Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-08-07 Meeting Agenda
Commission Meeting Agenda Commission Chamber 8/7/2018 2:00 PM INVOCATION: Apostle Charles M. Herrington, Pastor, Strait Gate Apostolic Church of Jesus Christ. PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. RECOGNITION(S) Years of Service Awards A. Congratulations!July Years of Service Recipients. Attachments CONSENT AGENDA (Items 1-25) ADMINISTRATIVE SERVICES 1.Motion to approve a request from the Engineering Department for the purchase of two new trucks for compliance inspectors. Allan Vigil Ford Bid Item 18-184. (Approved by Administrative Services Committee July 31, 2018) Attachments 2.Motion to approve the request to purchase one Richmond County Sheriff’s Office K-9 vehicle. Allan Vigil Ford - Bid Item 18- 191 (Approved by Administrative Services Committee July 31, 2018) Attachments 3.Motion to approve Environmental Services Department requests to replacement of two new pickup trucks. Allan Vigil Ford - Bid Item 18- 184 (Approved by Administrative Services Committee July 31, 2018) Attachments 4.Motion to approve Utilities Department request to replacement of five pickup trucks for Utilities-Construction and Maintenance Division. Allan Vigil Ford - Bid Item 18-184 (Approved by Administrative Services Committee July 31, 2018) Attachments 5.Motion to approve submission by Augusta Housing and Community Development of the FY2018 Annual Action Plan for the following programs funded by the U.S. Department of Housing and Urban Development (HUD): Community Development Block Grant (CDBG) Program, Home Investment Partnership Grant (HOME) Program, Emergency Solutions Grant (ESG) Program, and the Housing Opportunities for Persons with AIDS (HOPWA) Program. (Approved by Administrative Services Committee July 31, 2018) Attachments 6.Motion to approve contract award to John E. Lavender and Associates, Inc. of Statesboro, GA, to construct an addition and renovate the Maxwell Branch Library on Lumpkin Road in the amount of $947,800.00. Bid Item 18-209 (Approved by Administrative Services Committee July 31, 2018) Attachments 7.Motion to approve Augusta Housing and Community Development Department's new Economic Development program entitled "Seeds For Life". This program was developed to provide an established business, a working capital grant of $10,000 to help foster both growth and employment for that business. In 2018 there will be a total of ten (10) grants made to businesses that demonstrate their ability to grow and prosper as well as be able to either retain current employees or hire additional fulltime or part-time employees for the following twelve month period. (Approved by Administrative Services Committee July 31, 2018) Attachments PUBLIC SAFETY 8.Motion to approve the purchase of a new recording system for the Detention Center. (Approved by Public Safety Committee July 31, 2018) Attachments 9.Motion to accept an award in the amount of $30,095 from Edward Bryne Memorial Justice Assistance Grant (JAG) Program for the Richmond County Sheriff's Office. The monies will assist RCSO in expansion of archive storage devices for officer worn video storage.(Approved by Public Safety Committee July 31, 2018) Attachments 10.Motion to approve contract with Data Cloud Solutions, LLC to implement the Mobile Assessor Application and approve the Amendment to the Tyler Technologies Contract.(Approved by Public Safety Committee July 31, 2018) Attachments 11.Motion to accept the State Grant Award for the Adult Felony Drug Court Program, Superior Court. (Approved by Public Safety Committee July 31, 2018) Attachments 12.Motion to accept the State Grant Award for the Adult Felony Mental Health Court Program, Superior Court.(Approved by Public Safety Committee July 31, 2018) Attachments 13.Motion to accept the State Grant Award for the Adult Felony Veterans Treatment Court Program, Superior Court.(Approved by Public Safety Committee July 31, 2018) Attachments FINANCE 14.Motion to approve adding the Finance Committee's Chair and Vice Chair to the 2019 Budget review meetings with the dept heads and the administrators office (Sept. 3-14) and other members filling in- in their absence. (Approved by Finance Committee July 31, 2018) Attachments 15.Motion to approve $17,000 funding from contingency for the Record Restriction Program. (Approved by Finance Committee August 1, 2018) Attachments ENGINEERING SERVICES 16.Motion to approve and award Preliminary and Final Engineering Design Consultant Services Agreement to Cranston Engineering Group, Inc. in the amount of $576,922.92 for the 9th Street (James Brown Blvd.) Improvements Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFP 18-171(Approved by Engineering Services July 31, 2018) Attachments 17.Motion to authorize condemnation to acquire title of a portion of the property for permanent easement (Parcel 166-0-023-05-0) 4252-A Windsor Spring Road(Approved by Engineering Services Committee July 31, 2018) . Attachments 18.Motion to approve incorporating city parcel 045-1-066-00-0 into Adrian Street ROW and accordingly accepting Adrian extended section in Augusta, GA Road System as requested by AED. (Approved by Engineering Services Committee July 31, 2018) Attachments 19.Motion to approve Award of Bid Item #18-160 for the construction of the Camp Hancock Outfall Sewer Rehabilitation – Phase 1 project to Insituform Technologies, LLC.(Approved by Engineering Services Committee July 31, 2018) Attachments 20.Motion to approve Memorandum of Understanding to include Augusta Utilities Department’s water main, sanitary sewer main, and fiber optic cable relocations in the Georgia Department of Transportation contract, through competitive bidding, for GDOT Project PI 210327 I-20 at Savannah River, Richmond County. (Approved by Engineering Services Committee July 31, 2018) Attachments 21.Motion to deny addition of two (2) Contractors to Current Approved On- Call Concrete Repair, Concrete Construction, and Emergency Repair Contractor-List and accordingly Approve award of On-Call Concrete Repair, Concrete Construction, and Emergency Repair Contract to these two contractors (i- DJ Construction Company, and ii- Sitec, LCC) as Attachments requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. RFP 18-155 (Approved by Engineering Services Committee July 31, 2018) 22.Motion to deny addition of four (4) Contractors to Current Approved On- Call Drainage Easements and Ponds Cutting/Cleaning Contractor-List and accordingly Approve award of On-Call Drainage Easements and Ponds Cutting/Cleaning Contract to these four contractors (i-T Garrett Enterprise, ii-Augusta Quality, iii-Lumber jack Landscaping, and iv- Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. RFP 18-157 (Approved by Engineering Services Committee July 31, 2018) Attachments 23.Motion to deny addition of four (4) Contractors to Current Approved On- Call Maintenance Vegetation Control and Right-of-Way Mowing Contractor-List and accordingly Approve award of On-Call Maintenance Vegetation Control and Right-of-Way Mowing Contract to these four contractors (i-T Garrett Enterprise, ii-Robert’s Professional Lawn Services, iii-Lumberjack Landscaping, and iv-Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. RFP 18-152 (Approved by Engineering Services Committee July 31, 2018) Attachments PETITIONS AND COMMUNICATIONS 24.Motion to approve the minutes of the regular meeting of the Augusta Commission held July 17, 2018 and Special Called Meeting held July 31, 2018. Attachments APPOINTMENT(S) 