Transportation Act, hereby notifies all proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. The Georgia Department of Transportation Board has adopted the following goal for DBE participation on all federally funded projects. 16% DBE Overall Annual Goal This goal is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime contracting, sub-contracting, joint venture or mentor/ protégé relationship. Augusta, Georgia, a LAP of Georgia Department of Transportation will monitor and assess each consultant services submittals for their DBE participation and/or good faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of Transportation Disadvantage Business Program Plan. Kellie Irving Compliance Department Director Consolidated Government of Augusta, Georgia 535 Telfair Suite 710 Augusta, GA 30901 706.826.1325 p kirving@augustaga.gov Kimberly King, EEO Director Georgia Department of Transportation air, 600 W. Peachtree St. Atlanta, GA 30308 (404) 631-1972 p RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 26 of 44 Revised: December 7, 2009 Revised: October 21, 2013 Revised: November 3, 2014 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA DISADVANTAGED BUSINESS ENTERPRISE PROGRAM CRITERIA FOR ACCEPTABILITY The purpose of this special provision is to establish criteria for acceptability of DBE firms for work performed on this contract. The intent is to ensure all participation counted toward fulfillment of the DBE goals is (1) real and substantial, (2) actually performed by viable, independent DBE owned firms, and (3) in accordance with the spirit of the applicable laws and regulations. The policy of the Georgia Department of Transportation is to ensure compliance with Title VI of the Civil Rights Act of 1964, 49 Code of Federal Regulations, Part 26 and related statutes and regulations in all program activities. To this end the Georgia Department of Transportation shall not discriminate on the basis of race, color, sex or national origin in the award, administration and performance of any Georgia Department of Transportation assisted contract or in the administration of its Disadvantaged Business Enterprise Program. The Georgia Department of Transportation shall take all necessary and reasonable steps to ensure nondiscrimination. DBE payments and commitments for Federal-aid projects shall be separate and distinct and cannot be transferred or combined in any matter. The DBE Goal specified in the contract will be a percentage representing DBE Race Neutral and Race Conscious Participation. The Contractor will strive to achieve an additional percentage in his/her contracts for all projects during the course of the current State Fiscal Year, in order to meet the overall Georgia Department of Transportation DBE goal. DBE DIRECTORY: The Department has available a directory or source list to facilitate identifying DBEs with capabilities relevant to general contracting requirements and to particular solicitations. The Department will make the directory available to bidders and proposers in their efforts to meet the DBE requirements. The directory or listing includes firms which the Department has certified to be eligible DBEs in accordance with 49 CFR Part 26. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 27 of 44 GOAL FOR PARTICIPATION: If a percentage goal for DBE participation in this contract is set forth elsewhere in this proposal, the Contractor shall complete the DBE GOAL Forms included in the proposal. The Contractor is encouraged to make every effort to achieve the goal set by the Department. However, if the Contractor cannot find sufficient DBE participants to meet the goal established by the Department, the Department will consider for award a proposal with less participation than the established goal if: (A) The bidder can demonstrate no greater participation could be obtained. This should be well documented by demonstrating the Contractor’s actions through good faith efforts. The following is a list of types of actions which the Department will consider as part of the Contractor’s good faith efforts to obtain DBE participation. This is not intended to be a mandatory checklist nor intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. (1) Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The Contractor must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Contractor must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. (2) Selecting portions of the work to be performed by DBEs in order to increase the likelihood the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the Contractor might otherwise prefer to perform these work items with its own forces. (3) Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist DBEs participants in responding to a solicitation. (4) (a) Negotiating in good faith with interested DBEs. Contractor(s) are responsible to make a portion of the work Available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 28 of 44 (b) Contractor(s) using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as contract goals into consideration. However, the fact there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder’s failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a Contractor to perform the work of a contract with its own organization does not relieve the Contractor of the responsibility to make good faith efforts. Contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. (5) Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. nonunion employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Contractor’s efforts to meet the project goal. (6) Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the contractor. (7) Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. (8) Effectively using the services of available minority/women community organizations; minority/women Contractors’ groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBE’s. (B) The participation proposed by the low bidder is not substantially less than the participation proposed by the other bidders on the same contract. If no percentage goal is set forth in the proposal, the contractor may enter a proposed DBE participation. This voluntary DBE participation will count as race neutral DBE participation. Prime Contractor shall report race-neutral participation in accordance with the DBE Monthly Report requirements shown in this document. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 29 of 44 To be eligible for award of this contract, all bidders will be required to submit the following information to the Department by the close of business on the 3rd working day following opening of the bid as a matter of bidder responsibility. i. The names and addresses of DBE firms committed to participate in the Contract; ii. A description of the work each DBE will perform; The Contractor shall provide information with their bid showing that each DBE listed by the Contractor is certified in the NAICS code(s) for the kind of work the DBE will be performing. iii. The dollar amount of participation for each DBE firm participating; Written documentation of the bidder’s commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; iv. Written confirmation from the DBE committed to participating in the contract, as provided in the prime contractor’s commitment. v. If the contract goal is not met, evidence of good faith efforts must be provided. Failure by a bidder to furnish the above information may subject the bid to disqualification. Also failure by the bidder to submit satisfactory evidence of good faith efforts may subject the bid to disqualification. Award of a contract by the Department to a Prime Contractor who has listed DBE participants with the bid may not constitute final approval by the Department of the listed DBE. The Department reserves the right to approve or disapprove a Disadvantaged firm after a review of the Disadvantaged firm’s proposal participation. Payment to the Contractor under the contract may be withheld until final approval of the listed DBEs is granted by the Department. If the Contractor desires to substitute a DBE in lieu of those listed in the proposal, a letter of concurrence shall be required from the listed DBE prior to approval of the substitution, unless this requirement is waived by the Department. Agreements between bidder and a DBE in which promises not to provide Subcontracting quotations to other bidders are prohibited. DEFINITION: For the purposes of this provision, the following definitions will apply: Disadvantaged Business Enterprise or DBE means a for-profit small business concern – (1) Ensuring at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged or, in the case of a corporation, in which 51 percent of the stock is owned by one or more such individuals; and RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 30 of 44 (2) Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own the business. Good Faith Efforts means efforts to achieve a DBE goal or other requirement of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Joint Venture means an association of a DBE firm and one or more other firms to carry out a single, for-profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. Socially and Economically Disadvantaged Individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is – (1) Any individual who the Department finds to be a socially and economically disadvantaged individual on a case-by-case basis. (2) Any individual in the following groups, members of which are reputably presumed to be socially and economically disadvantaged. (i) “Black Americans,” which includes persons having origins, in any of the Black racial groups of Africa; (ii) “Hispanic Americans,” which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; (iii) “Native Americans,” which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (iv) “Asian-Pacific Americans,” which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong; (v) “Subcontinent Asian Americans,” which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka; (vi) Women; (vii) Any additional groups whose members are designated as socially and economically disadvantaged by the SBA, at such time as the SBA designation becomes effective. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 31 of 44 (3) GDOT will presume that such persons are socially and economically disadvantaged only to the extent permitted by applicable federal law. Race-conscious measure is one focused specifically on assisting only DBEs, including women- owned DBEs. Race-neutral measure is one being, or can be, used to assist all small businesses. For the purposes of this part, race-neutral includes gender-neutrality. DISCRIMINATION PROHIBITED: No person shall be excluded from participation in, denied the benefits of, or otherwise discriminated against in connection with the award and performance of this contract on the grounds of race, color, sex or national origin. The following assurance becomes a part of this contract and must be included in and made a part of each subcontract the prime contractor enters into with their subcontractors (49 CFR 26.13): “The contractor, and/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 (breach) of this contract which may result in the termination of this contract or such other remedy as the Department deems appropriate”. Failure to Achieve Requirements: Periodic reviews shall be made by the Department to determine the extent of compliance with the requirements set forth in this provision. If the Contractor is found to be in noncompliance, further payments for any work performed may be withheld until corrective action is taken. If corrective action is not taken, it may result in termination of this contract. During the life of the contract, the contractor will be expected to demonstrate good faith efforts at goal attainment as provided by 49 CFR 26. The contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains the Department’s written consent to substitute and, unless the Department’s consent is provided the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. Participation will be counted toward fulfillment of the DBE goal as follows: (A) When a DBE participates in a contract, the Contractor counts only the value of the work actually performed by the DBE toward DBE goals. (1) Count the entire amount of the portion of a construction RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 32 of 44 contract (or other contract not covered by paragraph (A) (2) of this section) performed by the DBE’s own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate). (2) Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical consultant, or managerial services, or for providing bonds or insurance specifically required for the performance of a DOT-assisted contract, toward DBE goals, provided the Department determines the fee is reasonable and not excessive as compared with fees customarily allowed for similar services. (3) When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward DBE goals only if the DBE’s subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. (B) When a DBE performs as a participant in a joint venture, count a portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work of the contract the DBE performs with own forces toward DBE goals. (C) Count expenditures to a DBE contractor toward DBE goals only if the DBE is performing a commercially useful function on that contract. (1) A DBE performs a commercially useful function when responsible for execution of the work of the contract and carrying out responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. (2) A DBE does not perform a commercially useful function if their role is limited to being an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. (3) If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of their contract with their own work force, RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 33 of 44 or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the Department will presume the DBE is not performing a commercially useful function. (4) When a DBE is presumed not to be performing a commercially useful function as provided in paragraph (C) (3) of this section, the DBE may present evidence to rebut this presumption. (5) The Department’s decisions on commercially useful function matters are subject to review by the US DOT, but are not administratively appealable to the US DOT. (D) The following factors are to be used in determining whether a DBE trucking company is performing a commercially useful function: (1) The DBE must be responsible for the management and supervision of the entire trucking operation for which they are responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals. (2) The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. (3) The DBE receives credit for the total value of the transportation services it provides on the contract using trucks it owns, insures, and operates using drivers it employs. (4) The DBE may lease trucks from another DBE firm, including an owner / operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provided on the contract. (5) The DBE may also lease trucks from a non-DBE and is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. (6) For purposes of this paragraph (D), a lease must indicate the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 34 of 44 (E) Count expenditures with DBEs for materials or supplies toward DBE goals as provided in the following: (1) (i) If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. (ii) For purposes of this paragraph, a manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. (2) (i) If the materials or supplies are obtained from a DBE regular dealer, count 60 percent of the cost of the materials or supplies toward DBE goals. (ii) For purposes of this section, a regular dealer is a firm owning, operating, or maintaining a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. (A) To be a regular dealer, the firm must be an established, regular business engaging, as its principal business and under its own name, in the purchase and sale or lease of the products in question. (B) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business as provided in this paragraph (E)(2)(ii) if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. (C) Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph (E)(2). (3) With respect to materials or supplies purchased from a DBE which is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, toward DBE goals, provided you determine the fees to be reasonable and not excessive as compared with fees customarily allowed for similar services. Do RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 35 of 44 not count any portion of the cost of the materials and supplies themselves toward DBE goals, however. (4) You must determine the amount of credit awarded to a firm for the provision of materials and supplies (e.g., whether a firm is acting as a regular dealer or a transaction expediter) on a contract-by-contract basis. Do not count the participation of a DBE subcontractor toward the prime contractor’s DBE achievements until the amount being counted toward the goal has been paid to the DBE. (5) No participation will be counted not in compliance with Special Provision entitled “Criteria for Acceptability” which is a part of this contract or with any provisions included in 49 CFR Part 26. (6) If the contract amount overruns, the contractor will not be required to increase the dollar amount of DBE participation. If the contract amount under runs, the contractor will not be allowed to under run the dollar amount of DBE participation except when the DBE subcontracted items themselves under run. REPORTS A. The contractor shall submit a “DBE Participation Report” on this contract monthly which shall include the following: 1. The name of each DBE participating in the contract. 2. A description of the work to be performed, materials, supplies, and services provided by each DBE. 3. Whether each DBE is a supplier, subcontractor, owner/operator, or other. 4. The dollar value of each DBE subcontract or supply agreement. 5. The actual payment to date of each DBE participating in the contract. 6. The report shall be updated by the Prime Contractor whenever the approved DBE has performed a portion of the work that has been designated for the contract. Copies of this report should be transmitted promptly to the Engineer. Failure to submit the report within 30 calendar days following the end of the month may cause payment to the contractor to be withheld. 7. The Prime Contractor shall notify the Project Manager at least 24 hours prior to the time the DBE commences working on the project. The DBE must furnish supervision of the DBE portion of the work, and the person responsible for this supervision must report to the Project Manager when RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 36 of 44 they begin work on the project. They must also inform the Project Manager when their forces will be doing work on the project. B. In order to comply with 49 CFR 26.11, the Prime Contractor shall submit documentation regarding all payments made from the Prime to all DBE subcontractors on federal aid projects in the form of copies of cancelled checks or notarized electronic documentation which validates said payments made on the DBE Monthly Participation Reports. This information shall be required monthly and submitted with the DBE Monthly Participation Report. C. Failure to respond within the time allowed in the request will be grounds for withholding all payments on all Contracts. SUBSTITUTION OF DBEs: The Contractor shall make reasonable efforts to replace a DBE Subcontractor unable to perform work for any reason with another DBE. The Department shall approve all substitutions of Subcontractors in order to ensure the substitute firms are eligible DBEs. When a DBE subcontractor is terminated, or fails to complete its work on the contract for any reason, the prime contractor must make good faith efforts to find another DBE subcontractor to substitute for the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal. The good faith efforts shall be documented by the contractor. If the recipient requests documentation under this provision, the contractor shall submit the documentation within 7 days, which may be extended for an additional 7 days if necessary at the request of the contractor, and the recipient shall provide a written determination to the contractor stating whether or not good faith efforts have been demonstrated. CERTIFICATION OF DBEs: To ensure the DBE Program benefits only firms owned and controlled by Disadvantaged Individuals, the Department shall certify the eligibility of DBEs and joint ventures involving DBEs named by bidders. Questions concerning DBE Certification/Criteria should be directed to the GDOT EEO Office at (404) 631-1972. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 37 of 44 EVIDENCE OF GOOD FAITH EFFORTS This completed form should be furnished to AUGUSTA, GEORGIA CURRENT DATE: / / RFP/RFQ/P.O./Bid/Solicitation/Other: PROJECT DESCRIPTION: BIDDER/OFFERER(FIRM): CONTACT PERSON: TELEPHONE: ADDRESS: CITY: STATE: ZIP: EMAIL: YES NO EVIDENCE OF GOOD FAITH EFFORTS PRE‐BID MEETING(S): The bidder/offerer attended all pre‐bid meetings scheduled by AUGUSTA, GEORGIA to inform DBEs of contracting and subcontracting opportunities. COMMUNITY RESOURCES: The bidder/offerer used the services of available community organizations, small and/or disadvantaged business assistance offices and other organizations that provided assistance in the recruitment and placement of DBE firms. DBE LIST(S): The bidder/offerer utilized the GDOT list of certified DBE firms found on the GDOT website. ADVERTISEMENT: The bidder/offerer advertised in general circulation and/or trade association publications concerning subcontracting opportunities, and allowed DBEs reasonable time to respond. WRITTEN NOTICE(S): The bidder/offerer took the necessary steps to provide written notice in a manner reasonably calculated to inform DBEs of subcontracting opportunities and allowed sufficient time for them to participate effectively. SMALL CONTRACT(S):The bidder/offerer selected specific portions of the work to be performed by DBEs in order to increase the likelihood of meeting the DBE goals (including breaking down contracts into smaller units to facilitate DBE participation). INFORMATION: The bidder/offerer provided interested DBEs with adequate information about the plans, specifications and requirements of the subcontract. FOLLOW‐UP: The bidder/offerer followed‐up initial indications of interest by DBEs by contacting those DBEs to determine with certainty if they remained interested in bidding. GOOD FAITH NEGOTIATIONS: The bidder/offerer negotiated in good faith with interested DBEs and did not reject DBEs as unqualified without sound business reasons based on a thorough investigation of their capabilities. To determine whether a bidder/offerer has demonstrated good faith efforts to reach the DBE utilization goal(s) on the above‐referenced project, AUGUSTA, GEORGIA will consider, AT A MINIMUM, EVIDENCE OF GOOD FAITH EFFORTS as described in the table below. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 38 of 44 EVIDENCE OF GOOD FAITH EFFORTS a) A report of all proposals received from a joint venture of DBE firms. The report shall indicate the action taken by the bidder/offerer in response to the submitted proposals that have been rejected, and the reason for rejection shall be indicated. b) Documentation of efforts to enter into agreements with DBE firms for contracted work and efforts to arrange for a joint venture, partnership or other business relationship with DBEs. c) Documented contact with DBE firms, associations, or business development organizations which disseminate information to DBE firms. d) A copy of letters sent to groups in relevant market sectors notifying them of the bidder's/offerer's intent to submit a proposal to AUGUSTA, GEORGIA. e) Description of assistance provided by the bidder to DBE firms: 1. Review of Request for Proposal or other documents issued by AUGUSTA, GEORGIA. 2. Review of the Scope of Work to be performed. 3. Efforts to assist interested DBEs with bonding, insurance, lines of credit as required by the bidder/offerer. f) Documentation of any other effort(s) undertaken by the bidder to encourage the participation of DBE firms. g) Overall operation of the bidder/offerer may be considered in evaluating the Evidence of Good Faith Efforts of the bidder/offerer to comply with the goals and intent of the disadvantaged business enterprise goals for AUGUSTA, GEORGIA. h) Any other documentation to demonstrate Evidence of Good Faith Efforts to satisfy the objectives outlined above. ASSISTANCE You may contact the DBE Liaison Officer for assistance with completing any DBE form or document. You may also contact the DBE Liaison Officer for assistance in identifying available, capable, and willing DBE firms. CONTACT US Kellie S. Irving Compliance Department Director Augusta, Georgia 535 Telfair Street, Suite 710 706.826.1325 kirving@augustga.g ov www.augustaga.gov RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 39 of 44 DBE GOAL FORMS The following exhibits must be submitted to complete your proposal. Please complete the forms in their entirety as applicable to the bid proposal instructions. Exhibit 1 Letter of Intent Exhibit 2 Schedule of DBE Participation Exhibit 3 DBE Unavailability Report Exhibit 4 DBE Utilization Report Exhibit 5 Final DBE Utilization Report RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 40 of 44 EXHIBIT 1 LETTER OF INTENT To Utilize a Disadvantaged Business Enterprise (DBE) Subcontractor/Subconsultant From: (Name of Proposer/Bidder) To: Augusta, Georgia’s Selection Committee Project Description: In response to Augusta, Georgia’s Bid No. , the undersigned hereby agree to utilize as a subcontractor the firm listed below, if awarded the contract. The undersigned further certify that the firm has been contacted and properly apprised of the projected work assignment(s) upon execution of the contract with Augusta, Georgia. Name of Firm: (Proposed DBE Subcontractor/Subconsultant) Expiration of DBE Certification: (Attach copy of DBE certification) Projected Work Assignment: Enter description of work assignment Projected Percentage of Prime’s Contract Fees to be Awarded: (Dollar Amount or Percentage %) (Signature of Owner or Authorized Rep.) (Date) Subscribed and sworn to before me this day of 20 . (Notary’s Signature) (Notary Seal) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - (ACKNOWLEDGEMENT BY THE PROPOSED DBE FIRM) The undersigned intends to perform work in connection with the above Contract as (check one) an individual a partnership a corporation a joint venture. The undersigned agrees with the prime contractor’s/consultant’s proposal and further certifies that all information provided herein is true and correct. (Signature of Owner or Authorized Rep.) (Date) State of County of Sworn and subscribed before me this day of , Notary Print Name Notary Signature Commission Expires , Identification Produced: Notary Seal RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 41 of 44 EXHIBIT 2 SCHEDULE OF DBE PARTICIPATION (To be submitted with an executed Letter of Intent from each DBE firm listed in this form) BID/RFP #: DATE FORM SUBMITTED: PROJECT NAME: PROJECT START DATE: PRIME CONTRACTOR: ADDRESS: CONTACT PERSON: TELEPHONE #: DBE Subcontractor Expiration of Certification DBE Contact Phone Type of Work To Be Performed $ Estimated Sub-Contract Amount $ $ $ $ $ Total Estimated Dollar ($) DBE Participation $ DBE Subcontractor Participation Percentage (Total estimated amount allocated to DBEs divided by Total Contract Amount) % The listing of a DBE shall constitute a representation by the bidder/responder to Augusta, Georgia that such DBE has been contacted and properly apprised of the upcoming County project. Bidders/Responders are advised that the information contained herein is subject to verification by Augusta, Georgia’s contract representative, with the concurrence of Augusta, Georgia’s DBE Liaison, and that submission of said information is an assertion of its accuracy, per the requirements of the DBE Program. I certify that the above information is true to the best of my knowledge: Signature Title Date THIS DOCUMENT MUST BE PROVIDED WITH THE SUBMITTAL AND SIGNED BY THE PERSON SIGNING THE SUBMITTAL RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 42 of 44 EXHIBIT 3 SAMPLE - DBE Unavailability Report BID NO. (NAME OF PRIME CONTRACTOR) (ADDRESS) (TELEPHONE NO.) _ The undersigned representative of the prime contractor, personally appeared before the undersigned officer, authorized to administer oaths who, after being duly sworn, states that the undersigned has contacted the DBEs listed below and that said DBEs are unavailable to perform or to submit a bid which was not the low acceptable bid set forth, and that the following information regarding DBE subcontractors is true and correct to the best of his/her knowledge: 1. The following DBE contractors were invited to bid subcontract work, but were not available to work. (Provide copy of the invitation, dates, List of DBEs, address, and responses.) 2. The following DBE contractors were invited to bid subcontract work, but did not respond to the invitation. (Provide copy of the invitation, dates, List of DBEs, address) 3. The following DBE contractors submitted bids which were not the low acceptable bids. (Provide copy of the responses and your analysis as to why the bids were not acceptable). If you did not get any responses to your solicitation of DBE contractors, please detail your efforts to recruit eligible firms, i.e., advertising, personal calls, mailing lists, etc. Information provided will be verified. Attach all supporting documents such as newspaper ads, phone lists, mailing lists, etc. Your report should include information as detailed above. The report should be signed by the same person signing the Bid submittal. Signature: Title: Date: RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 43 of 44 DBE UTILIZATION REPORT EXHIBIT 4 Report No. CONTRACT #: CONTRACT AMOUNT: $ DATE FORM SUBMITTED: PROJECT DESCRIPTION: PROJECT COMPLETION DATE: PRIME CONTRACTOR: PERIOD ENDING: CONTACT PERSON: TELEPHONE #: FAX # SUBCONTRACTING INFORMATION TO BE SUBMITTED MONTHLY TO AUGUSTA, GEORGIA’S CONTRACT REPRESENTATIVE AND THE DBE LIAISON (kirving@augustaga.gov) DBE Subcontractor Original Agreed Price Revised Agreed Price % of Work Completed To Date Amount Paid This Period Amount Paid To Date Gender Ethnic Category M F B H A NA W I attest that the information submitted in this report is in fact true and correct to the best of my knowledge Signature Title Date Note: The information provided herein is subject to verification by Augusta, Georgia’s DBE Liaison. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 44 of 44 FINAL DBE UTILIZATION REPORT EXHIBIT 5 (To be submitted with the final invoice) CONTRACT #: CONTRACT AMOUNT: DATE FORM SUBMITTED: PROJECT DESCRIPTION: PROJECT COMPLETION DATE: PRIME CONTRACTOR: PERIOD ENDING: CONTACT PERSON: TELEPHONE #: ( ) FAX # ( ) SUBCONTRACTING INFORMATION All payments made to DBE subcontractors must be reported on this form. DBE Subcontractor Description of Work Original Amount (Agreed to Price) Final Subcontract Amount Total Amt Paid Gender Ethnic Category M F B H A NA W TOTALS: I attest that the information submitted in this report is in fact true and correct to the best of my knowledge Signature Title Date Note: The information provided herein is subject to verification by Augusta, Georgia’s DBE Liaison 1 CONSULTANT SERVICES AGREEMENT Between AUGUSTA, GEORGIA And VANESSE, HANGEN BRUSTLIN INC. – VHB THIS AGREEMENT made and entered into this ______ day of __________ 2018 by and between AUGUSTA, GEORGIA, a political subdivision of the State of Georgia, hereinafter referred to as “AUGUSTA” or "CLIENT” and VANESSE, HANGEN BRUSTLIN INC. – VHB a Massachusetts corporation authorized to do business in Georgia, hereinafter referred to as the (CONSULTANT), for the following reasons: WHEREAS, the AUGUSTA desires to engage a qualified and experienced planning and engineering consulting firm to develop a Congestion Management Process Update for the Augusta Regional Transportation Study (ARTS)- Metropolitan Planning Organization (MPO) planning area pursuant to the Request For Proposal (RFP) #18-159, hereinafter referred to as the (PROJECT); and WHEREAS, the CONSULTANT responded to the aforementioned RFP and has represented to AUGUSTA that it is experienced and qualified to provide the services contained therein; and WHEREAS, AUGUSTA has relied on such representations and selected the CONSULTANT as the most qualified respondent based on its submittal. NOW, THEREFORE, in consideration of the foregoing, the provisions contained herein and the mutual benefits derived herefrom, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, it is agreed by and between AUGUSTA and the CONSULTANT as follows: ARTICLE I TERM AND PERIOD OF SERVICE The term of this Agreement shall commence on May ___, 2018 and extend through March 31, 2019. The term of this Agreement may be extended only by written renewal approved by the Augusta Georgia Board of Commissioners and the CONSULTANT in accordance with the AUGUSTA, GEORGIA Code. ARTICLE II SCOPE OF SERVICES AND PROCEDURE The required services for the PROJECT are as enumerated and described in Exhibit A – RFP submittal by the CONSULTANT, Exhibit B – Augusta’s RFP Solicitation No. #18-159 for Consulting Services to develop the Congestion Management Process Update for the Augusta Regional Transportation Study (ARTS)- Metropolitan Planning Organization and Exhibit C - Cost Proposal, which documents are attached hereto and incorporated in their entirety by reference and further specified herein. 