25.Motion to ratify the reappointments of the Richmond County Legislative Delegation as follows: Jeannie Allen, Canal Authority; Jimmy Blount and Robert Lowery, Augusta Small Business Citizens Advisory Board. Attachments ****END CONSENT AGENDA**** AUGUSTA COMMISSION 8/7/2018 AUGUSTA COMMISSION REGULAR AGENDA 8/7/2018 (Items 26-34) PLANNING 26. Z-18-30 – A request for reconsideration and concurrence with the Augusta Georgia Planning Commission to approve with the conditions listed below a petition by Kirk S. Laney, on behalf of Kirk S. Laney, sole member of Dixon Airline Recycling & Disposal LLC, requesting a change of zoning from Zone A (Agriculture) to Zone HI (Heavy Industry) affecting property containing approximately 21 acres and known as part of 1710 Dixon Airline Road. Tax Map 145-0-033-00-0 DISTRICT 6 1. Approval be granted for all lands on TPN 145-0-033- 00-0 currently zoned A (Agricultural) to be rezoned to HI (Heavy Industrial) to be in conformance with existing use of the land. 2. An inspection by the City of Augusta and an inspection by the Georgia EPD must be conducted on the overall site and any prior deficiencies found on the site must be corrected or remedied prior to a business license being issued by the City of Augusta for any and all operations on the site; 3. The cemetery on the property needs to be clearly delineated on any and all site plans, plats or depictions of the site, the required cemetery buffer needs to be verified, and the cemetery and the required buffer need to be adequately fenced to prevent encroachment by any of the recycling operations should the cemetery be located in these areas; 4, An undisturbed buffer similar to the one shown on the Concept Plan submitted with the rezoning request must be enforced between the proposed mining operation and the existing residential structures. In no case, can the undisturbed buffer be reduced below 100 feet in width against the residential lots and all mining activities must be performed during the normal business hours of 8:00 am to 5:00 pm. 5. No inert fill activities may take place on the site. 6. An annual inspection, as part of the annual business license renewal, shall be conducted by Augusta Code Enforcement inspectors to ensure compliance with all provisions of this zoning action. (Deferred from the June 17, 2018 Commission Meeting) Attachments 27.Z-18-31 – A request for reconsideration and concurrence with the Augusta Georgia Planning Commission to approve with the conditions listed below a petition by Kirk S. Laney, on behalf of Kirk S. Laney, sole member of Dixon Airline Recycling & Disposal LLC, requesting a Special Exception to establish a Recycling Area for Concrete, Asphalt and Wood materials in the HI (Heavy Industrial) Zone per Section 24-2 (a) (17) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing approximately 150 acres and known as 1710 Dixon Airline Road. Tax Map 145-0-033-00-0 DISTRICT 6 1. Approval be granted only for the areas specified for recycling on the Concept Plan presented with the zoning case, which includes an approximately 3.16 acre area for concrete recycling, an approximately 2.99 acre area for asphalt recycling and an approximately 3.35 acre area for land clearing wood debris recycling. 2. The property owner must maintain the proper permitting from EPD for the portable crusher, as long as the portable crusher is being utilized on the site. 3. The portable crusher must not be utilized outside of the areas specified for recycling on the Concept Plan, which includes an approximately 3.16 acre area for concrete recycling, an approximately 2.99 acre area for asphalt recycling and an approximately 3.35 acre area for land clearing wood debris recycling. 4. An inspection by the City of Augusta and an inspection by the Georgia EPD must be conducted on the overall site and any prior deficiencies found on the site must be corrected or remedied prior to a business license being issued by the City of Augusta for any and all operations on the site; 5. The cemetery on the property needs to be clearly delineated on any and all site plans, plats or depictions of the site, the required cemetery buffer needs to be verified, and the cemetery and the required buffer need to be adequately fenced to prevent encroachment by any of the recycling operations should the cemetery be located in these areas; 6. The Site Plan for the recycling activity must comply with any other State and Federal ordinances and regulations in effect at the time of development. 7. All recycling / production / crushing or reduction activities must be performed during the normal business hours of 8:00 am to 5:00 pm. 8. No inert fill activities may take place on the site. Concrete, asphalt and land clearing wood debris brought into the site, from offsite, shall be for recycling purposes only, and recycled or reduced materials must conform to the EPD Rule for such activities. All recycled or reduced concrete, asphalt, and land clearing wood materials shall not remain on the property indefinitely. 9. An annual inspection, as part of the annual business license renewal, shall be conducted by Augusta Code Enforcement inspectors to ensure compliance with all provisions of this zoning action. (Deferred from the June 17, 2018 Commission Meeting) Attachments PUBLIC SERVICES 28.Consider approvingapprovingapprovingapproving an Underground Easement from Georgia Power Company, for the construction of Augusta Public Transit Operations and Maintenance Facility Project. Attachments 29.On behalf of the Georgia Department of Transportation, the Planning & Development Department is requesting approval for the placement of a historical marker at 1635 Fifteenth Street to commemorate the Shiloh Orphanage. Attachments 30.Approve and award a contract change order to Reeves Young in the amount of $631,176.84 for the reconstruction of a portion of Regency Blvd for the Transit Maintenance Facility for an Augusta, Georgia project as requested by Transit. Attachments PUBLIC SAFETY 31.Discuss ambulance service in Augusta-Richmond County. (Requested by Commissioner Marion Williams)Attachments ENGINEERING SERVICES 32.Consider/discuss Administrator’s recommendation regarding funding for street lighting. (No recommendation from Engineering Services Committee July 31, 2018) Attachments OTHER BUSINESS 33.As certified by the Richmond County Board of Elections, 60 percent of the voters of Augusta-Richmond County on May 22, 2018, approved to have a new arena built in the current location. This represents a clear expression of the will of the majority of Augusta voters". I move therefore that this governing body affirm and commit that it will only fund and/or support a new arena built within its current location."(Requested by Commissioner Sammie Sias) Attachments LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 34.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 8/7/2018 2:00 PM Invocation Department: Department: Caption:Apostle Charles M. Herrington, Pastor, Strait Gate Apostolic Church of Jesus Christ. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Years of Service Awards Department: Department: Caption: Congratulations!July Years of Service Recipients. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM 2018 - Engineering NPDES Inspectoers Department:Central Services Department - Fleet Management Division Department:Central Services Department - Fleet Management Division Caption:Motion to approve a request from the Engineering Department for the purchase of two new trucks for compliance inspectors. Allan Vigil Ford Bid Item 18-184. (Approved by Administrative Services Committee July 31, 2018) Background:The Engineering Department would like to request the purchase of two 2018 Ford F150s supporting two Engineering Inspectors, and a supervisor, recently hired, to ensure contractors are meeting the requirements of the National Pollutant Discharge Elimination System (NPDES). Analysis:The Procurement Department published a competitive bid using the Demand Star application for Pickup Truck 6,500GVWR. Invitations to Bid were sent to 6 vendors with only one vendor responding. Bid 18-184 Pickup Trucks 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford - $27,530.00 Financial Impact:2 – 2018 Ford F150s @ $27,530.00each = $55,060.00. Funds for the purchase of these vehicles will be from the NDPES Fund Balance. Once approved the funds will be moved to the appropriate Capital Outlay account. Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 2 Ford F-150 Pickup Trucks for the Engineering Department. Funds are Available in the Following Accounts: Fund 261 - NDPES Fund Balance. Once approved funds will be moved to the appropriate Capital Outlay account.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 8/7/2018 2:00 PM 2018 - Sheriff K-9 Department:Central Services Department - Fleet Management Department:Central Services Department - Fleet Management Caption:Motion to approve the request to purchase one Richmond County Sheriff’s Office K-9 vehicle. Allan Vigil Ford - Bid Item 18-191 (Approved by Administrative Services Committee July 31, 2018) Background:The Richmond County Sheriff’s Office is requesting to replace one older model SUV with a 2019 Ford Explorer. This vehicle will be used in the K-9 Division. The vehicle will be purchased using SPLOST 7. Bid tab sheets are attached for your review Analysis:The Procurement Department published a competitive bid using the Demand Star national electronic bid application for Midsize SUV with the following results. Bid 18-191 Midsize SUV: 2019 Ford Explorer - Allan Vigil Ford = $29,977.00; Fairway Ford = $30,052.00 Financial Impact:1 – 2019 Ford Explorer @ $29,977.00. This vehicle will be purchased with SPLOST VII funds. (ACCT# 328-03-1310/54- 22110) Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of one 2019 Ford Explorer for the Sheriff’s Office. Funds are Available in the Following Accounts: SPLOST 7: 329-03-1310/54-22110) Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo BID 18-191 Year 2019 2019 Brand Ford Ford Model F250 F250 Delivery Date 60-90days 90-120days Base Price $25,390 $25,947 6.02 4X4 Drivetrain $ 2,300.00 $ 2,150.00 6.04 All Weather Floor Mats $ 117.00 $ 122.00 6.24 Delivery Fee $ 150.00 No Bid 7.08 Administrative Public Safety Package $ 2,020.00 $ 1,833.00 OPTIONS TOTAL $ 4,587.00 $ 4,105.00 BASE PRICE: $ 25,390.00 $ 25,947.00 TOTAL FOR OPTIONS AND BASE PRICE 29,977.00$ 30,052.00$ 2018/2019 Ford F250 9800GVWR V8, Long Bed, 4X2, Reg Cab Equipment included in base price: 6.2L V8 Gasoline/E85 Engine 6 Speed Automatic Transmission A/C AM-FM Radio Power Steering Pwer ABS Brakes Vynyl 40/20/40 Bench seat Rubber Floor Covering Full Size Spare Tire Rear Step Bumper Solar Tinted Glass Trailer Wiring Harness Receiver Hitch (12.k) Tilt Steering Wheel Rear View Camera Electric Shift (4X4 Only) Allan Vigil Ford Governement Sales 6790 Mt. Zion Blvd Morrow, GA 30260 5.01 Fairway Ford FOR ALL DEPARTMENTS- Midsize SUV-BIDS OPENED 4/27/18 @ 11:00 Allan Vigil Ford Invitation to Bid Sealed bids will be received at this office until Friday, April 27, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-191 Midsize SUV 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, April 13, 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 22, 29, April 5, 12, 2018 Metro Courier March 22, 2018 OFFICIAL VENDORS Allan Vigil Ford 6790 Mount Zion Boulevard, Morrow GA 30260 Fairway Ford 4333 Washington Rd Evans, GA 30809 Attachment B Yes Yes E-Verify Number 94460 689847 SAVE Form Yes Yes Year 2018 2018 Make Ford Ford Model Explorer Explorer Approximate Delivery Schedule 60-90 days 90-120 days 5.01 2018 Midsize Sport Utility, 4-Door $25,390.00 $25,947.00 6.01 2.3L Eco boost I4 Engine $994.00 $895.00 6.02 4X4 Drive Train $2,300.00 $2,150.00 6.03 Daytime Running Lights $41.00 $45.00 6.04 All Weather Mats $117.00 $122.00 6.05 Cargo Shade $125.00 $135.00 6.06 Roof Rack Crossbars $135.00 $140.00 6.07 Splash Guards $202.00 $205.00 6.08 Trailer Tow Package $550.00 $590.00 6.09 Sirius Radio $185.00 $210.00 6.10 Rear Cargo Well Protector $95.00 $120.00 6.11 Running Boards $585.00 $625.00 6.12 Reverse Sensing System $270.00 $295.00 6.13 XLT FWD Upgrade $3,100.00 $2,680.00 6.14 XLT 4WD $5,140.00 $2,890.00 6.15 XLT Driver Package $1,535.00 $2,560.00 6.16 Navigation and Blind Spot Mirror $1,055.00 $1,080.00 6.17 Lane Keeping Alert $1,290.00 $1,495.00 Compact SUV Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 4 Total Electronic Notifications (Demandstar): 45 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 2 Total Non-Compliant: 0 Vehicle/Options Required: Optional Items: Bid Item #18-191 Midsize SUV for Augusta, Georgia- Central Services Department - Fleet Division Bid Date: Friday, April 27, 2018 @ 11:00 a.m. Page 1 of 2 OFFICIAL VENDORS Allan Vigil Ford 6790 Mount Zion Boulevard, Morrow GA 30260 Fairway Ford 4333 Washington Rd Evans, GA 30809 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 4 Total Electronic Notifications (Demandstar): 45 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 2 Total Non-Compliant: 0 Bid Item #18-191 Midsize SUV for Augusta, Georgia- Central Services Department - Fleet Division Bid Date: Friday, April 27, 2018 @ 11:00 a.m. 6.18 Exterior Color Not Included In Base Price Color _____________$375.00 No Charge 6.19 Exterior Color Not Included In Base Price Color _____________$375.00 No Charge 6.20 Exterior Color Not Included In Base Price Color _____________N/A No Charge 6.21 Exterior Color Not Included In Base Price Color _____________N/A No Charge 6.22 Exterior Color Not Included In Base Price Color _____________N/A No Charge 6.23 Exterior Color Not Included In Base Price Color _____________N/A No Charge Delivery Fee $150.00 No Charge 7.00 Outfitter's Specialty Items 7.1 Fire Extinguisher $55.00 No Bid 7.2 Outlet Receptacle $55.00 $65.00 7.3 Trailer Hitch $55.00 $495.00 7.4 Trailer Wiring Included with 6.08 $89.95 7.5 Trailer Ball N/A $79.95 7.6 Window Tint $150.00 $135.00 7.7 County emergency Equipment Package $820.00 $797.00 7.8 Administrative Public Safety Equipment Package $2,020.00 $1,833.00 Page 2 of 2 /- Central Senrices Department -/--& Takiyah A. Douse, Director - I- -- Fleer ManaS;ementA Roncrowden,FleetManager T:h:,l8t'ffi? Phone: fl06) 821-2892 TO: THRU: FROM: DATE: MEMORANDUM Gg@ams, Director, Procurement Department rtrr*A. Douse, Director, Central Services Department Ron Crowden, Fleet Manager, Central Services Department July 9,2018 SUBJECT: Recommendation Bid 18-191 Midsize SUV Fleet Management would like to request the award for bid 18-191, Midsize SUV, to Allan Vigil Ford of Morrow, Georgia. The vendor's proposal met the requirements of the bid and was the best and lowest price for the truck requested. Please advise this office upon completion of notifications so that we may proceed with the acquisition process. If you need further information or have any questions please call706-821-2892. RGC/Kb Commission Meeting Agenda 8/7/2018 2:00 PM 2018 - Solid Waste Department:Central Services Department - Fleet Management Department:Central Services Department - Fleet Management Caption:Motion to approve Environmental Services Department requests to replacement of two new pickup trucks. Allan Vigil Ford - Bid Item 18-184 (Approved by Administrative Services Committee July 31, 2018) Background:The Environmental Service Department is requesting to replace two older model Ford Rangers with 2018 Ford F150s. Vehicle Evaluations 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. Invitations to Bid were sent to 6 vendors with only one vendor responding. Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford – $24,431.00 Financial Impact:2 – 2018 Ford F150s @ $24,431.00 each = $48,862.00. The vehicles will be purchased with department funds. (ACT #: 542- 04-4110/54-22210) Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 2 - Ford F150 pickup trucks for Environmental Services and declare the replaced trucks as surplus and to be sold at auction. Funds are Available in the Following Accounts: Solid Waste Capital Outlay: 542-04-4110/54-22210 Cover Memo REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo BID 18-184 Year 2018 Brand Ford Model F150 Delivery Date Base Price $19,987 6.06 Super Cab (6.5 ft. bed) $ 1,716.00 6.14 Tilt/Cruise $ 215.00 6.18 Power Windows/locks/mirrors $ 1,088.00 6.20'Trailer Tow Package $ 555.00 6.36 Spray Bed Liner $ 375.00 6.44 Delivery Fee $ 125.00 7.04 Trailer Hitch $ 50.00 7.06 Trailer Ball $ 25.00 7.08 Window Tint, ext cab $ 145.00 Additional Key $ 150.00 $ 4,444.00 OPTIONS TOTAL $ 19,987.00 BASE PRICE: 24,431.00$ TOTAL FOR OPTIONS AND BASE PRICE 2018 Ford F-150 (1/2 ton) Regular Cab, 6 Cyl, 4X2 SWB EXT COLOR: OXFORD WHITE Equipment included in base price:INT COLOR 3.3L V6 flex fuel engine GRAY/BLACK 6 speed Automatic Transmission Factory Installed A/C AM-FM Radio Solar Tinted Glass Power Steering/ABS Brakes Rear View back up camera Vynyl 40/20/40 Bench seat Rubber Floor Covering Full Size Spare/Step bumper Auto Lamp Headlights Short Bed (6.5 ft.) 6500 GVWR P245/70RX17 Tires Rain Sensing wipers 5.01 FOR ALL DEPARTMENTS- Pickup Truck 6500 GVWR-BIDS OPENED 4/13/18 @ 11:00 Allan Vigil Ford 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 8/7/2018 2:00 PM 2018 - Utilities Construction Light Trucks Department:Central Services Department - Fleet Management Department:Central Services Department - Fleet Management Caption:Motion to approve Utilities Department request to replacement of five pickup trucks for Utilities-Construction and Maintenance Division. Allan Vigil Ford - Bid Item 18-184 (Approved by Administrative Services Committee July 31, 2018) Background:The Utilities-Construction and Maintenance Division is requesting to replace one older model Ford Ranger, four older model Ford F150s and one 2012 Ford F150 involved in a vehicle fire with 2018 Ford F150s. Four of the vehicles will be used by Coordinators who manage and assist the various crews carrying parts and/or towing necessary pumps. The fifth truck will be used by the Deputy Director of Construction and Maintenance. Vehicle Evaluations 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. Invitations to Bid were sent to 6 vendors with only one vendor responding. Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford – $28,990.00 Bid 18-184 Pickup Truck 6,500GVWR: 2018 Ford F150 - Allan Vigil Ford – $29,946.00 Financial Impact:1 – 2018 Ford F150s @ $28,990.00 and 4 – 2018 Ford F150s @ $29,946.00. The total purchase is $148,774.00. The vehicles will be purchased using the Georgia Municipal Association lease-to- own program with 3 annual payments of $49,591.34each. (ACT #: 631-10-1110/54-99631) Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 5 - Ford F150 pickup trucks for Utilities-Construction and Maintenance Division. Cover Memo Funds are Available in the Following Accounts: GMA Lease: 631-10-1110/54.99631 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Department: Utilities-Construction and Maintenance Funds: GMA Lease Program BID 18-184 Year 2018 Brand Ford Model F150 Delivery Date Base Price $19,987 6.01 5.0L V8 Flex Fuel engine $ 1,836.00 Crew Cab XL SWB (V8 or EcoBoost required With 4X4 Crew Cab 6.14 Tilt/Cruise $ 215.00 6.15 Cab Steps (black) $ 262.00 6.18 Power Windows/locks/mirrors $ 1,088.00 6.20'Trailer Tow Package $ 555.00 6.36 Spray Bed Liner $ 375.00 6.44 Delivery Fee $ 125.00 7.04 Trailer Hitch $ 50.00 7.06 Trailer Ball $ 25.00 7.09 Window Tint, crew cab $ 165.00 7.14 County Emergency Package $ 792.00 Additional Key $ 150.00 OPTIONS TOTAL $ 9,003.00 BASE PRICE: $ 19,987.00 TOTAL FOR OPTIONS AND BASE PRICE 28,990.00$ 2018 Ford F-150 (1/2 ton) Regular Cab, 6 Cyl, 4X2 SWB EXT COLOR: Equipment included in base price:OXFORD WHITE 3.3L V6 flex fuel engine INT COLOR: 6 speed Automatic Transmission GRAY/BLACK Factory Installed A/C AM-FM Radio Solar Tinted Glass Power Steering/ABS Brakes Rear View back up camera Vynyl 40/20/40 Bench seat Rubber Floor Covering Full Size Spare/Step bumper Auto Lamp Headlights Short Bed (6.5 ft.) 6500 GVWR P245/70RX17 Tires Rain Sensing wipers 6.11 $ 3,365.00 5.01 FOR ALL DEPARTMENTS- Pickup Truck 6500 GVWR-BIDS OPENED 4/13/18 @ 11:00 Allan Vigil Ford Department: Utilities-Construction and Maintenance Funds: GMA Lease Program BID 18-184 Year 2018 Brand Ford Model F150 Base Price $19,987 6.01 5.0L V8 Flex Fuel engine $ 1,836.00 6.06 Super Cab (6.5 ft. bed) $ 1,716.00 6.08 4X4 Option (all models) $ 1,995.00 6.09 Skid Plates $ 155.00 6.14 Tilt/Cruise $ 215.00 6.15 Cab Steps (black) $ 262.00 6.18 Power Windows/locks/mirrors $ 1,088.00 6.20'Trailer Tow Package $ 555.00 6.36 Spray Bed Liner $ 375.00 6.44 Delivery Fee $ 125.00 7.03 Tool Box $ 475.00 7.04 Trailer Hitch $ 50.00 7.06 Trailer Ball $ 25.00 7.08 Window Tint, ext cab $ 145.00 7.14 County Emergency Package $ 792.00 Additional Key $ 150.00 OPTIONS TOTAL $ 9,959.00 BASE PRICE: $ 19,987.00 TOTAL FOR OPTIONS AND BASE PRICE 29,946.00$ 2018 Ford F-150 (1/2 ton) Regular Cab, 6 Cyl, 4X2 SWB EXT COLOR: Equipment included in base price:OXFORD WHITE 3.3L V6 flex fuel engine INT COLOR: 6 speed Automatic Transmission GRAY/BLACK Factory Installed A/C AM-FM Radio Solar Tinted Glass Power Steering/ABS Brakes Rear View back up camera Vynyl 40/20/40 Bench seat Rubber Floor Covering Full Size Spare/Step bumper Auto Lamp Headlights Short Bed (6.5 ft.) 6500 GVWR P245/70RX17 Tires Rain Sensing wipers 5.01 FOR ALL DEPARTMENTS- Pickup Truck 6500 GVWR-BIDS OPENED 4/13/18 @ 11:00 Allan Vigil Ford 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 $1,773.00 Page 2 of 2 Commission Meeting Agenda 8/7/2018 2:00 PM FY2018 HUD Annual Action Plan Submission Department:Housing and Community Development Department:Housing and Community Development Caption:Motion to approve submission by Augusta Housing and Community Development of the FY2018 Annual Action Plan for the following programs funded by the U.S. Department of Housing and Urban Development (HUD): Community Development Block Grant (CDBG) Program, Home Investment Partnership Grant (HOME) Program, Emergency Solutions Grant (ESG) Program, and the Housing Opportunities for Persons with AIDS (HOPWA) Program. (Approved by Administrative Services Committee July 31, 2018) Background:In order to fulfill statutory and regulatory requirements mandated by the U.S. Department of Housing and Urban Development with regard to the FY2018 Annual Action Plan, the City of Augusta, Georgia is required to submit prior to the deadline of August 16th, 2018, per 24 CFR 91.15(a)(1), to provide its local strategy to address needs in the areas of community