2 ARTICLE III REVIEW OF WORK Authorized representatives of the CLIENT, ARTS MPO, Georgia Department of Transportation (GDOT), South Carolina Department of Transportation (SCDOT), Aiken County, SC and the Federal Highway Administration may at all reasonable times review and inspect the PROJECT activities, financial reports and data collected under the terms of this Agreement and any amendments thereto. The CONSULTANT shall maintain all required records pertinent to this Agreement for a period of three (3) years after final payment is made. All reports, drawings, studies, specifications, estimates, maps, and computations prepared by or for the CONSULTANT pursuant to this PROJECT, shall be available to authorized representatives of the CLIENT and representatives of the Federal Highway Administration for inspection and review at all reasonable times in the General Offices of the CLIENT. Acceptance shall not relieve the CONSULTANT of its professional obligation to correct, at its expense, any of its errors in the work. ARTICLE IV COMPENSATION AND PAYMENT SECTION A - TOTAL COST The CLIENT shall compensate the CONSULTANT for the proper performance of services under this Agreement a lump sum amount not to exceed two hundred thousand dollars and no/100 cents ($200,000.00) as presented in Exhibit C – Cost Proposal for the completion of the Scope of Work. SECTION B - PAYMENT The CONSULTANT shall submit monthly invoices to the CLIENT. The invoices shall include charges for all labor and costs in accordance with the Scope of Services listed in Attachment A. The monthly invoice shall be accompanied by monthly progress reports that indicate the status of the project. Unless there is a dispute regarding compensation owed to Consultant, Augusta agrees to pay all approved invoices within thirty (30) days of receipt. The CLIENT shall not be obligated to pay any invoices, which are not in accord with the terms of this Agreement. By acceptance of the CLIENT's payment of an invoice amount, CONSULTANT releases the CLIENT from any and all claims for service provided and/or work performed through the date of the invoice. SECTION C - FINAL PAYMENT It is further agreed that upon completion of the work by the CONSULTANT and its acceptance by the CLIENT including the receipt of any final written submission of the CONSULTANT and the 3 approval thereof by the CLIENT, the CONSULTANT shall submit to the CLIENT a final invoice. Upon approval of the final invoice by the CLIENT, the CLIENT will pay the CONSULTANT a sum equal to one hundred percent (100%) of the total compensation as set forth in Article V, Section A, less the total of all previous partial payments, paid or in the process of payment. In no event shall this amount exceed the total lump sum amount under this Agreement as set out in this Article. Should the CLIENT fail to pay CONSULTANT all amounts under an invoice when such amounts are due, CONSULTANT may, after providing ten (10) days written notice, suspend its performance of services until such time as all past due amounts have been paid and the time for performance has been extended to overcome the effects of the suspension. The CONSULTANT agrees that acceptance of this final payment shall be in full and final settlement of all claims arising against the CLIENT for work done, materials furnished, costs incurred, or otherwise arising out of this Agreement and shall release the CLIENT from any and all claims arising out of the CONSULTANT'S work for the CLIENT for and on account of said Agreement, and any and all work done, and labor and materials furnished, in connection with the same, including any work by any subcontractor, unless CONSULTANT has provided notice of a claim to the CLIENT prior to accepting final payment. ARTICLE V SUBSTANTIAL CHANGES If, prior to the satisfactory completion of the services under this Agreement, the CLIENT materially alters the scope, character, complexity or duration of the services from those required under the Agreement, a supplemental agreement may be executed between the parties. Minor changes in the work which do not involve increased compensation, extensions of time or changes in the goals and objectives of the work may be made by written notification of such change by either the CLIENT or the CONSULTANT with written approval by the other party. ARTICLE VI AUTHORIZATION AND APPROVAL The CONSULTANT must begin work under this Agreement no later than five (5) business days after the effective date of this Agreement. The CONSULTANT shall complete all work described in Article II by __March 31, 2019 ____________ _. ARTICLE VII INDEPENDENT PARTIES AUGUSTA, GEORGIA and the CONSULTANT shall at all times be considered independent parties and, in no event, shall either be liable for the actions, omissions, debts and obligations of the other. CONSULTANT shall not have any claim against AUGUSTA, GEORGIA for vacation pay, paid sick leave, retirement benefits, social security, workers compensation, health, disability, professional malpractice or unemployment insurance benefits or other benefits. 4 ARTICLE VIII RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT hereby indemnifies and holds harmless the CLIENT, its officers, agents and employees from and against any and all suits, claims, actions, losses, expenses, or damages of any nature whatsoever that arise out of the negligent acts, errors, or omissions of the CONSULTANT or the CONSULTANT'S subcontractors in the performance of work under this Agreement. These indemnities shall not be limited by reason of any insurance coverage or limits on insurance coverage held by the CONSULTANT or the CONSULTANT'S employers, agents and subcontractors or by other indemnities given herein. ARTICLE IX INSURANCE Prior to beginning work, the CONSULTANT shall obtain and furnish certificates to the CLIENT for the following minimum amounts of insurance: (1) Workman's Compensation Insurance in accordance with the laws of the State of Georgia. (2) Public Liability Insurance in an amount of not less than one hundred thousand dollars ($100,000.00) for injuries, including those resulting in death to any one person, and in an amount of not less than three hundred thousand dollars ($300,000.00) on account of any one occurrence. (3) Property Damage Insurance in an amount of not less than fifty thousand dollars ($50,000.00) from damages on account of any occurrence, with an aggregate limit of one hundred thousand dollars ($100,000.00). (4) Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, statistical data, surveys or other similar data relating to the work covered by the PROJECT. Insurance shall be maintained in full force and effect during the life of the Agreement and until final completion of the PROJECT. ARTICLE X OWNERSHIP OF DOCUMENTS Subject to the CONSULTANT being paid for services performed, the CONSULTANT agrees that all reports, drawings, computer disks, specifications, survey notes, estimates, maps, computations and other data prepared by or for it under the terms of this Agreement shall be delivered to, become and remain the property of the CLIENT upon termination or completion of the work. 5 ARTICLE XI SUBLETTING, ASSIGNMENT OR TRANSFER It is understood by the parties of this Agreement that the work of the CONSULTANT is considered personal by the CLIENT. The CONSULTANT agrees not to assign, sublet or transfer any or all of its interest in this Agreement without prior written approval by the CLIENT. The CLIENT reserves the right to review all subcontracts prepared in connection with the Agreement, and the CONSULTANT agrees that, if requested, it shall submit to the CLIENT any proposed subcontract documents together with subcontractor cost estimates for review and written concurrence of the CLIENT in advance of their execution. All subcontracts in the amount of $10,000.00 or more shall include the provisions set forth in all articles in this Agreement. ARTICLE XII MAINTENANCE OF CONTRACT COST RECORDS The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the PROJECT and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement and for three years from the date of final payment under this Agreement, for inspection by the CLIENT and any reviewing agencies, and copies thereof shall be furnished upon request. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee or transferee. ARTICLE XIII TERMINATION Either party may, for its own convenience and at its sole option, without cause and without prejudice to any other right or remedy of other party, elect to terminate this Agreement, in whole or in part, by delivering to the address listed in the Notices article of this Agreement, a written notice of termination specifying the effective date of termination. Such notice shall be delivered at least thirty days (30) days prior to the effective date of termination. The CLIENT reserves the right to terminate this Agreement at any time for just cause, or for any cause, upon thirty (30) days written notice to the CONSULTANT, notwithstanding any just claims by the CONSULTANT for payment of services rendered prior to the date of termination. Upon receipt of such notice of termination, the CONSULTANT shall discontinue and cause all work under this Agreement to terminate upon the date specified in the said notice. All obligations cease upon the CLIENT's notification to CONSULTANT. AUGUSTA, GEORGIA will however honor those obligations made in accordance with the Terms of Agreement, Scope of Work listed in Exhibit A, which were made in good faith prior to such written notification. 6 Upon termination, notwithstanding the herein above provisions, all finished or unfinished documents, data, studies, and reports prepared by the CONSULTANT in accordance with the Scope of Work listed in Exhibit A shall become the property of and be delivered to AUGUSTA, GEORGIA. The CLIENT shall promptly pay the CONSULTANT for all services performed to the effective date of termination provided that the CONSULTANT submits to Augusta properly computed invoices no later than thirty (30) days after the effective date of termination. CONSULTANT Default - If the CONSULANT defaults by failing to substantially perform in accordance with the terms of this Agreement, AUGUSTA, GEORGIA, in its sole discretion, may, in the case of a termination for breach or default, allow contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions. If CONSULTANT fails to remedy to the CLIENT 's satisfaction the breach or default of any of the terms, covenants, or conditions of this Agreement within ten (10) days after receipt by consultant or written notice from the CLIENT setting forth the nature of said breach or default, the CLIENT shall have the right to terminate the Contract without any further obligation to contractor. Any such termination for default shall not in any way operate to preclude Augusta from also pursuing all available remedies against contractor and its sureties for said breach or default. If CONSULTANT fails to perform the services within the time specified in this contract or any extension or if the Consultant fails to comply with any other provisions of this contract, Augusta may terminate this contract for default. Th e CLIENT shall terminate by delivering to CONSULTANT a notice of termination specifying the nature of default CONSULTANT shall only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. ARTICLE XIV SEVERABILITY If any provision of this Agreement is held to be invalid, illegal, or unenforceable for any reason, the validity, legality and enforceability of the remaining provisions of this Agreement will not be adversely affected. ARTICLE XV PUBLICATION AND PUBLICITY Articles, papers, bulletins, data, studies, statistics, interim or final reports, oral transmittals or any other materials reporting the plans, progress, analyses, results, or findings of work conducted under this Agreement shall not be presented publicly or published without prior written approval by the CLIENT. IT IS FURTHER AGREED that if any information concerning the PROJECT, its conduct, results or data gathered or processed should be released by the CONSULTANT without prior approval from the CLIENT, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULTANT. In addition, the CONSULTANT shall indemnify and hold harmless the CLIENT, its officers, employees, and agents from any liability arising from such unauthorized release of data. 7 Further, CONSULTANT acknowledges that under Georgia law its records, accounts, correspondence, and other documentation pertaining to this Agreement, may be public records subject to Georgia’s Open Records Act (O.C.G.A. § 50-18-70, et seq.). CONSULTANT agrees to deliver immediately to the CLIENT any request made to CONSULTANT under the Georgia Open Records Act and to cooperate fully in responding to any request made either to CLEINT or CONSULTANT and making all records, not exempt, available for inspection and copying as provided by Georgia law. ARTICLE XVI CONFIDENTIALITY The CONSULTANT shall comply with all applicable federal, state, and local laws and regulations relating to confidentiality and privacy. T h e CONSULTANT agrees to take reasonable steps to insure the physical security of any confidential data under its control. The CONSULTANT agrees that it will inform each of its employees or agents having any involvement with personal data other confidential information of the laws and regulations relating to confidentiality. ARTICLE XVII COPYRIGHTING The CONSULTANT and the CLIENT agree that any papers, interim reports, forms, and other material which are a part of work under this Agreement are to be deemed a "work made for hire", as such term is defined in the Copyright Laws of the United States. As a "work made for hire", all copyright interests in said works will vest in the CLIENT upon creation of the copyrightable work. If any papers, interim reports, forms, or other material which are a part of work under this Agreement are deemed by law not to be a "work made for hire", any copyright interests of the CONSULTANT are hereby assigned completely and solely to the CLIENT. The CLIENT reserves publication rights to any works produced under this Agreement. ARTICLE XVIII FEDERAL, STATE AND LOCAL CLAUSES This agreement incorporates by reference the following Federal Highway Administration and Augusta Georgia 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 CONSULTANT is obligated by and to AUGUSTA, GEORGIA (hereinafter referred to as Augusta, Georgia or the CLIENT) for any specifications or documentation required of Augusta, Georgia under these clauses. As set forth in the RFP 18-159 as follows: 1. Minority/Women Business reference page 9 2. Statement of Non-Discrimination reference page 6, 3. Non-Collusion reference page 6 4. Conflict of Interest reference page 7 5. Contractor Affidavit and Agreement reference page 7 6. Local Small Business Opportunity Program reference page 9 8 7. Title VI reference page 15, and 8. Disadvantage Business Enterprise reference page 25-44 ARTICLE XIX NOTICES Any notice or consent required to be given by or on behalf of any party hereto to any other party hereto shall be in writing and shall be sent by (a) registered or certified United States mail, return receipt requested, postage prepaid, (b) personal delivery to the Strategic Long Range Planning Manager or Deputy Director of Augusta Planning and Development Department, (c) overnight courier service, or (d) delivered in person to the Consultant, his or her authorized representative. All notices sent to the addresses listed below shall be binding unless said address is changed in writing no less than two weeks before such notice is sent. Future changes in address shall be effective upon written notice being given via certified first class U.S. mail, return receipt requested. Such notices will be addressed as follows: If to CLIENT: Carletta Singleton, Planning Manager, Strategic Long Range Planning Martin Laws, Deputy Director Augusta Planning and Development Department 535 Telfair Street, Suite 300 Augusta, Georgia 30901 With a copy to: General Counsel Augusta Law Department 535 Telfair Street, Building 3000 Augusta, Georgia 30901 If to CONSULTANT: Grady Smith, Program Manager VANESSE, HANGEN BRUSTLIN INC. – VHB 1355 Peachtree Street NE Suite 100 Atlanta, Georgia 30309 9 ARTICLE XX CONTRACT DISPUTES This Agreement shall be deemed to have been executed in Richmond County, Georgia, and all questions of interpretation and construction shall be governed by the laws of the State of Georgia. All claims, disputes and other matters in question between the CLIENT and CONSULTANT arising out of or relating to this Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. CONSULTANT, by executing this Agreement, specifically consents to jurisdiction of the State of Georgia and to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. ARTICLE XXI COMPLIANCE WITH APPLICABLE LAW A. The undersigned certify that the provisions of Sections 45-10-20 through 45-10-28 of the Official Code of Georgia Annotated relating to Conflict of Interest and State Employees and Officials Trading with the State have been complied with in full. B. IT IS FURTHER CERTIFIED that the provisions of Sections 50-24-1 through 50- 24-6 of the Official Code of Georgia Annotated, relating to the "Drug-Free Workplace Act" have been complied with in full, as stated in Exhibit D of this Agreement. C. IT IS FURTHER AGREED that the CONSULTANT shall comply and shall require its subcontractors to comply with the regulations for COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964, as amended, and 23 C.F.R. 710.405(b) as stated in Exhibit E of this Agreement. The covenants herein contained shall, except as otherwise provided, accrue to the benefit of and be binding upon the successors and assigns of the parties hereto. IN WITNESS WHEREOF, said parties have hereunto set their hand and affixed their seals the day and year above first written. By:_________________________________ ____________________________________________ Notary Public By:_______________________________ Grady Smith, Program Manager VANESSE, HANGEN BRUSTLIN INC. – VHB 10 ____________________________________________ Notary Public 11 EXHIBIT A SCOPE OF WORK The Augusta Regional Transportation Study (ARTS-MPO) is a bi-state Metropolitan Planning Organization (MPO) covering the Augusta-Richmond County, GA, and Aiken County, SC urbanized area. The ARTS planning area includes Richmond County, part of Columbia County, and the Cities of Hephzibah, and Blythe in Georgia; and part of Aiken and Edgefield Counties in South Carolina including Cities of Aiken, North Augusta, New Ellenton and Burnettown. The Augusta Planning and Development Department administers and provides technical planning staff for the federal transportation planning process in partnership with GDOT, SCDOT, FHWA, FTA, Aiken County Planning and Development Department, Augusta Public Transit Dept. and the Lower Savanah Council of Governments. A Congestion Management Process (CMP) is integral to transportation planning in the ARTS area. The Congestion Management Process (CMP) is intended to include procedures to alleviate or reduce anticipated increases in roadway congestion and ensure that “federal, state, and local agencies” join with regional transit providers, business, private and environmental interests to develop and implement comprehensive strategies needed to develop appropriate responses to transportation needs. The purpose of the ARTS CMP is to document congestion/travel reliability on major transportation corridors in the study area; issues related to special events, work zones and atmospheric conditions; identify and implement strategies for reducing or eliminating congestion to improve travel reliability, and track the effectiveness of congestion/travel reliability mitigation projects. The CMP will describe the framework for the ongoing process and include elements of the roadway system, traffic level of service standards, performance elements, trip reduction and travel demand. The Congestion Management Process update will address planning