development, economic development, affordable housing and homelessness. Below is a listing of the projected allocation and projected Program Income: Final Program Allocations ($'s)/Estimated Program Income: CDBG $1,773,043/$150,000, HOME $992,568/$235,000, HOPWA $1,059,712 and ESG $148,479 Total Allocation - $3,973,802, Total Program Income - $385,000. Total Allocation + Program Income from loan payments: $4,358,802. Analysis:If approved by the Augusta-Richmond County Commission, the Housing and Community Development Department will be capable of funding these projects in accordance with the submission of the FY2018 Final Annual Action Plan to the U.S. Department of Housing and Urban Development (HUD). Financial Impact:The approval of the FY2018 Final Annual Action Plan will allow Housing and Community Development to continue to Cover Memo provide funding for designated needed services and housing projects for low- to moderate-income households throughout the City of Augusta, Georgia. Approve submission by Augusta Housing and Community Development of the FY2018 Annual Action Plan to the U.S. Department of Housing and Urban Development Alternatives:Do not approve submission of FY2018 Annual Action Plan and forfeit Augusta, GA's FY2018 HUD funding. Recommendation:Approve submission of FY2018 Annual Action Plan to U.S. Dept. of Housing and Urban Development by HCD on behalf of the City of Augusta. Funds are Available in the Following Accounts: N/A. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Action Ministries $19,920.00 Augusta Mini Theatre $23,580.00 Augusta Partnership for Children $21,840.00 Boys and Girls Club - Dogwood Club $22,800.00 Boys and Girls Club - Hagler Club $22,800.00 Boys and Girls Club - Johnson Club $22,800.00 Clubhou.se $20,160.00 CSRA EOA - M. Barnes Homeless Resource Center $24,000.00 CSRA Business League $15,000.00 MACH Academy $25,740.00 The Salvation Army - Augusta Area Command $24,000.00 CSRA EOA - Sibley Street Permanent Housing $27,604.00 Permanent Supportive Housing Project $24,950 Housing Rehabilitation $714,330 Affordable Housing Creation $118,910 Entrepeneurship Training $40,000 Workforce Development $70,000 Facade Program $100,000 Business Development-Loans and Guarantees $200,000 Planning & Entitlement Grants Administration $359,609 Fair Housing $25,000 Housing Redevelopment Initiative $720,676 Homeowner Assistance Program $200,000 Community Housing Development Organization: Projects $184,135 1.34% 1.25% 1.44% 1.19% 1.19% 1.05% 1.25% 0.78% 2018 One Year Action Plan - Program Allocations Summary Community Development Block Grant - Poverty Reduction Programs (12.62%) Total Proposed funding for Poverty Reduction Programs $242,640.00 Total Proposed Funding for Economic Development Programs $410,000 Community Development Block Grant - Special Purpose Programs (1.44%) Total Proposed funding for Special Purpose Programs $27,604.00 Community Development Block Grant - Public Service Budget (14.05%) Total Proposed Funding for Public Services $270,244.00 1.04% 1.23% 1.14% 1.19% 5.20% HOME Investment Partnership Grant - Program Administration (10% cap) 1.30% 37.15% $858,190 Community Development Block Grant - Economic Development Programs (21.32%) 1.30% 10.40% 58.71% 16.29% HOME Investment Partnership Grant - Housing Development (90%) Total CDBG Funding Proposed for Program Activities $1,923,043 Total Proposed Funding for Housing Development $1,104,811 Community Development Block Grant - Housing Development Programs (44.63%) Community Development Block Grant - Planning & Grants Administration (20.00%) 18.70% Total Proposed Funding for Planning & Grants Administration $384,609 6.18% Total Proposed Funding for Housing Development Programs 15.00% 2.08% 3.64% HCD_ FY18 Annual Action Plan Page 1 HOME Program Administration $122,757 CSRA EOA $25,000 Safe Homes $25,000 Action Ministries $25,000 Salvation Army $31,172 Safe Homes $31,171 ESG Administration $11,136 St. Stephens Ministry $193,000 Promise Land CDC $148,400 Antioch Ministry $203,987 HOPWA Housing $482,534 HOPWA Program Administration $31,791 TOTAL PROPOSED 2017 ONE YEAR ACTION PLAN BUDGET $4,358,802 Emergency Solutions Grant - Street Outreach/Shelter Operations (42%) 20.99% 20.99% Housing Opportunities for Persons with AIDS Grant - Program Administration (3% cap) Total HOPWA Funding Proposed for Housing and Services 14.00% Total Proposed Funding for ESG Admin $11,136 Total ESG Funding Proposed for Homeless Services $148,479 $1,027,921 18.21% Emergency Solutions Grant - Rapid Rehousing and Homelessness Prevention (51.5%) Total Street Outreach/Shelter Operations $62,343 Total Street Outreach/Shelter Operations $75,000 16.84% 16.84% 16.84% Emergency Solutions Grant - Program Administration (7.5% cap) Housing Opportunities for Persons with AIDS Grant - Program Activities (97%) 3.00% $1,059,712 19.25% 45.53% Total HOPWA Proposed for Program Activities Total HOME Funding Proposed for Housing Development Total Proposed Funding for Planning & Grants Administration $122,757 $1,227,568 12.37% HCD_ FY18 Annual Action Plan Page 2 HCD Annual Action Plan FY2018 FY2018 Enclosed are the brief narrative descriptions of the Activities and Projects proposed for funding under the City of Augusta’s Projected Allocations of HUD Funding for FY2018 Summary of FY18 Activity Funding Recommendations Page 1 of 11 CDBG Funding Recommendation Process Augusta Housing and Community Development (AHCD) utilizes a three-tier review process to determine the agencies / entities that are recommended for funding under the Department’s Annual Action Plan process for competitively awarded HUD grants under Community Development Block Grant (CDBG), Emergency Solutions Grant (ESG) and Housing Opportunities for Persons with AIDS (HOPWA). Tier I: Eligibility Review (Submission Deadline and Basic Qualifications to Establish an Applicant as Eligible for AHCD’s HUD Funding programs) On-Line Application Submission • Mandatory Application Workshop • Must be present at workshop to move towards Application Phase • AHCD Application On-Line • First Day online (day after Mandatory Application Workshop) • 90-Day Timeline for Completion • Submission Deadline (5:00 PM) Tier II: Pre-Qualification Threshold Requirements 1. Copy of IRS 501©(3) Form Must have attained status for at least 12 months, Or Have 12 months experience, operating under another organization or entity that has this designation, Or be a governmental entity proposing to serve Augusta, GA residents. 