factors and performance measures mandated by the Fixing America Surface Transportation Act (FAST Act) that are appropriate for inter-county transportation planning. The roadway network within the ARTS MPA includes 52 corridors designated as federal-aid roadways, such as interstates, freeways, multi-lane highways, rural highways, and arterials. Since congestion/travel reliability results from various travel system deficiencies which are identified by different criteria, the existing processes for data collection and analysis, identification of innovative and applicable congestion mitigation strategies monitoring methodologies will be analyzed, redefined and updated. This work is based on federal guidelines, best practices, available data, engineering and planning techniques. The descriptions of the regional CMP system is included in Attachment X. The RFP shall include but not limited to engineering and planning approaches to the following tasks: Task 1: Review and Conduct Assessment of the Existing CMP Task 1 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 2: Research CMP Best Practices - research relevant CMP best practices for similar 12 Transportation Management Areas in Georgia and South Carolina. There are many examples of best practice assessments regarding Congestion Management Process. This task will identify relevant MPO experiences with CMP that offer innovative approaches appropriate for the ARTS area. Task 2 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 3: Develop a Stakeholder and Public Outreach Approach Attendance and presentations on reports of up to any of three total combined meetings of the ARTS MPO committees, County Council, City Council, Town Council or Planning Commissions may be required. Task 3 - Deliverables: Draft and Final Reports. Task 4: Data Collection and Analysis of Existing and Future CMP Transportation System Network - collect data currently available for the roadway network and intersections from the Annual Traffic Crash and Intersection Report and traffic data reports from state and local agencies to help reduce the data collection effort. Task 4 - Deliverables: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation Database or Update; Presentations to MPO committees. Task 5: Analyze Traffic Congestion Problems and Needs – evaluate current traffic conditions and evaluate characteristics for the existing CMS c orridors in the study area. Review and analyze existing transportation improvement projects in the FY 2017-2022 Transportation Improvement Program, planned projects in the 2040 Long- Range Transportation Plan (LRTP/MTP) relevant traffic and transportation studies and other regionally significant transportation projects completed for the MPO and any jurisdictions within the study area. Conduct traffic analysis of current and future levels of congestion/travel reliability on existing major and minor thoroughfares, collectors, and intersections resulting in a corridor traffic data profile. Task 5 - Deliverable: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation System Database; and GIS shape files. Task 6: Review and refine Goals and Objectives - review and refine existing regional goals and objectives addressing congestion management. Task 6 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 7: Develop Multimodal Performance Measures – using the traffic and travel analysis in Task 4 and 5, develop guidelines and performance measures to address traffic congestion/travel reliability, safety, regional transportation issues, as well as existing 13 and future transportation conditions. These performance measures should be developed in coordination and support the travel reliability, performance measures and targets set by the States of Georgia and South Carolina in consultation with FHWA and FTA. Task 7 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 8: Review and Update Existing CMP Strategies – develop a package of multimodal congestion/travel reliability management strategies for each corridor. Also, include an evaluation of previously implemented congestion/reliability focused projects and/or strategies to support a before & after evaluation of projects to guide in the selection of future projects. Task 8 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process – this task will include developing a step-by-step process for data collection, updating the GIS attribute database and spatial analysis, evaluations of previously implemented congestion/travel reliability projects or strategies in the area, and reporting annual traffic congestion/travel reliability conditions and travel data. This task will also include developing a project prioritization process. Task 9 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS based Performance Database. Task 10: Develop CMP System Performance Monitoring Evaluation - develop corridor profiles for each CMP corridor summarizing existing conditions, level of congestion/travel reliability, performance measures, strategies, recommendations, project prioritization and implementation process/schedule in the creation of an annual CMP report. Task 10 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS analytical reporting tool – Annual Performance Monitoring Report based Database. 14 EXHIBIT B Augusta’s RFP #18-159 for Consulting Services to develop the Congestion Management Process Update for the Augusta Regional Transportation Study (ARTS)- Metropolitan Planning Organization 15 Exhibit C - Cost Proposal Cost Proposal Proposed CMP Update Project Budget - By Task Task Amount % By Task Task 0: Project Management 14,000.00 8% Task 1: Review and Conduct Assessment of the Existing CMP 8,750.00 5% Task 2: Research CMP Best Practices 8,750.00 5% Task 3: Develop a Stakeholder and Public Outreach Approach 7,000.00 4% Task 4: Data Collection and analysis of Existing and Future CMP Transportation System Network 26,250.00 15% Task 5: Analyze Traffic Congestion Problems and Needs 17,500.00 10% Task 6: Review and Refine Goals and Objectives 7,000.00 4% Task 7: Develop Multi-Modal Performance Measures 10,500.00 6% Task 8: Review and Update Existing CMP Strategies 15,750.00 9% Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process 19,250.00 11% Task 10: Develop CMP System Performance Monitoring Evaluation 38,500.00 22% Task 11: Draft and Final Reports 1,750.00 1% TOTAL $175,000 100% Optional Additional Elements Improved dashboard with enhanced search and query, drill down charting and graphics 25,000.00 Project Manager Sr. Planner/ Engineer Sr. GIS Programmer/A nalyst Planner/ Engineer Admin Total Hours Total Cost Task 0: Project Management 26 37 8 0 9 80 $ 13,043 Task 0.1: PM Team & Client Coordination Meetings 18 9 0 0 0 27 $ 5,400 Task 0.2: Project Management Plan/Invoicing/Progress Reports 0 4 0 0 9 13 $ 1,083 Task 0.3: QA/QC Activities 8 24 8 0 0 40 $ 6,560 Task 1: Review and Conduct Assessment of the Existing CMP 4 10 0 12 0 26 $ 3,840 Task 1.1: Assess Current Conditions 1 2 0 0 0 3 $ 525 Task 1.2: Identify Potential Process Improvements 2 6 0 0 0 8 $ 1,350 Task 1.3: Draft & Final "Report Card" of Current Conditions 1 2 0 12 0 15 $ 1,965 Task 2: Research CMP Best Practices 4 5 0 45 0 54 $ 7,050 Task 2.1: Identify Peer MPOs 1 1 0 8 0 10 $ 1,335 Task 2.2: Conduct Best Practices Research 0 0 0 13 0 13 $ 1,560 Task 2.3: Identify Best Practices Relevent to ARTS 1 2 0 8 0 11 $ 1,485 Task 2.4: Draft & Final Existing CMP and Best Practices Assesment Chapter 2 2 0 16 0 20 $ 2,670 Task 3: Develop a Stakeholder and Public Outreach Approach 14 22 0 8 0 44 $ 7,410 Task 3.1: Stakeholder and Public Outreach Plan 1 4 0 0 0 5 $ 825 Task 3.2: Develop up to Three (3) One-page Fact Sheets 1 3 0 4 0 8 $ 1,155 Task 3.3: Attend and Present at up to Four (4) Combined & Public Meetings 12 15 0 4 0 31 $ 5,430 Task 4: Data Collection and analysis of Existing and Future CMP Transportation System Network 2 10 0 51 0 63 $ 8,070 Task 4.1: Collect Existing Data (Coordinate with ARTS, DOTs, APT)0 4 0 16 0 20 $ 2,520 Task 4.2: Collect Additional Data Identified Through Stakeholder Coordination 0 4 0 16 0 20 $ 2,520 Task 4.3: Draft & Final Data Collection and Needs Assessment Chapter 2 2 0 19 0 23 $ 3,030 Task 5: Analyze Traffic Congestion Problems and Needs 2 28 0 60 0 90 $ 11,850 Task 5.1: Identify and Document System and Corridor Attributes 0 6 0 12 0 18 $ 2,340 Task 5.2: Develop GIS Shapefiles of Current and Future Congestion 0 1 0 12 0 13 $ 1,590 Task 5.3: Develop GIS Transportation System Database 0 1 0 12 0 13 $ 1,590 Task 5.4: Summarize Needs by Corridor 1 16 0 16 0 33 $ 4,545 Task 5.5: Draft & Final Traffic Congestion Problems and Needs Chapter 1 4 0 8 0 13 $ 1,785 Task 6: Review and Refine Goals and Objectives 4 12 0 16 0 32 $ 4,620 Task 6.1: Review Previous CMP Goals and Refine to Align With Current ARTS Goals 1 2 0 0 0 3 $ 525 Task 6.2: Coordinate With GDOT and SCDOT to Align With Statewide Goals 1 2 0 0 0 3 $ 525 Task 6.3: Develop SMART Objectives for Each Goal 1 4 0 8 0 13 $ 1,785 Task 6.4: Document CMP Goals and SMART Objectives 1 4 0 8 0 13 $ 1,785 Task 7: Develop Multi-Modal Performance Measures 3 12 0 0 0 15 $ 2,475 Task 7.1: Update & Expand Existing Performance Measures 1 4 0 0 0 5 $ 825 Task 7.2: Identify New Multi-Modal Performance Measures 1 4 0 0 0 5 $ 825 Task 7.3: Document Multi-Modal Performance Measures 1 4 0 0 0 5 $ 825 Task 8: Review and Update Existing CMP Strategies 3 2 0 0 0 5 $ 975 Task 8.1: Review Existing CMP Strategies 0 0 0 0 0 0 $ - Task 8.2: Identify Potential New CMP Strategies 0 0 0 0 0 0 $ - Task 8.3: Update Toolbox of CMP Strategies 1 0 0 0 0 1 $ 225 Task 8.4: Evaluate Strategy Effectiveness 1 0 0 0 0 1 $ 225 Task 8.5: Draft & Final Goals and Objectives, Multimodal Performance Measures, and CMP Strategies Chapter 1 2 0 0 0 3 $ 525 Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process 2 2 90 0 0 94 $ 13,800 Task 9.1: Implement Data Environment/Big Data 0 0 34 0 0 34 $ 4,930 Task 9.2: Develop Project Prioritization Process 1 0 10 0 0 11 $ 1,675 Task 9.3: Document List of Prioritized Projects 0 0 12 0 0 12 $ 1,740 Task 9.4: Draft & Final CMP Data Collection, Monitoring, and Performance Reporting Process 1 2 34 0 0 37 $ 5,455 Task 10: Develop CMP System Performance Monitoring Evaluation 1 2 190 0 0 193 $ 28,075 Task 10.1: Implement Reporting Dashboard 0 0 156 0 0 156 $ 22,620 Task 10.2: Provide Documentation & Training on Reporting Dashboard 0 0 16 0 0 16 $ 2,320 Task 10.3: Draft & Final System Performance Monitoring Evaluation Chapter 1 2 18 0 0 21 $ 3,135 Task 11: Draft and Final Reports 2 2 0 8.68 0 12.68 $ 1,792 Task 11.1: Draft Report 1 1 0 6 0 8 $ 1,095 Task 11.2: Final Report 1 1 0 3 0 4.68 $ 697 Total 67 144 288 201 9 709 $ 103,000 VHB Labor Costs Loaded Hourly Rates Cost Project Manager (Grady Smith)$ 225.00 15,075$ Senior Planner/Engineer $ 150.00 21,600$ Senior GIS Programmer/Analyst $ 145.00 41,760$ Planner/Engineer $ 120.00 24,082$ Admin $ 53.70 483$ Total 103,000$ VHB Direct Expenses Travel (mileage, etc.)1,500$ Miscellaneous (graphics, printing, meals)2,500$ Total 4,000$ Subconsultants RS&H; Tasks 7, 8, 9, and 10 40,000$ Vision Engineering and Planning (DBE) 16.5%; Tasks 1, 4, and 5 28,000$ Total 68,000$ Sub-Total 175,000$ Additional Tasks Improved dashboard with critical intersections, enhanced search and query, drill down charting and graphics 20,000$ Flexible funds for additional tasks to be determined with ARTS during the course of the project 5,000$ TOTAL COST 200,000$ Augusta Congestion Management Process VHB Task Description Total Hours 9 201 DRAFT Project Budget 3/29/2018 144 VHB Staff Hours by Task & Staff Category Fee Estimate 67 288 Jacobs Engineering Group Inc. 4/30/2018 Commission Meeting Agenda 5/15/2018 2:00 PM PI# 0015914 PL Augusta Congestion Management Process Update Department:Planning & Development Department:Planning & Development Caption:Motion to approve a Resolution to support approval of the Fiscal Year 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds for Project # 0015914 for $175,000 ($140,000 federal and $35,000 local match). (Approved by Finance Committee May 8, 2018) Background:The Augusta Planning and Development Department (APDD) is the metropolitan transportation planning staff of the Augusta Regional Transportation Study serving as Metropolitan Planning Organization (MPO) representing Richmond County, Georgia. The APDD received approval from the Augusta Richmond County Commission to execute the FY 2018 Metropolitan Transportation Planning Services Contract between Augusta Georgia and GDOT on October 17, 2017, refer to attached Office of Administrator’s Letter of Approval – October 17, 2018. These funds provide funding for administration, staff, and office equipment to support the Augusta Regional Transportation Study work tasks in the FY 2018 Unified Planning Work Program. The amount of the original contract was $365,796.00 80% federal with a 20% local match for $91,449.00. These funds were included in the FY 2018 General Fund Budget. Analysis:GDOT and FHWA GA Division agreed to carryover funds and extend the termination date to June 30, 2019 for the original agreement between GDOT and Augusta GA for FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds for aforementioned Project # 0015914 to secure professional consultant services for planning and engineering. Without approval of this item, the funds for this project would expire June 30, 2018. Thus, the Augusta Planning Development Department would not have federal funds Cover Memo available for the PI# 0015914 PL Augusta Congestion Management Process Update. Financial Impact:Local matching funds will be provided by the City of Augusta in an 80/20 split including $140,000.00 80% from the U.S. Department of Transportation – Federal Highway Administration and $35,000.00 20% local match from the city. Alternatives:Do not approve the Resolution in support to develop this project. Recommendation:Approve resolution supporting this PI# 0015914 PL Augusta Congestion Management Process Update project. Funds are Available in the Following Accounts: FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Refund of Delinquent Taxes for Properties Department:Clerk of Commission Department:Clerk of Commission Caption:Motion to approve the refund of delinquent taxes once they are paid to support to cleanup and redevelopment of this long time contaminated eyesore in the community regarding properties located at 1409 Steiner Avenue, 1312 Steiner Avenue, 1314 Steiner Avenue, 1408 Steiner Avenue, and 1733 Mill Street, Augusta, GA 30901. (Approved by Finance Committee May 8, 2018) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Nancy Morawski From: Commissioner Sammie SiasSent Thursday, May 03, 2018 9:40 AMTo: Lena BonnerCc: Janice Allen Jackson; Hawthorne Welcher; Chris J. Johnson; Commissioner Dennis Williams; Commissioner Sean Frantom Subiect: Re: Finance Agenda Item I inadvertently left offthese additional properties that is part of this same cleanup and redevelopment effort. 1312 Steiner Ave 1314 Steiner Ave 1408 Steiner Ave 1733 MillStr Sammie L. Sias Commissioner, Augusta Richmond County "Failure is not on Option" From: Commissioner Sammie Sias Sent: Thursday, May 3, 2018 8:52 AM To: Lena Bonner Cc: Janice Allen Jackson; Hawthorne Welcher; Chris J. Johnson; Commissioner Dennis Williams; Commissioner Sean Frantom Subject: Finance Agenda ltem Ms Bonner, Please place the following item on the Finance Committee Agenda for 8 May 2OL8: Reference property at: 1409 Steiner Ave, Augusta, GA 3OgO1 Consider the Refund of Delinquent Taxes once they are paid to support the cleanup and redevelopment of this long time contaminated eyesore in the community. I am requesting that we consider this over two committee cycles to allow all questions and concerns to be addressed. Request that Community Housing Director, the Laney Walker Development Corp, and other interested be prepared to address the commission on this issue. I also ask the Tax Commissioner's to provide a detailed report of all taxes due. Thanking everyone in advance. Sammie L. Sias Commissioner, Augusta Richmond County "Foilure is not an Option" Please consider the environment before printing this email. This e-mail contains confidential information and is intended only for the individual named. lf you are not the named addressee, you should not disseminale,distribute or copy this e-mail. Please notify the sender immediately by e-mail if you have received this e-mail by mistake and delete this e-mail from your system.The City of Augusta accepts no liability for the contenl of this e-mail or for the consequences of any actions ta[en on the basis of the information provided, unlessthat information is subsequently confirmed in writing. Any views or opinions presented in this e-mail are solely those of the author and do not necessarily representthose of the City of Augusta. E-mail transmissions cannot be guaranteed to be secure or error-free as information could be intercepted, corrupted, lost, desiroyed,arrive late or incomplete, or contain viruses. The sender therefore does not accept liability for any errors or omissions in the content of this message which ariie asa result of the e-mail transmission. lf verification is required, please request a hard copy version. AED:104.1 Space Above This Linc f<rr necorder iUi After recordirrg, plcase return to Huggirrs, Allen. Anderson & Jones. LLP 3525 Walton Way lirrcnsion Aug(sta, Georgia 30909 Attn: David C. JoncsSTATE OF GEORGIA COUNTY OF RICHMOND OUITCLAIM DEED THIS INDENTURE is made as ?f t!? k_day of Ebr^-a-c.\ , 201g, by and berweenWells Fargo Bank, N.A., Successor-By-Merger to W"cnwi, nffi].A. and SouthTrustBank, hereinafter called "Grantor". and Laney-Walker Development Corporation, hereinaftercalled "Grantee". The words "Grantor" and "Grantee" include the neuter, masculine and femininegenders, and the singular and the plural. wIINgS!ErH: FOR AND fN CONSIDERATION of the sum of Ten Dollars ($10.00) in hand paid toGrantor by Grantee at and before the execution, sealing and delivery hereof, and other good andvaluable consideration, the receipt and sufficiency of wliich are hereby acknowledged, Grantor hasremised, released, conveyed and forever quitclaimed, and by these presents does"r.emise, release.convey and forever quitclaim unto Grantee, and the successors, successors-in-titie, legairepresentatives and assigns of Grantee, all those -tracts or parcels of land lying and being-inRichmond County, Georgia, being more particularly described on Exhibit,,d,,, attached heretoand incorporated herein by reference. To HAyE AND TO HOLD said tracts or parcels of land in orderthat neither Grantor norany person clairning under Grantor shall at any time by any Jneans or ways have, claim or demandany title or intercst in or to said land or any oithe rights, rnembers and appurtenances thereof. THE PURPOSE oF THIS CONVEYANCE is for Grantor fully and comptetely toremise, release, convey and forever quitclaim to Grantee all those tr".h o. parcels of landdescribed herein in order to clear title to said tracts or parcels of tand (including, wiihout Iimitation, -t - the release of all those tracts or parcels of land from (i) thal certain Writ of Fieri Facias against C. P"tty Whitney, Jr. recorded with the Clerk of Superior Court of Richrnond County, ceorgia inBook 41, page 6361, and (ii) that ce(ain Deed to Sicure Debt from C. Barry Whitney. Jr. recordedwith.the Cle$ of Superior Court of Richmond County, Georgia in Realty i.eel 486, page 1 423, asrnodified in Book 692,Page2218 andin Bo_ok 872,Page 136-1, and (iii) ihat ceftain SeJurity Deedfrom C. Barry Whitney recorded with the Clerk of Suferior Court of Richmond County, Georgiain Book 723,Page35l. Grantor acknowledges that C. Bamy Whitney, Jr. {alVa C. Barry Whitney) deeded thetmcts or parcels of land described herein to Crantee pursuant to that certain Deed of Gift recordedwith the_Clerk of Superior Court of Richrnond Couniy, Georgia in Book I 599. page l g63 and thatcertain Deed of Gift recorded with the Clerk of Superior Court of Richmond Cofrrty, Georgia inBook 1606, Page 890. IN WITNESS WHEREOF, Grantor's duly auflrorized representative has executed arrdsealed this indenture, and delivered this indenture to Crantee, allihe day and year first writtenabove. presence GRANTOR: WELLS FARGO BANK, N.A.,SUCCESSOR-BY.MERGER TOWACHOVIA BANK, N.A. AND SOUTTITRUST BANK By: Name: Title: (sEAL) Signed, sealed and delivered in the My Commission Expires: I - 30 -poeo (NOTARTAL SEAL) ."-:,!li.i, ii !,i!,i,e. :s \#uorooitii?'= - -Z c.@ '': ==z$'rrfuuilo-"i'o-o-i 1,<e';?:.::;-i'oo\..'-'",,:,;?,y,1,r,\i""..." AUCt.tBot s!721 I EXHIBIT A All those parcels of land, together with improvements thereon, situate, lying and being in the Stateof Ceorgia, County of Richmond, more particularly being described as the following, to wit: TRACT h I4O9 & 1312 STEINER AVENUE Parcel No. Two (2), being all or the lancl within the red lines lettered IJ, JK, KL, LM, MN, NO,oP, PQ, QR' RS, sr, TU, uv, vw, wx, xy, and yr, on a',plat of property" of Atlantic StatesWarehouse Company, made by Elroy G. Smith, Engineer, dated June l0,lg26,a blue print of saidPlat being annexed to and recorded with a Security Deed from Atlantic States WarehouseCompany to Georgia Railroad Bank, dated June 24,lg26,and recorded in the Of'fice of the Clerkof Superior Court of Richmond County in Realty Book l0-T, pages 534-s3g, to which plat reference is made for a more complete description, and being bounded: North by Anderson Avenue; East now or formerly by an alley; Soutlrwest by what was formerly Augusta Avenue, and also by Milledgeville Road; and West by CIay Street, which separates a portion of this property from property owned by Medical College of Georgia Foundation. And being of portion or the property conveyed by Georgia Railroad Bank and Trust Company toCeorgia-Carolina Warehouse & Compress Company. by Wamanty Deed of January I l, 1933, andrecorded in said clerk's office in Realty Book l2-o, page 410 et seq. LESS AND EXCEPT all that property conveyed to The City Council of Augusta by that cerrain deed from Georgia-Carolina Warehouse & Cornpress Company dated November ZZ,l957 and recorded in said clerk's office in Realty Book 24-v, page 102 et seq. ALSO, LESS AND EXECPT all that property conveyed to RCB Capital, LLC by that certainSherifPsTaxDeeddatedOctoberT,20l4andrecordedinsaidClerk'sOfficeinBook 1459.page 498. TAX #s: 059-3-001-00-0 and 059-3-028-00-0 TRACT 2z 1733 MILL STREET All that lot or parcel of larrd with any improvements thereon lying within the City of Augusta, Richmond County, Georgia, fronting 102 feet, more or less. on the West side of Mills Street, alsoknown as Mill Street; and being known as Not No. I I, Block 20, ona plat recorded in the Officeof the Clerk of the Superior Court of Richmond County, Ceorgia in Realty Book 4-H, pages 572-573. Said lot is triangular in shape and is bounded: North by Lot No. l0 of said plat; East Ly MillsStreet; South and West by the Iong line of its triangle, which measures 134 %feet, more or less, inlength, that faces what was referred to as l6th Street. ancl has been used by Lansing B. Lee, Jr. andBertha L. Toole herein; the premises being known as No. 1733 and !735 Mills Str.eet. And being the same property conveyed by Mr. Louis T. Clark to ceorgia-Carolina Warehouse &compress company by warranty Deed dated February2l,l966, and recorded in said clerk.sOffice in Realty Book 32-M, page 881. TAX #: 059-3-026-00-0 AtjouB0l 5l72t.l TRACT 3: t3t4 STEINER AVENUE All that lot of land with improvement, thereon, lying in the city of Augusta, Richmond County.ceorgia, known as Lot No. 20, of the oflicial ptui in the office of the city Tax Assessor ofAugusta' Georgia, known then as ward 4, Block 97. said Lot is triangular in shape. said propertyfronts a distance or 84 feet. more or less, on the South aide of steiner Lane. and is further boundedon the East by caffett's Lane for a distance of ll7.2},more or less, and on the Southwest by aStreet designated on official Plats, now or formerly as Monroe or Sixteenth Street, on which it hasa frontage of I38'5 feet, more or less; the premisis being formerly known as t:i+ Steiner Lane,also referred to as 1316 Steiner Lane, now known u, l:l+ steiner Lane, and, on the currentAugusta-Richmond county Tax Map as Map 59, Brock 3,parcer27. TAX #: 059-3-027-00-0 TRACT 4: 1408 STEINER AYENUE tLL^1"9 only that parcel of land, with improvements thereon, designated as Tax parcel 059-3-029-00-0, lying and being in the city of Augusta, ni.r,rnona county, Georgia, containing 4.gacres, more or less, shown in Book l0-T, Page 534, the descriptiori contJined therein beingincorporated herein by this reference, described"in Deed Book 32), page loti, Lno*n as I40gSteiner Avenue. Map and ParcelNo. 059-3-029-OO-O 1408 Steiner Ave. AUGLIB0| 53?23 I THOMPSON BUILDING WREGKING GO, HttAtr E. THO6pSOI 63{ Eleventh StreetPrcridcnl P.O. Box 932 Augusta, Georgia 3O9O3 Phone: (T061722-143.2 Farc (7O6) 7224253 ING. Conmcrciol Demolition Equipmcnt lcntol Grcding / (lclring January 25,2018 ATTN: Dr. David Squires PH: 706-831-6696 Email: drsquires@gmail.com REF: QUOTE FOR SITE CLEANUP AND ROUGH-GRADE CONCRETE AND BUILDING MATERIALSLOCATED AT 1409 STEINER AVENUE, GA ON 16.29 ACRES Dear Dr. Squires: We at Thompson Building Wrecking Co. are pleased to submit our proposal to perform the demolition and removal for the project referenced above. o SITE CLEANUP AND ROUGH-GRADE OF 1G.29 ACRES: $650,000.00 BUDGETARY PURPOSES ONLY ln addition, this quote includes Thompson Building Wrecking Company providing the manpower, supervision, tools, equipment, disposalfees, permits and insuranoe necessary to start and complete this demolition and cleanup project in a timely and professional manner. Work may begin within 10 working days of notice to proceed, and atl work completed within 20 workingdays thereafter. Payment will be due at completion. We look forward to providing our services for this project. Should there be any questions or if I can be offurther help please don't hesitate to call. Respectfully, TYSON THOMPSON Project Estimator I srArE oF GEORGiA I couNTY oF RrcHri4OND I I NATIONAL BANK l& TRUST CO., hereinafter called "Grantor", and Laney-Walker Development Corporition, hereinafter called "Grantee". The words 'oGrantor" and "Grantee" include the neuter, rna{culine and feminine genders, and the singular and the ptural. wITNES$ErH: Space Above This Lrne for Recorder's Use After recording, please retum to Huggins, Allen, Anderson & Jones, LLP 3525 Walton Way Extension Augusta, Georgia 30909 Attn: David C. Jones QUITCLAIM DEED nl'n"'.' t'*;i ;;';#[';'il; described lrerein in ord[r to clear title to said tracts or parcels of land (including, wiihout limitation, I THIS INDEN{URE is made asof theJ?nday ot /t/0, f ,z}1g,by and between QUEENSBOROUGIi NATIONAL BANK E.- TRffi CON,TPANY, FTWA FIRST any person claiming ,tfA., C,"ni* tfruiiut ury tirne by any means or ways lrave, claim or demand any tirle or interest in {r to said land or any of the rights, members and appurtenances thereof. THE PURrOff OF THIS CONVEYANCE is for Crantor fully and completely to AUGLIB0| 51721 I -t- $ NATIONAL BANK & TRUST CO. By: Name: ,?r Tiile: e lP (sEAL) Notary My SEAL) AUCL|Bo: 5l?ll I Allthose parcels of lan EXHIBIT A , together with improvements thereon, situate, rying and being in the State ichmond, more particularly being described as the following, to wit:of Georgia, County of TRACT t:1409 & 13!2 STEINER AVENUE Parcel No. Two (2), bling all or the land within the red lines lertered IJ, JK, KL, LM, MN, NO,oP, PQ, QR, RS, sr, Iu, uv, vw, wx, xy, and yl, on a "plat of property" of Atlantic states Warehouse Company, inade by Elroy G. Smith, Engineer, dated June lO,lg}6,a blue print of saidPlat being annexed t{ and recorded with a Security Deed from Atlantic States Warehouse Company to Georgia t{ailroad Bank, dated June 24,1g26,and recorded in the Office of the Clerkof Superior Court of $ichmond County in Realty Book l0-T, pages 534-539, to which plat reference is made forja more complete description, and being bounded: North by Anderson Avenue; East now or f$rmerly by an alley; Southwest by what was formerly Augusta Avenue, and also by Milledgeville $oad; and West by Clay Street, which separates a portion of this propefty from property owned b[ Medical college of Georgia Foundation. And being the same Compress Company Office in Realty Book conveyed by Mr. Louis T. Clark to Georgia-Carolina Warehouse & warranty Deed dated February 21,1966, and recorded in said clerk's 2-M, page 881. And being of portion o[ the property conveyed by Georgia Railroad Bank and Trust Company to Georgia-Carolina Wardhouse & Compress Company, by Warranty Deed of January I l, 1933, and recorded in said clerk'c office in Realty Book l2-o, page 410 et seq. LESS AND EXCEPT hll that property conveyed to The City Council of Augusra by rhar certain deed from Georgia-Caholina Warehouse & Compress Company dated November 22,1957 and recorded in said clerk'p office in Realty Book 24-v, page 102 et seq. ALSO, LESS AND Elpcpr all that property conveyed to RCB Capital, LLC by that cerlain Sherifls Tax Deed datfd Octob er 7 ,2014 and recorded in said Clerk's Office in Book 1459, page4e8. i TAX #s: 0s9-3-00r-OolO and 059-3-028-00-0 TRACT 2: |733MILI, STREET IAll that lot or parcel lf land with any improvements thereon lying within the City of Augusta, Richmond County, Ce{rgia. fronting 102 feet, more or less, on the West side of Mills Street, also known as Mill Streel; qnd being known as Not No. I l, Block 20, on a plat recorded in the Office of the Clerk of the Supirior Courl of Richmond County, Georgia in Realty Book 4-H, pages 572- 573. Said lot is trianguljar in shape and is bounded: Norlh by Lot No. 10 of said Plar; East by Mills Street; South and Westlby the long line of its triangle, which measures 134 %feet, more or less, in length, that faces what i'vas referred to as l6Ih Street, and has been used by Lansing B. Lee, Jr. and Bertha L' Toole hereinJ the premises being known as No. 1733 and 1735 Mills Street. TAX #:059- N,r( I TRACT 3: I3I4 srB[Nen AVENUE I All that lot of land wit[ improvement, thereon, lying in the City of Augusta, Richmond County, Georgia, known as Lo[ No. 20, of the Official Plat in the Office of the City Tax Assessor ofAugusta, Georgia, kno'lvn then as Ward 4, Block 97. Said Lot is triangular in shape. Said property fronts a distance or 84 feet, more or less, on the South aide of Steiner Lane, and is further bounded on the East by Garrett''is Lane for a distance of 117.20, more or less, and on the Soulhwest by a Street designated on off cial Plats, now or fonnerly as Monroe or Sixteenth Street, on which it has a frontage of 138.5 feef, more or less; the premises being formerly known as l3l4 Steiner Lane, also refeffed to as l3i6 Steiner Lane, now known as l3l4 Steiner Lane, and, on the current Augusta-Richmond Colnty Tax Map as Map 59, Block 3,parcel 27. TAX #: 059-3-027-00-P TRACT 4: 1408 STBINER AVENUE IALL and only that parpel of Iand, with improvements thereon, designated as Tax Parcel 059-3- 029-00-0, lying and b$ing in the City of Augusta, Richmond County, Georgia, containing 4.8 acres, more or less, s{rown in Book l0-T, Page 534, the description contained therein being incorporated herein bylthis reference, described in Deed Book322. Paee 1681. known as l40g in Book l0-T, Page 534, the description contained therein being incorporated herein bylthis reference, described in Deed Book322, Page 1681, known as l40g Steiner Avenue. Map and ParcelNo. 05p-3-029-00-0 1408 Steiner Ave. ?( Commission Meeting Agenda 5/15/2018 2:00 PM Supplemental Agreement with GDOT for FY 2018 Federal Highway Administration Department:Planning & Development Department:Planning & Development Caption:Motion to approve the FY 2018 PL Contract – PI # 0015459 Supplemental Agreement contract between Augusta, Georgia and the Georgia Department of Transportation for federal funds totaling $282,245.00 ($225,796.00 as 80% federal and $56,449.00 as 20% local). (Approved by Finance Committee May 8, 2018) Background:The Augusta Planning and Development Department (APDD) is the metropolitan transportation planning staff of the Augusta Regional Transportation Study serving as Metropolitan Planning Organization (MPO) representing Richmond County, Georgia. The APDD received approval from the Augusta Richmond County Commission to execute the FY 2018 Metropolitan Transportation Planning Services Contract between Augusta Georgia and GDOT on October 17, 2017, refer to attached Office of Administrator’s Letter of Approval – October 17, 2018. These funds provide funding for administration, staff, and office equipment to support the Augusta Regional Transportation Study work tasks in the FY 2018 Unified Planning Work Program. The amount of the original contract was $365,796.00 80% federal with a 20% local match for $91,449.00. These funds were included in the FY 2018 General Fund Budget. GDOT and FHWA GA Division will carryover funds, $175,000 ($140,000 federal and $35,000 local match) and extend the termination date to June 30, 2019 for the original agreement between GDOT and Augusta GA for FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds. These funds are for Project # 0015914 to secure professional consultant services for planning and engineering. Analysis:Approving this contract secures federal funds for both PI #0015459 to conduct MPO federal transportation planning services for federal aid projects and programs; and to fund PI# Cover Memo 0015914 for the ARTS Congestion Management Process Update, which is a federal required plan to be developed under a professional consulting service contract as outlined in the ARTS FY 2018 Unified Planning Work Program. Financial Impact:These funds were included in the FY 2018 general funds budget as part of the total FHWA MPO PL funds totaling $365,796.00 from GDOT for the Planning and Development Dept. The contract stipulates that the Georgia Department of Transportation will reimburse the city for eighty percent (80%) of the eligible costs incurred for providing regional transportation planning services. The funding amount is similar to the funding level last year, so that the twenty percent (20%) local match will be similar to the 2017 budget for the Planning and Development Department. The Augusta Richmond Co. Commission approved the original contract October 10, 2017. No additional local funds are needed. Alternatives:None recommended Recommendation:Approve the FY 2018 Metropolitan Transportation Planning PL Contract – PI # 0015459 Supplemental Agreement contract between Augusta, Georgia and the Georgia Department of Transportation. Funds are Available in the Following Accounts: GDOT for FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning (PL) Funds Budgeted in fund: 220016309-3343117 REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Motion for Abandonment of Richmond Lane - 2nd Reading Department:Law Department:Law Caption:Motion to deny request that Richmond Lane, as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, and to receive as information the results of the public hearing held regarding the issue of abandonment pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit- claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department and adopt the attached Resolution. (Approved by Engineering Services Committee May 8, 2018) Background:Chase Caldwell has requested that Richmond Lane be closed because it is an alley that is situated between two streets and presently allows public access to his property. The abandonment request has been reviewed by all essential county departments and administrators and approvals were received to this abandonment request. A map of Richmond Lane is attached. Pursuant to O.C.G.A. §32-7-2, a public hearing was held on May 8, 2017 for this matter. Analysis:In addition to the information provided in the above Background section, results of the public hearing will be presented to the Commission. Notice to the property owners located thereon has been provided, pursuant to O.C.G.A. §32-7-2(b)(1). Financial Impact:Cost of publication and advertisement of public hearing. Alternatives:Approve or deny request to determine that Richmond Lane be abandoned. Cover Memo Recommendation:Approve determination and request for abandonment of Richmond Lane pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party (ies) as allowed by law, and an easement(s) as directed by the Augusta Engineering Department and the Augusta Utilities Department to be retained over the entire abandoned portion for existing or future utilities and drainage and adopt the attached Resolution. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo AGENDA ITEM Engineering Services Committee Meeting April 24, 2018 Motion to determine that Richmond Lane, as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department. Department: Law Caption: Motion to determine that Richmond Lane, as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, and to receive as information the results of the public hearing held regarding the issue of abandonment pursuant to O.C.G.A. §32-7- 2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department and adopt the attached Resolution. Background: Chase Caldwell has requested that Richmond Lane be closed because it is an alley that is situated between two streets and presently allows public access to his property. The abandonment request has been reviewed by all essential county departments and administrators and approvals were received to this abandonment request. A map of Richmond Lane is attached. Pursuant to O.C.G.A. §32-7-2, a public hearing was held on May 8, 2017 for this matter. Analysis: In addition to the information provided in the above Background section, results of the public hearing will be presented to the Commission. Notice to the property owners located thereon has been provided, pursuant to O.C.G.A. §32- 7-2(b)(1). Financial Impact: Cost of publication and advertisement of public hearing. Alternatives: Approve or deny request to determine that Richmond Lane be abandoned. Recommendation: Approve determination and request for abandonment of Richmond Lane pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies) as allowed by law, and an easement(s) as directed by the Augusta Engineering Department and the Augusta Utilities Department to be retained over the entire abandoned portion for existing or future utilities and drainage and adopt the attached Resolution. Funds are available In Following Accounts: REVIEWED AND APPROVED BY: THIS RESOLUTION OF THE AUGUSTA-RICHMOND COUNTY COMMISSION TO ABANDON RICHMOND LANE AS A PART OF THE ROAD SYSTEM OF AUGUSTA- RICHMOND COUNTY; THIS RESOLUTION, adopted by the Augusta-Richmond County Commission (“Commission”); WHEREAS, it has been proposed that the Commission make a determination that Richmond Lane, as shown on the attached plat, has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest and that the right-of-way should be abandoned as part of the Richmond County Road System; and WHEREAS, it has been Augusta, Georgia’s policy, pursuant to O.C.G.A § 32-7-2, to reduce the number of roads in Augusta, Georgia that are not utilized or useful to the public and to abandon such roads; and WHEREAS, a Public Hearing was held on May 8, 2017 at the Augusta-Richmond County Municipal Building, 2nd Floor, 535 Telfair Street, Augusta, Georgia; and WHEREAS, notice of such Public Hearing was published in The Augusta Chronicle, the newspaper in which Sheriff’s advertisements for Richmond County are published, on April 27, 2017 and May 4, 2017, and that the property owners located on Richmond Lane were given notice; and WHEREAS, the results of the Public Hearing were reported to the Board of Commissioners and considered thereby; and WHEREAS, the Commission, at their meeting held May 1, 2018 approved the proposed abandonment, pursuant to O.C.G.A. § 32-7-2 and the requirements of said statute having been met; NOW THEREFORE, be it resolved by the Commission and it is hereby resolved by the authority of same as follows: 1. It is hereby determined that all requirements of O.C.G.A. § 32-7-2 have been met for the abandonment and removal above-said of the Right-of-Way and such Right-of-Way no longer serves a substantial public purpose or that its removal from the county road system is otherwise in the best public interest and is hereby abandoned as part of the Richmond County Road System; 2. The land formerly comprising the Right-of-Way shall be quitclaimed as permitted by law to the adjoining property owner, subject to easements and restrictions deemed necessary by the Augusta Engineering Department and the Augusta Utilities Department, and the Mayor and Clerk of Commission are hereby authorized to execute the documents necessary to effectuate such transfer as directed by the Augusta Law Department. 3. This Resolution shall be recorded in the Minutes of the Augusta-Richmond County Commission, accompanied by the exhibits referred to herein; 4. This Resolution shall become effective immediately upon its adoption. DULY ADOPTED by the Augusta-Richmond County, Georgia Commission this ______ day of _____________________, 2018. AUGUSTA-RICHMOND, COUNTY, GEORGIA COMMISSION By: ________________________________ Hardie Davis, Jr. As its Mayor Attest: ______________________________ Lena J. Bonner As its Clerk Commission Meeting Agenda 5/15/2018 2:00 PM On-Call Asphalt and Concrete Services Department:Utilities Department:Utilities Caption:Motion to approve exercising the first option to renew with Georgia-Carolina Paving to provide on-call asphalt and concrete repairs for Bid 16-224. (Approved by Engineering Services Committee May 8, 2018) Background:Georgia Carolina Paving provided this service last year and was approved by the Commission on 12/20/2016, with an option for up to three additional one-year period renewals. The service provided by Georgia-Carolina Paving has been excellent and by utilizing an on-call contractor, we can limit the amount of time before a road cut or sidewalk cut is repaired. The timely repairs to these roadway and sidewalk prevent public hazards and provide positive impact on our customers. Analysis:Augusta Utilities would like to exercise the first additional one- year renewal for 2018. The Augusta Compliance Department has registered Georgia-Carolina Paving as a local small business. Financial Impact:The requested amount for this renewal is $220,000.00 and the funds are available in account 506043410-5311912. Alternatives:Deny the request Recommendation:We recommend approval for the first one-year renewal of the on-call asphalt and concrete services to be provided by Georgia- Carolina Paving Company. Funds are Available in the Following Accounts: Funds are available from 506043410-5311912 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 5/15/2018 2:00 PM Wrightsboro Road Widening Improvements Project (Marks Church Road to Augusta West Parkway) Department:Engineering Department:Engineering Caption:Motion to approve award of Construction Contract to Beam’s Contracting, Inc. subject to Value Engineering and not to exceed in the amount of $5,978,691.24 for Wrightsboro Road Widening Improvements Project (Marks Church Rd to Augusta West Pkwy) as requested by AED. Award is contingent upon receipt of signed contracts and proper bonds. Bid Item 18-127. (Approved by Engineering Services Committee May 8, 2018) Background:Wrightsboro Road Widening Improvements project is an approved SPLOST project. This project consists of roadway widening and intersection modifications for Wrightsboro Road from Augusta West Parkway to Marks Church Road. The widening will result in improvements to side roads, I-520 ramps, and various driveways within the project corridor. The proposed work will accommodate the addition of turn lanes, bicycle lanes, sidewalks, landscaped medians, traffic and pedestrian signals, and contraflow left turn lanes for improving the I-520 intersection. The contraflow left design for the two I-520 on- ramps will result in greater vehicle queuing length, thus improving traffic flow through the corridor. Analysis:Bids were received on January 19, 2018 with Beam’s Contracting, Inc. being the low bidder. The bid results are as follow: CONTRACTORS BID 1. Reeves Construction $6,777,212.60 2. Beam’s Contracting, Inc. $6,385,404.72 It is the recommendation of the Engineering Department to award this project to Beam’s Contracting, Inc. Financial Impact:Funds are available in amount of $5,978,691.24 upon commission approval. Following is Fund allocation. $4,000,000 (Wrightsboro Rd SPLOST V); $2,000,000 (Fund Balance SPLOST V. Cover Memo Alternatives:1.)Do not approve and identify alternative way to complete needed improvements cancel the project. 2). Do not complete the project. Recommendation:Approve award of Construction Contract to Beam’s Contracting, Inc. subject to Value Engineering and not to exceed in the amount of $5,978,691.24 for Wrightsboro Road Widening Improvements Project (Marks Church Rd to Augusta West Pkwy) as requested by AED. Award is contingent upon receipt of signed contracts and proper bonds. Bid Item 18-127 Funds are Available in the Following Accounts: $4,000,000 (Wrightsboro Rd SPLOST V); 2,000,000 (Fund Balance SPLOST V. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo CPB# 324-041110-201824333 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby authorized: SPLOST V ($2,000,000) . Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase V 4,000,000$ Fund Balance SPLOST V 2,000,000$ 6,000,000$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Hardie Davis, Jr., Mayor CAPITAL PROJECT BUDGET WRIGHTSBORO ROAD WIDENING, PHASE I (Augusta West Parkway to Marks Church Road) Section 1: This CPB is for Wrightsboro Road Widening, Phase I award of construction contract to Beam's Contracting, Inc subject to Value Engineering not to exceed in the amount of $5,978,691.24 for Wrightsboro Road Widening Improvements project. Funds are available in the Wrightsboro Rd SPLOST V ($4,000,000) Fund Balance 1 of 2 9.16.2010 CPB# 324-041110-201824333 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET WRIGHTSBORO ROAD WIDENING, PHASE I (Augusta West Parkway to Marks Church Road) CPB AMOUNT SOURCE OF FUNDS CPB SPECIAL 1% SALES TAX, PHASE V ($4,000,000) WRIGHTSBORO ROAD FUND BALANCE SPLOST V ($2,000,000) TOTAL SOURCES: ($6,000,000) USE OF FUNDS CONSTRUCTION 325-04-1110-5414110 $6,000,000 TOTAL USES: $6,000,000 2 of 2 9.16.2010 Invitation to Bid Sealed bids will be received at this office until Friday, January 19, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-127 Wrightsboro Road Widening Project (Marks Church Road to Augusta West Parkway) for Augusta 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 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 contractors, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable are $195.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, December 7, 2017. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held on Wednesday, January 3, 2018 @ 10:00 a.m. in the 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, January 5, 2018 @ 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. A 10% Bid Bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources 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: 706-821-2811orEmail: 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 December 7, 14, 21, 28, 2017 Metro Courier December 13, 2017 OFFICIAL VENDORS Attachment "B"E-Verify #SAVE Form Addendum 1 Bid Bond Base Bid Compliance Review Blair Construction P. O. Box 770 Evans, GA 30809 Reeves Construction 1 APAC Industrial Way Augusta, GA 30907 YES 48048 YES YES YES $6,777,212.60 Yes Beams Contracting 15030 Atomic Road Beech Island, SC 29842 YES 167300 YES YES YES $6,385,404.72 Yes E.R. Snell Contractor 1785 Oak Road Snellville, GA 30078 ATC Site 1340 Gordon Highway Augusta, GA 30901 Northwood Bidding 543 Highland Ave Augusta, GA 30904 Bid Item #18-127 Wrightsboro Road Widening Project (Marks Church Road to Augusta West Parkway) for Augusta, GA Engineering Department Bid Date: Friday, January 19, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 21 Total Number Specifications Download (Demandstar): 4 Total Electronic Notifications (Demandstar): 344 Mandatory Pre-Qualifications/Telephone Conference Attendees: 7 Local Vendors: 1 Total packages submitted: 2 Total Noncompliant: 0 Page 1 of 1 Commission Meeting Agenda 5/15/2018 2:00 PM Minutes Department: Department: Caption:Motion to approve the minutes of the regular meeting of the Augusta Commission held May 1, 2018 and Special Called Meeting held May 8, 2018. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda Commission Chambe r - S1t20l8 ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; Jefferson, Sias, Frantom, M. Williams, Davis, Fennoy, D. Williams, Hasan and Smith, members of Augusta Richmond County Commission. Absent: Hon. Guilfoyle, member of Augusta Richmond County Commission. INVOCATION: Reverend Rufus Copeland, Pastor Gardner Grove Baptist Church. PLEDGE OF ALLEGI,ANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. Five (5) minute time limit per deleeation DELEGATIONS A. Dr. Ronald P. Nurse, PhD, regarding the Doctor Nurse HIV prevention and transitional housing. lB Dr. Ronald D. Nurse phD.odf E Hospital introducing Item Action: None Motions f#:"' Motion rext Made Seconded MotionBy By Result il: irJffi *',j#' appear before B. Mayor Gregory A carswell, Jr., city of waynesboro, Georgia regarding theCity of Waynesboro's gratitude for Augusta's assistance duiing their recent water crisis. lE l\Iayor Greg Carswell.pdf lB ItemApprovelsheet.html Motions Item Action: None Motion trrnrinn Tav* Made Seconded Motion; - -- Motion Textr YPe By By Result Presentation is made by Mayor Gregory Carswell of Waynesboro. CONSENT AGENDA (Items l-22) PUBLIC SERVICES 1. Motion to approve 2018 Transportation Security Clearinghouse Service ItemAgreement. (Approved by Public Services Commiitee April 2 4rZ0lB) Action: Approved E AGS_AAAE Asreement 03.20lE.pdf E ItemAonrovalsheet.html Motions X::" Motion Text Made By Seconded By Motionrype - ----- -.1 Result Motion to Approve approve. Commisioner Commissioner Motion passes 9-0. S.u, Frantom Dennis Williams Passes 2. Motion to approve New Applicant: A.N. 18-14: request by John David Wier ltem for an on premise consumption Liquor, Beer & Wine License to be used in Action:connection with Noble Jones, LLC located at 816 Cotton Lane. District 1. Approved Super District 9. (Approved by Public Services Committee April 24,Z0lB) E Noble Jones A.N.l4.ndf lB ltemAoprovalsheet html Motions X:jl" Motion Text Made By seconded By Motionrype Pvluuur/u r-'J Result Motion to approve. Approve nl:*r:*; fi,",il,Hl:ff:, s:ffi'lil;l,L. passes 3. Motion to approve New Applicant: A.N. lg-15: request by Samrat K.Brahmbhatt for a retail package Beer & Wine License to be used in connection with Sawa Kendra, LLC dba Split Stop 2161 located at 216l ltemGordon Highway. District 5. Super District 9. (Apprived by Public Services Action: Committee April 24,2018) Approved Motion to approve. Approve m,l:ru:i:ll , s:#T[f,:[ 3:ff'#i,1" passes 4. Motion to approve New Ownership Application: A.N. 18-16: request by ltem Samrat K. Brahmbhatt for a retail package Beer & Wine License to be ,s.i Action:in connection with Sawa Kendra LLC dba Sptit Stop 1200 located at lZ00 Approved Interstate Pk ry. District 3. Super District 10. (Approved by Public Services Com mittee April 24, 2018) lB Sewa Kendra LLC A.N.l5.odf lB ltemAoorovalsheet html Motions Motion Motion Textrype B Sewa Kendra LLC A.N.l6.odf E ItemApnrovalsheet.html Motions Motion Motion Textrype seconded By Motion Result seconded By Motion Result Made By Made By Motion to approve. Approve y;l;*[:;1; S:#Tffi; fi:ffi"TJft'* Passes 5. Motion to approve amendments to the Augusta, Georgia Code, Title 6, Item Chapter 2, Article l, Alcoholic Beverages, to include additional definitions, Action: amendments to comply with State regulations, and amendments for regulating Approved brewpubs, breweries, and distilleries. (Approved by Public ServicesCommittee Aprit 24, 2OlE) E alcouol onom,tNcn auExuMoxrs zot8olrt.aocx B ALCOHOL ORDINANCE amended 201804ll.docx lB ItemAoorovelsheet.html seconded By Motion Result Motion to approve. Approve m;l*i:$; S:#H"T,:il f,"ffiiJl,,* passes 6. Motion to approve a request by Tera Ashley Montroy for a Massage Item Operator's License on an Outcall Basis to used in connection with Massage Action: etceTERA located at 2525 Centerwest PKWY APT 7G. District 7. Super Approved District 10. (Approved by Public Services Committee April 24,2018\ Motions ry$"" Motion rext lE Massase etceTERA.odf E ItemApprovalsheet.html Motions Motion Motion Textrype seconded By Motion Result Made By Made By Motion to approve. Approve m;lrui:xl; s:#Tffi; 3:ffi.J;i,l.' passes 7. Motion to approve Bid Item #18-121, Mobile Stage for Augusta Recreation and Parks Department, to Century Industries for $1g9,324. (Approved by Public Services Committee April 24r20l}) Item Action: Approved E bid acceotance 18-121 sparker.ndf E ruzr mn_- sBxrJo_papBR.par E t8-tzt orFlcal tag.oar E Mait List_and Demandstar planholders.pdf IB ItemAoorovalsheet.html Motions Motion Motion Textrype Approve Motion to approve. Mr. M. Williams not voting. Mr. Frantom and Mr. Seconded By Commissioner Passes Dennis Williams Made By Commissioner Sammie Sias Motion Result Fennoy out. Motion passes 6-0 -1. ADMINISTRATTVE SERVICE S 8. Motion to approve Fleet Management Department request to repla ce 7 - Road ltemPatrol, 4 - Traffrc, 2 - Administration, 1- Community Servic"r, l- Training Action:Range and I - livil & Fugitive vehicles within the Sheriffs Office usinl Approvedcapital outlay funds. Akins Ford corp. Bid Item lg-123 (Approved bt Administrative Services Committee April 24, 20lg) E Eval - 2018 Sherifr Added.docx [E Tet Sheet - Dodse Chcroer n.tf B ncso DBuocRlpulcs.aocx E Advertisement for Newsnener h.tf tB Mail List and Demandstar planholders.ndf E Recommendation_Letter from Deoartment.odf lE ltemAnnrovalshcet.html Motions X:t1" Motion Text Made Byrype seconded By ffi:tji| Motion to approve. Mr. M. Williams not voting. ^ Commissioner Approve Mr. Frantom and Mr uommrssloner Dennis passes Fennoy out. Sammie sias ;rt'r:,i"-, Motion Passes 6-0 -1. 