2. Georgia Secretary of State Certification & License (if applicable) Applicant must be registered/licensed to do business in the State of Georgia at the time of application 3. Audit or Financial Statements Applicant must provide a financial statement covering the past 12 month period 4. Written Financial Management Procedures Applicant must submit copy of written financial management procedures (re: tracking cash/receipts/disbursements, budgeting, purchasing/procurement & program income) Tier III: Individual Staff Review and Scoring and Team Review and Scoring The criteria used at both the Individual and Team Review levels for scoring eligible applications are as follows: Application Evaluation (100 points total) 1. Low Income Emphasis (25 points max.) Extent to which the project proposes to serve a higher % of low to moderate income persons than is required by HUD. 2. High Priority Need(s) in Year 2015-2019 Consolidated Plan (15 points max.) Extent the project addresses needs identified as “High Priority” in the 5-Year Consolidated Plan Page 2 of 11 3. Leveraging and Quality of Program Design (20 points max.) Extent to which other funds & volunteer labor has been committed to the proposed activity 4. Operational Capability and Experience (20 points max.) Applicant’s ability to develop and carry out the proposed project in a reasonable time and successful manner 5. Financial Capability and Experience (20 points max.) Applicant’s capability to handle financial resources and follow procedures for effective control Funding Recommendations – CDBG: Funds are awarded to applicants that passed Tier I and Tier II criteria and achieved a minimum score of 70 (on the 100 point scale described above). Scores are then adjusted so that the highest score of eligible applications is curved to 100% to allow for prorated funding level recommendations (i.e. the highest scoring CDBG application in FY2018 scored 88, so a 12 point curve was applied to all recommended applications). Funding levels are then determined by the following steps: The available funding (15% of the total CDBG Allocation of $1,649,350, or $265,200) was divided by the number of eligible applicants (11) to derive a baseline allocation (i.e. $265,200 divided by 11 Applicants is approximately $24,000 each). With this $24,000 baseline, applicants are then recommended for funding at the % of this baseline that is commiserate with their curved application score (i.e. curved score of 100=$24,000, curved score of 80 = $19,200). Funding Recommendations – ESG: Funds are divided by HUD Regulation into two broad categories, Rapid Rehousing / Homelessness Prevention and Shelter Operations / Street Outreach. The strategic desire of the City of Augusta’s Consolidated Plan calls for approximately 50% of our annual ESG allocation to go toward the Rapid Rehousing / Homelessness Prevention category. Based on the applications received, the FY2018 Allocation Recommendations include a proposed 49.7% allocation to Rapid Rehousing / Homelessness Prevention and 42.8%allocaiton to Shelter Services. Funds within these categories are then divided evenly among the eligible applications recommended for funding. Housing Opportunities for Persons with AIDS (HOPWA) 2018 Application review Process. Funding Recommendations – HOPWA Each application reviewed by 3 individuals (Housing Coordinator, Housing Manager & Deputy Director) A score of 70 is required for funding (70=100%) All scores averaged and percentage computed based on a score of 70=100% Funding recommendation based on application amount x average percentage Internal control of no more than $500,000 for all funding years implemented Final funding recommendation based on the full initial funding recommendation or partial funding to meet internal control requirement (Example shown on next page) Page 3 of 11 Examples: Organization A Organization B Organization C Raw Scores 75 44 72 60 58 34 82 79 27 Average Score = Raw Total/3 63.667 50.6 62.67 Average Percentage = Avg. Score/70 90.95% 72.38% 89.5% Funding Request $244,648.00 $214,072.00 $277,858.00 Initial Recommendation = Funding Request x Avg. % $222,513.00 $154,947.00 $203,897.00 Current Funds Available $307,000.00 $500,000.00 $125,000.000 Internal Control Difference = 500k – Available Funds $193,000.00 $0.00 $375,000.00 Final Funding Recommendation $193,000.00 $0.00 $203,897.00 Page 4 of 11 Community Development Block Grant - Poverty Reduction Programs Applicant Agency Funding Request Funding Recommendation Action Ministries $20,000.00 $19,920.00 Funding will be used to support Permanent Supportive Housing, which provides onsite resident services and Shelter Plus Care services to up to 13 Homeless individuals who reside at Maxwell House Apartments. This grant will cover administrative and management activities. The program includes intensive case management, life skills training, job readiness training, and health care resources. Funding will cover staff salary, fringe benefits and some program materials and supplies. Augusta Mini Theatre $50,000.00 $23,580.00 Funding will be used to support the Artistic Instruction program to include piano, dance, and drama for low income youths and senior citizens. Augusta Mini Theatre reaches low to moderate low-income children and youth starting at age 6 and also to senior citizens. Funding will assist with the salaries for instructors. Augusta Partnership for Children $30,000.00 $21,840.00 Funding will be utilized to support and educate families in becoming financially and economically stable to improve the quality of their lives. Augusta Partnership will implement the Getting Ahead curriculum to train families in financial and asset building to reduce the number of children living in poverty. The Family Self-Sufficiency program will engage families in services that will provide parents/caregivers the tools and knowledge needed to support growth and development in children with positive parental engagement within their schools and communities. Boys and Girls Club - Dogwood Club $25,000.00 $22,800.00 Funding will be utilized to implement and maintain the Great Futures Academy, which focuses on the needs of at risk youths in grades 1-8 and their families, addressing academic success, healthy lifestyles, good character and citizenship. Ensuring that members will graduate on time with a plan for the future, engage in healthy lifestyles and choices, will be good students at school and the community and eventually becoming productive members of society. Boys and Girls Club - Hagler Club $25,000.00 $22,800.00 Funding will be utilized to implement and maintain the Great Futures Academy, which focuses on the needs of at risk youths in grades 1-8 and their families, addressing academic success, healthy lifestyles, good character and citizenship. Ensuring that members will graduate on time with a plan for the future, engage in healthy lifestyles and choices, will be good students at school and the community and eventually becoming productive members of society. Boys and Girls Club - Johnson Club $25,000.00 $22,800.00 Funding will be utilized to implement and maintain the Great Futures Academy, which focuses on the needs of at risk youths in grades 1-8 and their families, addressing academic success, healthy lifestyles, good character and citizenship. Ensuring that members will graduate on Page 5 of 11 time with a plan for the future, engage in healthy lifestyles and choices, will be good students at school and the community and eventually becoming productive members of society. Clubhou.se $29,000.00 $20,160.00 Funding will be used to implement the Technology Inclusion Partnership for Startups (TIPS). TIPS is a 12 month that will mentor and educate participants to open their own business/company in digital information. Participants will be trained in a hands on environment with access to computer equipment/labs, and software in a business like setting. Participants will create and design a business concept or idea and at the end of the 12-month program will have a sustainable business model. CSRA EOA - M. Barnes Homeless Resource Center $25,000.00 $24,000.00 Centralized Intake and Assessment Center - provide intake and assessment services for homeless families and individuals in order to connect them with services to assist them out of homelessness. Funding will assist with the salary for Case Management Staff. CSRA Business League $15,000.00 $15,000.00 The Youth Entrepreneur program will target low and moderate income youth in the Laney - Walker and Bethlehem Community, who have the desire and mental attitude to become business owners. The Youth Entrepreneur Program will focus on enhancing the quality of life of those students participating in the program by developing the skills needed to become successful in their endeavors, either while in the program or later in their chosen vocations. MACH Academy $30,000.00 $25,740.00 Stimulation for Your Mind and Body – will provide academic intervention, STEM sessions, technology, recreation and pro-social enrichment in a safe and positive environment. The funding supports cost related to projects that provides afterschool and summer camp through education that include mentoring, tutoring, academic support services, intervention, technology, recreation and pre-social enrichment in a safe and positive environment and tennis instructions. This project’s funding will support Materials/Supplies, Insurance Bonding, Audit, Contract Staff. The Salvation Army - Augusta Area Command $25,000.00 $24,000.00 The funding will be used to support cost of agency’s Center of Hope Job Skills – Provide life skills, employment training program, 3 months free. Funding will cover a portion of program supplies, salaries, utilities and training materials Community Development Block Grant – Special Purpose CSRA EOA – Sibley Street Permanent Supportive Housing (Support Services) $60,000.00 $27,604.00 Permanent Supportive Housing provides onsite resident services and Shelter Plus Care services to up to 7 Homeless families who reside at Sibley Street residences. This grant will cover administrative and management activities. The program includes intensive case management, life skills training, job readiness training, and health care resources. Page 6 of 11 Community Development Block Grant – Housing Development Programs Permanent Supportive Housing Project $24,950.00 Leverage funding to support partnered development of additional units of Permanent Supportive Housing to address the needs of the Chronically Homeless in the community. Housing Rehabilitation $714,330.00 Provide minor home improvements for income-eligible homeowners to correct health and safety concerns and/or interior deteriorations to meet minimum Housing Quality Standards (HQS) and local Code Compliance. Affordable Housing Creation $118,910.00 Phase II development of affordable housing for homeless Veterans Community Development Block Grant – Economic Development Programs Entrepreneurship Training $40,000.00 Community Engagement thru continued partnership between HCD and SCORE, Small Business Development Center and CSRA Business League for classes with persons not yet ready for financing. Pipeline generation for potential loan clients headed by…. Workforce Development $70,000.00 Partnership with City of Augusta License and Inspection Division to afford income eligible business owners a grant for payment of Business License fees. Partnership with local Unions (i.e. Plumbers, Steamfitters Union of the CSRA and IBEW@ Local Union 1579, etc.) to afford income eligible apprentices a grant for fees for certification and licensing. Additional funding, contingent on grant availability, may be awarded for tools and equipment in some trades. FAÇADE Grant Program $100,000.00 Businesses located in targeted Economic Development Areas may apply for funds for specified exterior building improvements including lighting, signage or awnings, murals and art. Businesses must adhere to certain design guidelines and have all the necessary approvals to be eligible. Business Development Loans and Guarantees $200,000.00 The funding will assist new and existing small businesses to create and/or retain jobs for low and moderate income persons. Page 7 of 11 Community Development Block Grant – Planning and Grants Administration Planning and Entitlements Grants Administration $359,609.00 The funds are used for the general administration of the Augusta Housing & Community Development Departments of the CDBG Program. Fair Housing $25,000.00 This funding will used for educational outreach activities to educate the public about Fair Housing Law and rights of citizens. Fair Housing outreach materials will continue to be disseminated to different entities such as housing counseling agencies throughout the city. Additional funding has been allocated in the FY18 Proposed Allocation Budget to cover the City of Augusta’s anticipated costs on the HUD mandated Affirmatively Furthering Fair Housing study that must be completed in advance of the City’s next Consolidated Plan submission. HOME Investment Partnership Housing Redevelopment Initiative $720676.00 The funding will be used to support costs related to acquisition, clearance demolition and construction of affordable housing in low income neighborhoods. Homeowner Assistance Program $200,000.00 The funding will be used to support the continuation for the City’s Down Payment Assistance Program. Down payment assistance and closing costs will be subsidized for purchase of affordable houses for first-time homebuyers. CHDO: Projects $184,135.00 The funds are reserved for capacity-building and project development by CHDOs involved in affordable housing development projects. This amount represents a 15% set-aside of HOME funds. HOME Administration $122,757.00 These funds will be used to pay for general administration of HOME Program. Page 8 of 11 Emergency Solutions Grant – Rapid Rehousing and Homelessness Prevention CSRA Economic Opportunity Authority, Inc. $25,000.00 Funding will be used for the provision of Rapid Rehousing services to persons referred through the community’s Homeless Resource Center (single individuals and families). Program funding will cover case management, supplies, rental and utilities assistance. SAFEHOMES Domestic Violence Shelter $25,000.00 Funding will be used for the provision of Rapid Rehousing services to victims of Domestic Violence, both referred through the community’s Homeless Resource Center, through law enforcement and self-referral. Program funding will cover case management, supplies, rental and utilities assistance. Action Ministries $25,000.00 Funding will be used for the provision of Rapid Rehousing services to persons referred through the community’s Homeless Resource Center (single individuals and families). Program funding will cover case management, supplies, rental and utilities assistance. Emergency Solutions Grant – Emergency Shelter Operations Salvation Army Center of Hope $31,172.00 Funding will be used for the Center of Hope program to provide residential meals and emergency shelter for 110 Single homeless men, women, children and make available an evening soup line for anyone in need. SAFEHOMES Domestic Violence Shelter $31,171.00 Funding will be used to provide Emergency Shelter/safe haven for women – victim of domestic violence. The program funding will assist with homelessness prevention activities, housing relocation and stabilization services. ESG Administration $11,315.00 This funding will be used by AHCDD to administer the ESG program. Page 9 of 11 Housing Opportunities for Persons with AIDS St. Stephens Ministries $193,000.00 Funding will provide assistance to low income HIV+ individuals and their family members living with HIV/AIDS. Provide salaries, STRMU, support services, and housing referrals to improve the quality of life for all participants. Promise Land CDC $148,400.00 Funding will provide assistance to low income HIV+ individuals and their family members living with HIV/AIDS. Provide salaries, STRMU, support services, and housing referrals to improve the quality of life for all participants. Antioch