9. Molion to approve the purchase one non-CDL required dump truck for theUtilities Department, Construction and Maintenance Division. Fleetcare Commercial, Bid l7-188 (Approved by Administrative Services CommitteeApril 24,2018) E FteetCare.pdf E Tab Shect-Dump Truck.pdf E 17-1E8 ITB to paper.pdf lB I?-188 Department Recommendation of Award.pdf E Mail List and Demandstar planholders.pdf E ItemApprovalsheet.html Item Action: Approved Motions Motion Motion Text Made By seconded By HXir''lype Motion to approve. Mr. Approve ffiHliiffiil:l**t *:":, ;:ilT"ioner passes Fennoy out. sammle slas williams Motion Passes 6-0 -1. 10. Motion to approve award of contract for the replacement of the Webster Item Detention Center's Kitchen and Laundry HVAC to Gold Mech Inc. of Action: Augusta in the amount of $1651295.00 utilizing competitive Bid Item #18- Approved 138. (Approved by Administrative Services Committee April 24,2018) E Deoartment-Recommendstion_of Award.pdf B Tab Sheet.pdf B l8-1JE_Itandaror.v pre_Bid.pdf B Mait List .odf E Compliance_lnfo.odf lE ItemAoorovalsheet.html Motions X:jl"' Motion Text Made By seconded B-- Motion Type rvrurr('[ r t'tr'l' rvraue Ily DeCOnOeO IIy ReSUlt Motion to approve. Approve Hi#. #11?tr1# lommjslgner S:ilT"ioner passes and Mr. Fennoy out. Dammle Dlas williams Motion Passes 6-0 -1. 11. Motion to approve award to install a Sump Sweeper Filtration System on the Itemexisting cooling tower at the Augusta Judicial Center to Contract Action: Management of Augusta for $60,050.00. Bid Item 18-136. (Approved by ApprovedAdministrative Services Committee April 24, 20lg) E r8-tl6_ttn - srNr_to_p,qpBn.oar E 18-136 officiat Tab.odf E lE-136 Department Recommendation of Award.odf tB ta-t3o napn.odr tB Mail List.pdf lB ItemApprovalsheet.html Motions Motion Motion Textrype Motion to approve. Mr. M. Williams not Approve voting. Mr. Frantom and Mr. Fennoy out. Motion Passes 6-0 -1. Made By Seconded By Motion Result Commissioner Sammie Sias CommissionerDennis Passes Williams 12. Motion to approve award of contract for the Augusta Probate Court Lobby Item Renovations to Sommers Construction in the amount of $170,000.00. (Bid Action: 18-156) (Approved by Administrative Services Committee April 24, Approved 2018) E 1E-156_ITB to Paper Revision.pdf E u-t56 official.odf E ra-rso upn.par B 18-156 Deoartment Recommendation of Awaard..udf E Mail-I-ist and_Demandstar Planholders.pdf lE Comoliance lnformation.odf E ltemAoorovalsheet.html Motions f#:" Motion rext - MotionSeconded Bv .- -------- -" ResultMade By Motion to approve. Mr. M. Williams not ^ Commissioner Approve voting. Mr. Frantom :omm.tssj:ner ;;il--^-^ passes and Mr. Fennoy out. Dammle Jras wiiliams Motion Passes 6-0 -1. PUBLIC SAFETY 13. Motion to approve deposit of check from GEMA in the amount of $5,905.00 Item into Augusta, GA. account and issue a check made payable to LEPC in the Action: amount of $5,905.00 for the reimburse of funds expended in operations. Approved(Approved by Public Safety Committee April 24,2018) IB rcimbursement check from GEMA.pdf IB ltemApprovalsheet.html Motions Motion Motion Textrype Motion ResultMade By Seconded By Motion to approve. Mr. M. Williams not ^ Commissioner Approve ;;l'tilHJ#:"# ii:[TJJIJ.' '*;ffiL, passes Motion Passes 6-0 -1. 14. Motion to approve Revised Fee Schedule for CSRA Probation Contract. Item (Originally Approved by Commission on December 19, 2Ol7) (Approved Action: by Public Safety committee April 24,2018) Approved lEl Oriqinal Probation Contract.pdf E Probation Contract with Revision and Cover Letter.pdf MotionSeconded BY Resurt Motion to approve. Mr. M. Williams not Commissioner Approve ;;ltilH;fl"# R;ffiL, ;,"#TTJ|,"' passes Motion Passes 6-0 -1. 15. Motion to approve reimbursement to Richmond County Board of Education, Item Augusta University Medical Center, and Richmond County Health District Action: for shelter operations during the evacuations caused by Hurricane Irma and Approvedto reimburse Animal Services, Augusta Transit, and Richmond County Sheriff s Office, for their assistance and to authorize the Accounting Department to issue reimbursement checks and auth orize the Mayor to execute the appropriate documents. (Approved by public Safety Committee April 24, 2018) E ltemApprovalsheet.html Motions Motion Motion Textrype Made By B chatham countv invoice and che.odf Motionseconded BY Resurt Motion to approve. Mr. M. Williams not Approve Xlm**f:"* i,:ffi;i,"" 3:ffiffiifl" passes Motion Passes 6-0 -1. FINANCE 16. Motion to approve a request from the Daniel Field General Aviation Item Commission, DNL GAC, for an increase in the operating budget of the Action: Daniel Field Airport in the amount of $79,000. Please note that the Daniel Approved Field Airport is an enterprise fund. (Approved by Finance Committee April 24,2018) Motions f#:" Motion rext E ltemApprovalsheet.html Motions Motion Motion Textrype MotionSeconded Bv :--------- -" Result Made By Made By Motion to approve. Mr. M. Williams notApprove;ll;X*f:U ;,:Tffi[,.' E:ffiffiiil.. passes Motion Passes 6-0 -1. ENGINEERING SERVICES 17. Motion to approve adoption of the Flood Insurance Rate Map (FIRM) and ltemthe Flood Insurance Study (FIS) as revised by Letter of Map Revision Action: (LOMR) 17-04-3443P, Effective May 2, 2018. (Approved by Engineering Approved Services Committee April 24, 20lg) E loun_tz-on-:lllp.oar E ltemAoorovalsheet.html Motions Motion Motion Textrype Motion ResultMade By Seconded By Approve Motion to approve. Mr. Commissioner Commissioner Passes M. Williams not Mary Davis Grady Smith voting. Mr. Frantom and Mr. Fennoy out. Motion Passes 6-0 -1. 18. Motion to approve ESD to utilize the Georgia EPD Local Government Scrap Item Tire Abatement Program for Dump Site Cleanup and Right-of-Way Cleanup Action: and to authorize the Administrator and Mayor to execute Agreements and ApprovedRequired Documents. (Approved by Engineering Services CommitteeApril 24,2018) Motion to approve. Mr. M. Williams not Approve *lU***:U fi:tH#f'.' 3:#I'#l"il" passes Motion Passes 6-0 -1. 19. Motion to approve engineering for N. Max Hicks Water Treatment Plant Item Reservoir Dam Improvements. The Safe Dams Program has provided Action: direction on repairs and improvements that need to be made and is requiring Approved that those improvements be completed by April 19,2019. We woula iite to move forward with this work as quickly as possible to ensure we can complete it ahead of the deadline. (Approved by Engineering Services Committee April 24, 2018) E RoW_Aoolication_20 I 7.docx B Dumo Aonlication 20l7.docx IB GA-EPDJire Abatement_Guidelines 0J2l l7.pdf E ltemAoorovalshcet.html Motions H:t:" Motion Text Made ByIVDE MotionSeconded Bv I- - - ------ -'1 Result MotionSeconded Bv :- - - ------ -'1 Result B Sole Source Information Cranston.ndf B ltemAoorovalsheet html Motions Motion Motion Textrype Made By Approve Motion to approve. Mr. Commissioner Commissioner Passes M. Williams not Mury Davis Grady Smith voting. Mr. Frantom and Mr. Fennoy out. Motion Passes 6-0 -1. 20. Motion to approve adoption of the revised Soil Erosion, Sedimentation and Item Pollution Control (ES&PC) Ordinance as requested by AED. (Approved by Action: Engineering Services Committee April24,20ls) Approved B ES ORIDNACE-20IE Revisions Summarv Table.pdf B Soit_Erosion_Ordinance-Revised_2018.ndf E ltemAporovalsheet.html Motions Motion ,r^4:^- m^--1 rf, r h ^ Motioniil;- Motion Text Made By Seconded By idffi' Motion to approve. Mr. M. Williams notApprove;lmx,,lr:n fi:TH;r'* 3:#I'#i,1.' Passes Motion Passes 6-0 -1. PETITIONS AND COMMUNICATIONS 21. Motion to approye the minutes of the regular meeting of the Augusta Item Commissionheld April 17,2018 and Special Called Meeting held April24, Action:2018. Approved IB Resular Commission Meeting April 17 20lE.pdf E Called Commission Meeting April 24 2olE.pdf B ItemApprovalsheet.html Motions [|j:' Motion Text Made By seconded By MotionrYPe Result Approve Motion to approve with Commissioner Commissioner Passes corrections. Mr. M. Mary Davis Grady Smith Williams not voting. Mr. Frantom and Mr. Fennoy out. Motion Passes 6-0 -1. APPOINTMENT(S) 22. Motion to approve the appointment of Ms. Tameka L. Board representing District 3. Jones to the Personnel Item Action: Approved [E Tameka L Jones.odf lE ltemAoorovalsheet.html Motions Motion Motion Textrype Motion to Approve approve. Motion Passes 9-0. Commissioner Dennis williams Passes Made By Commissioner Ben Hasan Seconded By Motion Result ****END CONSENT AGENDA** ** AUGUSTA COMMISSION 5lU20t8 AUGUSTA COMMISSION REGULARAGENDA 5fit2018 (Items 23-30) PT]BLIC SERVICES 23. Ms. Tonya Bonitatibus requesting the City of Augusta move forward with Itemhiring Mclaughlin Group to create concept drawings for the Whitewater Action: Center included in Destination Blueprint adopted by the city on June 6,2017. Approved (No recommendation from Public Services Committee April 24,2OlB) IB CVB Destination Blueorint aooroved 6.6.l1.odf B Tonva Bonitatibus 4.24.18_.ndf Motions *j1"' Motion Text Made By seconded By Y'_11,":'f'YPe -'---- -J Result Motion to approve the concept of creating a whitewater center on the River and to task the Administrator and General Counsel to brins Approve :**:l*-t X"*;,s " S##',j'Ji*" S;.#Tl:ffi Passes Mclaughlin Group to address a holistic approach for river recreational actitivies. Motion Passes 9-0. ADMINISTRATIVE SERVICES 24. Discuss lack of response and receive explanation from General Counsel Item MacKenzie regarding call back requests that are made to him and his Senior Action: Staff Attorney Smitherman that are only returned to certain commissioners Approved and not others. (Requested by commissioner Marion williams) IB ltemApprovalsheet.html Motions Motion f,/r^r:^-'Tr^--1 f,,r-r-n d -'- Motion--""" Motion Text Made By Seconded Byf YPe '--"- -" Result Motion to approve Approve receiving this item commissioner commissioner as information. Marion Williams Grady Smith It was the consensus of the Commission that this item be received as information. PUBLIC SAFETY 25. Discuss contract negotiations with ambulance companies to provide service to Item the ARC. (Requested by Commissioner Marion Williams) .lction: None E ItemApprovalsheet.html Motions Motion f,,,r^1:^_,Tr^_1 Made Seconded MotionType Motion Text By By Result No action was taken on this item 26. rJpda,. uo*llirloo'l;:r[-::;;,ed and who auth orizedstationing a rtem Fire Department Emergency Medical Technician (EMT) in the commission Action: chamber during commission meetings. (Requested by Commissioner Approved Marion Williams) lE ItemApprovalsheet.html Motions X:11" Motion Text Made By seconded B Motion f ype 'of,ron lexr IYraOe lty Seconded lty Result Motion to approve receiving this item as information. Mr. Frantom and Mr. Commissioner Approve {,"e;;:: ?.,ffiL, ;:frIlTil" Passes Commissioner Marion Williams. Motion Passes 6-1. 27. Update on the status of Augusta's efforts to follow through with the Item Commission's directive to pursue re-opening of the EMS Zone through the Action: Region VI EMS Council. @equested by Commissioner Marion Wiltiams) Approved E Attachment I - Zonins Process 4.l0.l8 ndf B Attachment 2 - Resional Emerqencv Medical se.vices-councit_Bvla*s 4.l0.lE.odf E Attachment 3 - Chronologv of Evenfs 4.lO 1* tr'.MS nrtf B Attachment 4_-_October l0 2017 Calted_Meetins 4.l0.lE.odf IB Attachment 5 - October 30 2017 Mavor s Letter to Reoion VI EMs Corrncir r' ro rf, ndf @ Attachment 6 - Novemher 21 2tlll Reqrrlrr Mecrino nrtf B Atta.h.ent 7 - March 29 2018 EMS Zoninq Co--itte" Meetins Aqneda.odf E Attachment 8 - March 29 2tllf. I'.MS Prcccnfofinn ndf E Attachment 9 - March 29 2018 911 notes.odf lB ltemApprovalsheet.html Motions Motion Motion Textrype Motion to approve receiving this item as information. Mr. Frantom and Mr. Approve Fennoy out. Voting No: Commissioner Marion Williams. Motion Passes 6-1. E Belinda_Johnson.odf B ItemAoorovalsheet.html Motions Motion-"""- Motion Textr,ype Motion to approve A __..^_-- receiving this item asADDTOVE- ^rr--'- information. Motion Passes 9-0. ADMINISTRATOR Motion-------- -" ResultMade By Commissioner Ben Hasan Commissioner Dennis Passes Williams FINANCE 28. Presentation by Ms. Belinda Johnson regarding a tax matter involving the Item Tax Commissioner's Office concerning property in her grandfather's estate in Action: the name of Johnny M. Taylor at 2485 Dublin Drive. (No recommendation Approved from Finance Committee April 24, Z0lB) Made By Commissioner Sammie Sias Seconded By Motion Result CommissionerMil;;;il Passes 29. Presentation from Augusta University Marketing 3750 Class-Event Item Planning and Production. Action: Approved E Aqenda Item - AU Marketrinp Presentation Bridsins the Gao Aoril 24 20l8.ndf lB ItemApprovalsheet.html Motions Motion Motion Text Made By Seconded By MotionType Result Motion to approve Approve receiving this item commissioner commissioner as information. Ben Hasan Grady Smith No action is taken on this motion due to the passage of the substitute motion. Motions Motion Motion Text Made By seconded By f.'.|i,tl'r'ype Substitute motion to refer this item to the Recreation Department t'^-^^^:_^:-,_ -,. Commissioner Approve to come back with som. :^"::,'^ttj:::' Andrew passes concrete plans for the Jalnmre Jlas Jefferson execution of this event. Motion Passes 9-0. 30. Motion to approve an amendment to the Professional Services Agreement Item with Janice Welch Osei to assist in the Office of the Administrator. Action: Rescheduled lE Osei -Asreement Amendment.odf E Amendment to Osei---Professionel ServicesJsreement.ndf IB Osei - Professional Services Asreement.odf lB ltemAnnrovalsheet.html Motions Pl1" Motion Text Made By seconded By Motion'f'ype - ------ -'t ----"--'-r Result Motion to approve referring this item to the Administrative Services Committee CommissionerDefer for further discussion. Andrew uommrssloner voting No: Jefferson Ben Hasan Passes Commissioner William Fennoy. Motion Passes 8-1. Motions Motion Motion Text Type Made By Seconded By Motion Result Substitute motion to approve. Voting No: Commissioner Mary Davis, Commisioner Sean Frantom, ^ Commissioner Commissioner/\PProve Ben Hasan, Sammie Sias Commissioner Andrew Jefferson, Commissioner Grady Smith, Commissioner Marion Williams. Motion Fails 3-6. LEGAL MEETING A. Pending and Potential Litigation. B. ReaI Estate. C. Personnel. CommissionerWilliam Fails Fennoy 31. Motion to approve execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Upcoming Meetings Item Action: None www.auqustaga.gov CALLED MEETING COMMISSION CHAMBER May 8,2018 Augusta Richmond County Commission convened at 11:00 a.m., Tuesda5 May 8, 2018, the Honorable Hardie Davis, Jr., Mayor, presiding. PRESENT: Hons. Jefferson, Guilfoyle, Sias, Frantofr, M.Williams, Davis, Fennoy, Hasan and Smith, members of Augusta Richmond County Commission. ABSENT: Hon. D. Williams, member of Augusta Richmond County Commission. Mr. Mayor: All right, we'll call this meeting to order. The Chair recognizes Attomey MacKenzie. 2. LEGAL MEETING A. Pending and potential litigation B. ReaI estate C. Personnel Mr. MacKenzie: I would entertain a motion to go into an executive session to discuss pending and potential litigation, real estate and personnel. Mr. Fennoy: So move. Mr. Frantom: Second. Mr. Mayor: Voting. Ms. Davis and Mr. Jefferson out. Motion carries 8-0. IEXECUTTVE SESSTON] Mr. Mayor: We'll call the meeting back to order. The Chair recognizes Attomey MacKenzie. 3. Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Mr. MacKenzie: I would entertain a motion to execute the closed meeting affidavit. Mr. Frantom: So move. Mr. Sias: Second. Mr. Mayor: Voting. Motion carries 9-0. Mr. Mayor: I'll recognize Attorney MacKenzie. Mr. MacKenzie: I would entertain a motion to accept the resignation of Sharon Broady effective July 1, 2018 and to approve six months of severance pay in accordance with Section 500.311 of the Personnel Policies and Procedures Manual. Mr. Fennoy: So move. Mr. Sias: Second. Mr. Mayor: A motion and a second. Voting. Mr. Guilfoyle: Mr. Mayor. Mr. Mayor: The Chair recognizes the commissioner from the 8n. Mr. Guilfoyle: I'd like to express to Ms. Broady. She was a long-time employee and served this county very well and we all appreciate her and her time served. Motion carries 9-0. Mr. Mayor: The Chair recognizes the commissioner from the 4ft. Mr. Sias: What was the ef[ective date again? Mr. Mayor: July 1. Ms. Jackson: July l. Mr. Sias: Thank you. Mr. Mayor: The Chair recognizes Attorney MacKenzie. Mr. MacKeruie: I would entertain a motion to approve an amendment to the annual plan of the Reynolds Street Parking Deck Management Agreernent to allow for the leasing of 10b or more spaces in the parking deck to a single entity - Mr. Hasan: We put that off. Mr. MacKerzie: -- at a rate of no less than $50.00 per space on a month-to-month basis subject to the approval by the Administrator of the licensee and all rental terms. Mr. Mayor: Okay, all right, everybody suspend for a moment. What we articulated was that we would make some.rmendments to the language to address the issues as it relates to parking for specific groups and that we would then come back as opposed to taking action on that today. All right, so he withdraws that. All right, commissioner from the 9tr, you are recognized, sir. Mr. M. Williams: Thank you, Mr. Mayor. I wanted to see the agreernent with that before, so I'd like to get a copy of that agreement as it states now so I'll be familiar with it as far as details of what's in there so - Mr. Mayor: I agree with you. Mr. M. Williams: - bring that back to - Mr. Mayor: So, Attorney MacKenzie, if you will again transmit by way of Clerk of Commission the current copy of the agreement and then with the amendment language added so that we can see the comparison so the commissioner from the 9tr and the rest of us can see that so we're not taking any action on that at this time, Ms. Bonnel. us? The Clerk: Yes, sir. Mr. Mayor: Okay. All right, very good. Attorney MacKenzie, any other business before Mr. MacKenzie: That's all I have. Mr. Mayor: All right. Committee meetings. There was a slight oversight on our part. We had an item on the special called meeting. There was one agenda item that was up for debate and we, again, it was an oversight. We do need to go back to that and address that issue. All right, the Chair recognizes Attorney MacKenzie. 1. Motion to approve a contract with the Mclaughlin Group to create concept for a Whitewater Center to address a holistic approach for river recreational activities. Mr. MacKenzie: Sure. The other item on your special called meeting agenda is a motion to contract with the Mclaughlin Group to create a concept for a whitewater center to address a holistic approach for river recreational activities. We have got an agreement ready. There is two different options and I can pass these out and distribute them for ya'll to review. One would include the additional scope of work that was contemplated at our last meeting and then one was the original proposal which Ms. Bonitatibus brought to us which was just to look at the whitewater piece of it. The additional cost to do the broader approach was, brought the cost to approximately $30,000 as that proposal was. However, I would also like to communicate as well that we consulted with the Procurement Department and the Procurement Deparhnent recommends thatwe not utilize the emergency procurement procedures to procure this kind of work. Instead recommended an expedited procurement process whereby we would go out and do a shorter duration procurement to get these services, have a competitive process to allow for other firms to be considered for the work and so she has recorrmended that course of action as well. Mr. Mayor: All right, the Chair recognizes the commissioner from the 6ft. Mr. Hasan: Thank you, Mr. Mayor. If we do that, Mr. Mayor, if we take the option the way you just go with all of the things that the commission, I can see us not doing the emergencS but just to do the one that is, that we feel is time sensitive which is the whitewater and we can come back and do the others at another time. Ask them just to higruight doing just what we started out I think we can declare that from an emergency perspective because we all know it's time sensitive. I think what comes to mind for me and I don't know whether we want to use this as an analogy when we think about the ice storm I think one of the many challenges that we seem to have if my memory serves me correct is that for most part a lot of the project was deemed to be an emergency situation and any time you can take and stop business for a whole week and then come back and declare it an emergency, that didn't pass the smell test with FEMA nor GEMA, but in this instance we need to try to make the decision and get that on to them and I think we can declare it an emergency. Probably all the things we added to it, we probably could not get away with that but if we stuck to the original request I think we can be successful in declaring this as an emergency because it is time sensitive. Thank you, Mr. Mayor. Mr. Mayor: Okay, thank you, Commissioner. All right, Ms. Sams, would you approach? Okay, the Chair recognizes Madam Pro Tem. Ms. Davis: Ms. Sams, can you give us, I know Commissioner Hasan was just saying he thinks we could use that emergency procurement process but could you give us your opinion too, please? Ms. Sams: My opinion as it relates to an emergency process, I know that that would not be applicable because items that are time sensitive or does not address the health and welfare and the safety of Augusta Richmond County citizens. Ms. Davis: So what do you recofilmend that we could do to get this moving sooner than later? Ms. Sams: I recommend that you go through a very short executed process that would require 15 days and that clock starts ticking as soon as we receive something either the Recreation Department in the form of some solicitation or the State of Georgia has adopted and has glven municipalities the authority to go up under what we call a cooperative purchasing and if there is another contract out there in the United States, and there are several water parks and there are several events, ventures that does address zip-lining and also taxi, a water taxis and I think if we find one good one and go up under that, we could do that in less than a week and we have been very proactive in looking for something to substitute and give you all options. At any rate we can complete any process in 15 days. Ms. Davis: Thank you. Mr. Mayor: All right, the chair recognizes the commissioner from the 9ft. Mr. M. Williams: Thank you, Mr. Mayor. Ms. Sams, while you're there I need to know because I'm kind of confused now we want to get this moving and we've been talking about it for quite some time so I'm hearing you say 15 days or a seven-day process if we did it but if we didjust a whitewater part of that, it's something that we've been talking about along with the other stuff we added to last time, can we do, do we have to do them all? Are you saying you have to do everything at once or can we still get a seven-day company to come in and look at the other additional stuff we want to do besides the whitewater? How can we move this forward I guess? Ms. Sams: Mr. Commissioner, I would recofllmend that if we move forward in doing the sort procurement process that it be inclusive of all of your suggestions and be very clear and precise in what we're looking for. Mr. M. Williams: Mr. Mayor, do I need to make a motion to go ahead and follow that process and get that ball rolling now? Mr. Mayor: Yeah. I think that's certainly proper at this time. Mr. M. Williams: Ok y, that's my motion. Mr. Fennoy: I second it. Mr. Mayor: Okay. All right, there's a motion to use the expedited procurement process which is effectively 15 days with a proper second from the commissioner from the 1't. The Chair recognizes the commissioner from the 7tr. Mr. Frantom: Thank you, Mr. Mayor. My question is for the attorney. The two documents I have here are $15,000 and $30,000. You said $10,000. where is that document? Mr.MacKenzie: I'msorry. Iflsaid$l0,000,Imisspoke. Theonlyoptionseverpresented were the $15,000 and $30,000. Mr. Frantom: Okay. And I guess, Mayor, my concem is that why are we just hearing about the procurement process when this has been talked about and now we're coming back and we're slowing down the process. The Savannah Riverkeeper has been working on this. I'm sure other people in our government knew about it. Why now are we slowing this down and then possibly not even using a company that's got great credentials? Mr. Mayor: Well, I certainly can't articulate that. The Chair recognizes Administrator Jackson. Ms. Jackson: If I'm not mistaken, we certainly did have conversations with the Riverkeeper about wanting to bring in a firm but we did not have a document from that firm until the last discussion I think that we had and I think it was at that time that it came to the attention of the (inaudible). Mr. Frantom: I guess are we doing anything wrong as a government if I make a substitutemotion to approve it at the $l5,000level? Mr. Mayor: Well, I don't think you're necessarily doing anything wrong as a govemment but you've heard from your Procurement Director that the pieferred pro."r.- is tolxpedite itthrough those normal channels and you'll get to the same ".rd. Arrd t itrint that's what-'s being offered by the commissioner from the 96 with a second from the commissioner from the ls. That,fall that I've heard is effectively being asked. I think that's certainly a prudent process. I've not heard anything that would be an encumbrance to progress at this point. - Mr. Frantom: Thank you, Mr. Mayor. Mr. Mayor: Yes, sir. All right, the Chair recognizes the commissioner from the 4ft. Mr. Sias: Thank you, sir. Just wanted to make sure that my colleague from the 9ft, the motion was for the holistic approach. Am I correct? Mr. M. Williams: That's correct. Mr. Sias: Thank you. Mr. Mayor: All right, we've got a motion with a proper second. voting. Mr. Frantom votes No. Motion carries 8-1. Mr. Mayor: All right, I'll yield to the chairman of public Services. [MEETING ADJOURNED] Lena J. Bonner Clerk of Commission CERTIFICATION: I, Lena J. Bonner, Clerk of Commission, hereby certify that the above is a true and correct copyof the minutes of the Called Meeting of the Augusta Richmond County Commission held o" fufay8,2018. Clerk of Commission Commission Meeting Agenda 5/15/2018 2:00 PM Osei - Agreement Amendment Department:Administrator Department:Administrator Caption:Motion to approve an amendment to the Professional Services Agreement with Janice Welch Osei to assist in the Office of the Administrator. (No recommendation from Administrative Services Committee May 8, 2018) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: Funding Source: Administrator's Budget Object Code: 5211110 - Management Consultants REVIEWED AND APPROVED BY: Cover Memo AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT This amendment is made to the Professional Services Agreement, dated January 30, 2018, previously executed by and between Augusta, Georgia hereinafter called "Augusta" and Janice Welch Osei, hereinafter called "Consultant.” It is mutually understood and agreed by and between the undersigned parties to amend said previously executed agreement as follows: Whereas Augusta, GA desires to hire a consultant to assist in the Office of the Administrator, and Whereas Janice Welch Osei desires to provide such services, Section 1 is hereby amended by deleting the current language and adding the following language: Consultant will assist the Administrator with various organizational development and management tasks. These tasks include, but are not limited to, coordination of executive searches, departmental analyses, and assistance to the Personnel, Policy, and Procedures Manual Sub-Committee of the Commission. Section 2 is hereby amended by deleting the current language. Section 3 is hereby amended by deleting the first sentence. Also amended to indicate the consultant will use supplies and equipment from the Office of the Administrator. Except as set forth in this Amendment, the Agreement is unaffected and shall continue in full force and effect in accordance with its terms. If there is conflict between this amendment and the Agreement or any earlier amendment, the terms of this amendment will prevail. AUGUSTA, GEORGIA By: ______________________________ Hardie Davis, Jr. As it Mayor ATTEST: ____________________________ Lena J. Bonner, Clerk of Commission CONSULTANT __________________________________ Janice Welch Osei Revised Admin. 5.10.18 Commission Meeting Agenda 5/15/2018 2:00 PM Operating, Capital, Encumbrance Carryover Request Department:Finance Department:Finance Caption:Approve funding of operating, capital, encumbrance carryover. ((No recommendation from Finance Committee May 8, 2018) Background:Operational appropriations are encumbered as a result of purchase orders, contracts or other forms of legal commitments. Encumbrances outstanding at year-end are reported as a reservation of fund balance. Operational appropriations lapse at year-end and Capital Projects typically extend over several years and may still require a budget amendment; however, reappropriations of amounts to cover significant encumbrances are made by the Augusta Georgia Commissioners during the subsequent fiscal year as an amendment to the budget Analysis:Several projects, programs and large contracts for services were approved and awarded in 2017. The funding for the contracts was collected in 2017. In accordance with budgetary policy commission, approval is required to carry over funding from prior years. Approval will allow the program to continue without any disruption of service. Financial Impact:Funding is available in related funds fund balance. Alternatives:Require use of current year funding Recommendation:approve us of fund balance for encumbrance carryover Funds are Available in the Following Accounts: 101-00-0000/3952110 $ 409,770 217-00-0000/3952110 $ 89,210 274-00-0000/3952110 $ 156,000 506-00-0000/3952110 $ 181,420 581-00-0000/3952110 $ 1,694,340 611-00- 0000/3952110 $ 7,140 Cover Memo REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Augusta Richmond County Operating/Encumbrance Carryover Requests 2018 Fund Org Key Object Description Department Carryover Amount Requested Encumbrance Carryover (3951110) Operating/Capital Carryover (3951120)Total Finance Recommended 101 101-01-1310 5234110 Printing and binding Clerk of Council/Commission 15,000 15,000 Y 101 101-01-5710 5234110 Printing and binding Tax Assessor 19,182 19,182 Y 101 101-04-1110 5316120 Telephones under $500 Engineering 8,205 - N 101 101-03-9110 5422210 Trucks, All Sizes Augusta Animal Services 37,800 37,800 Y 101 101-10-1110 6011140 Disparity Study Compliance 225,060 225,060 Y 101 101-10-1110 6011140 Events Planning Recreation 80,000 80,000 Y 101 101-01-5160 5319120 R&M - Building Planning and Development 32,720 32,720 Y 101 Total 417,967 34,182 375,580 409,762 217 217-07-2210 5319120 R&M - Building Planning and Development 69,860 65,020 4,840 Y 217 217-07-2210 5413120 Building Renovations Planning and Development 19,350 19,350 Y 217 Total 89,210 65,020 24,190 89,210 274 274-03-4110 5422110 Vehicles Fire 77,000 77,000 Y 274 274-03-4110 5426120 Safety Equipment Fire 79,000 79,000 Y 274 Total 156,000 - 156,000 156,000 276 276-04-1610 5311640 Replacement Lights Street Lights 24,885 - N 276 Total 24,885 - - - 506 506-04-3110 5223112 R&M-Contract-Equipment Utilities 5,320 - N 506 506-04-3110 5224214 Equipmental Rental Utilities 3,720 - N 506 506-04-3110 5423110 Office Fixtures & Furniture Utilities 11,070 11,070 Y 506 506-04-3110 5424510 Peripherals Equipment Utilities 41,750 41,750 Y 506 506-04-3210 5223110 Repairs and maintenance Utilities 41,360 41,360 Y 506 506-04-3410 5311914 Tool Supplies Utilities 1,260 - N 506 506-04-3430 5223110 Repairs and maintenance Utilities 1,190 - N 506 506-04-3540 5213119 Other Technical Services Utilities 8,370 8,370 Y 506 506-04-3540 5424510 Peripherals Equipment Utilities 9,370 9,370 Y 506 506-04-3580 5223110 Repairs and maintenance Utilities 5,280 5,280 Y 506 506-04-3580 5319130 R & M - Equipment Utilities 4,690 4,690 Y 506 506-04-3580 5421110 Machinery Utilities 59,530 59,530 Y 506 Total 192,910 181,420 - 181,420 581 581-04-4320 5211110 Management Consultants Stormwater 510,415 510,415 Y 581 581-04-4320 5211120 Contractual Services Stormwater 1,006,765 1,006,765 Y 581 581-04-4320 5414910 Other Infrastructure Stormwater 6,567 - N 581 581-04-4320 5423110 Office Fixtures & Furniture Stormwater 8,204 - N 581 581-04-4320 5424120 Software Stormwater 177,213 177,213 Y 581 Total 1,709,164 1,694,393 - 1,694,393 611 611-01-5214 5522101 Damages-General Fund Risk Management 4,442 4,442 Y 611 611-01-5214 5522551 Damages-Bush Field Risk Management 2,690 2,690 Y 611 Total 7,132 7,132 - 7,132 Grand Total 2,597,268 1,982,147 555,770 2,537,917 Recommended C:\Users\ts12712\Desktop\carryover agenda item\Copy of Carryover requests summary_TS Commission Meeting Agenda 5/15/2018 2:00 PM Exemption Storm Water Fee Department: Department: Caption:Motion to exempt Storm water Fee in Non-Serviced Area ( unincorporated area ). (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 5/15/2018 2:00 PM Residential Parking Resolution Department: Department: Caption:Motion to approve the Residential Parking Resolution. (Commissioner Bill Fennoy) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Lena Bonner From: Sent: To: Cc: Subject: Ms. Bonner; Marcus Campbell Wednesday, May 09, 2018 1l_:11AM Lena Bonner Commissioner William Fennoy Agenda item addition Please place the following motion to the May 15, 20i.g commission agenda. Motion to approve the Residential Parking Resolution (CommissionerWilliam Fennoy). Thanks Marcus Respectfully, Marcus Campbell Chief of Staff Office of Mayor Hardie Davis Jr. 535 Telfair Streer, Suite 200 Augusta, Georgia 30901 (706) 821-1,831 This e-mailcontains confidential information and is intended only for the individual named. lf you are not the named addressee, you should not disseminate, distribute or copy this e-mail. Please notify the sender immediately by e-mail ifyou have received this e-mail by mistake and delete this e-mail from your system. The City of Augusta accepts no liabilityfor the content of this e-mail or for the consequences of any actions taken on the basis of the information provided, unless that information is subsequently confirmed in writing. Any views or opinions presented in this e-mail are solely those of the author and do not necessarily represent those of the City of Augusta. E-mail transmissions cannot beguaranteed to be secure or error-free as information could be intercepted, corrupted, lost, destroyed, arrive late orincomplete, or contain viruses. The sender therefore does not accept liability for any errors or omissions in the contentof this message which arise as a result of the e-mail transmission. lf verification is required, please request a hard copyversion. AED:104.1 Please consider the environment before printing this email. Commission Meeting Agenda 5/15/2018 2:00 PM Stormwater Ordinance Delinquent Accounts Department: Department: Caption:Motion to approve Stormwater Ordinance review and amendment to address delinquent accounts and require quarterly reporting on revenue and expenditures. (Requested by Mayor Hardie Davis) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 5/15/2018 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