Ministry $203,987.00 Funding will provide assistance to low income HIV+ individuals and their family members living with HIV/AIDS. Provide salaries, STRMU, support services, and housing referrals to improve the quality of life for all participants. HOPWA Housing $481,812.00 City- lead housing development activities. Funds will be used for the acquisition, rehabilitation or new construction of congregate, group facilities for transitional housing, or larger permanent housing units (specifically 1 or 2 bedrooms) with medical and/or support services provided onsite to residents to assist with housing stability stably housed with this level of support Administration $31,769.00 This funding will be used by AHCDD to administer the HOPWA program. Applications Not Recommended for Funding – CDBG Applicant Agency Proposed Activity Reason for Non- Recommendation Associacion de Latina Services (ALAS) Centro Medico project support to provide health services to persons at or below 200% of the poverty level. Activity applied for does not align with current Consolidated Plan Goals and Priorities. Jesse Norman School of the Arts Arts education program. Application did not meet minimum score threshold in review. Page 10 of 11 Kids Restart Parenting classes and support groups aimed at assisting with family reunification related to domestic violence, substance abuse and other family-related traumas. Application did not meet minimum score threshold in review. Promise Land CDC Homebuyer education and Housing Counseling services for LMI persons. Application did not meet minimum score threshold in review. Remi’s Place Life skill development, functional learning, community engagement and leisure activities for students with disabilities to increase independence and personal productivity. Application did not meet minimum score threshold in review. United Way of the CSRA AmeriCorps VISTA program fee support. Application did not meet minimum score threshold in review. Applications Not Recommended for Funding – ESG Applicant Agency Proposed Activity Reason for Non- Recommendation Salvation Army Funding for the provision of Rapid Rehousing services to persons referred through the community’s Homeless Resource Center (individuals and families). Program funding to cover case management, supplies, rental and utilities assistance. Application did not meet minimum score threshold in review. United Way of the CSRA Funding for the provision of Homelessness prevention services to persons referred through the community’s Homeless Resource Center Application did not meet minimum score threshold in review. Page 11 of 11 (single individuals and families). Program funding will cover case management, supplies, rental and utilities assistance. Applications Not Recommended for Funding – HOPWA Applicant Agency Proposed Activity Reason for Non- Recommendation Family Initiative Funding will provide assistance to low income HIV+ individuals and their family members living with HIV/AIDS. Provide salaries, STRMU, support services, and housing referrals to improve the quality of life for all participants. Based on balance of available funds in prior year allocations, this applicant has reached the $500,000.00 maximum balance of unspent funds. Commission Meeting Agenda 8/7/2018 2:00 PM Maxwell Branch Library – Additions and Renovations Department:Central Services - Facilities Maintenance Department:Central Services - Facilities Maintenance Caption:Motion to approve contract award to John E. Lavender and Associates, Inc. of Statesboro, GA, to construct an addition and renovate the Maxwell Branch Library on Lumpkin Road in the amount of $947,800.00. Bid Item 18-209 (Approved by Administrative Services Committee July 31, 2018) Background:The Augusta Public Library system has determined that expanding and renovating the Maxwell Branch Library will better serve the citizens of Augusta. An RFQ was issued for design services and the Commission approved the selected firm, McMillan, Pazdan, Smith, of Greenville, SC to complete the contract documents for this work. ITB 18-209 was issued through Procurement for the scope of work as defined in the contract documents. Bids were received on May 31, 2018. Analysis:Lavender and Associates of Statesboro submitted the lowest compliant bid of $947,800.00 for the scope of work detailed in the ITB. Funding is available for the project in SPLOST set aside for Maxwell Library. Financial Impact:The cost of the contract is $947,800.00 Alternatives:1. Award a contract to John E. Lavender and Associates, Inc. of Statesboro, GA, to construct an addition and renovate the Maxwell Branch Library on Lumpkin Road in the amount of $947,800.00. 2. Do not approve award the contract. Recommendation:Award a contract to the John E. Lavender and Associates, Inc. of Statesboro, GA, to construct an addition and renovate the Maxwell Branch Library on Lumpkin Road in the amount of $947,800.00. Cover Memo Funds are Available in the Following Accounts: Funding is available for the project in SPLOST VI and 7 SPLOST VI - $855,000 SPLOST 7 - $92,800 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo MAXWELL BRANCH LIBRARY – 2018 ADDITION AND RENOVATIONS 1 1 AA 3 3 4 4 5 5 6 6 7 7 8 8 C E G HH B D F A042 B1 A042 C1 A043 B1 H H H H H H H H H H H H H C L E E E E E L B B B B E E C EXISTING FURNITURE COLLECTION NOT SHOWN EXISTING FURNITURE COLLECTION NOT SHOWN D D D D D D M D REMOVE EXISTING PLATFORM P Q EXISTING COUNTER TO BE DEMOED BUT PLUMBING TO REMAIN. F F F F F CD T LINE OF OVERHANG ABOVE H REFER TO DEMOLITION ELEVATIONS HREFER TO DEMOLITION ELEVATIONS A043B2 V H W W D W 2 2 D G G D D VIF 2' - 2 " VERIFY IN FIELD 14 ' - 1 0 " VIF 2' - 2 " VIF 2' - 2 " VERIFY IN FIELD 14 ' - 4 " VIF 2' - 2 " VIF 2' - 6" VIF 4' - 0 " VIF 1' - 4" VIF 1' - 4"VIF 4' - 0 " 8"H ALTERNATE NO. 4 & 5. ALL WORK RELATED TO EXISTING SHED TO BE PRICED AS AN ALTERNATE. REFER TO ALTERNATES IN SPEC FOR NARRATIVE OF WORK. N PHOTO 1 A043 PHOTO 2 A043 P I II I 1. THE DEMOLITION INFORMATION ON THESE DRAWINGS, AND AS IDENTIFIED IN THE SPECIFICATIONS ARE TO BE USED IN CONJUNCTION WITH THE ENTIRE SET OF CONSTRUCTION DOCUMENTS. DO NOT COMMENCE WITH DEMOLITION WITHOUT VERIFYING AND COORDINATING WITH NEW WORK DOCUMENTATION. THE CONTRACTOR SHALL REFER TO AND COORDINATE WITH CIVIL, MECHANICAL, PLUMBING AND ELECTRICAL DRAWINGS FOR ADDITIONAL DEMOLITION INFORMATION. 2. THE PURPOSE OF THESE DEMOLITION PLANS, AS MADE PART OF THE CONTRACT DOCUMENTS, IS TO GIVE THE GENERAL CONTRACTOR A GENERAL IDEA AS TO THE SCOPE OF ARCHITECTURAL DEMOLITION WORK REQUIRED. THE CONTRACTOR'S SHALL VISIT THE FACILITY, THOROUGHLY EVALUATE THE EXISTING FACILITY AGAINST THE DRAWINGS AND ACTUAL SITE CONDITIONS. 3. REVIEW ALL CONTRACT DOCUMENTS AND ARRIVE AT THE SCOPE OF DEMOLITION WORK REQUIRED TO ACHIEVE THE IN INTENDED RESULTS AND FINISHED PRODUCT. ALL DEMOLITION WORK SHALL BE INCLUDED IN THE BASE SCOPE OF WORK. 4. ALL WORK SCHEDULES SHALL BE COORDINATED WITH AND APPROVED BY OWNER PRIOR TO BEGINNING DEMOLITION WORK. THE CONTRACTOR SHALL COORDINATE WITH THE OWNER TO MINIMIZE DISRUPTION TO ANY ADJACENT OCCUPIED AREAS DURING THE COURSE OF THE DEMOLITION WORK. 5. ALL EXISTING UTILITY PENETRATIONS THROUGH EXISTING WALLS, SLABS, ETC., ARE FOUND UNSEALED OR SEALED IMPROPERLY ARE TO BE RESEALED AND RESLEAVED IN ACCORDANCE WITH UNDERWRITERS LABORATORIES OR OTHER APPROVED INDEPENDENT LABORATORIES TESTED METHODS AND PRODUCTS FOR THE WALL RATING. INSURE THAT FIRE RATING OF ALL RATED WALLS IS MAINTAINED. 6. NOTIFY THE APPROPRIATE UTILITY LOCATION SERVICE PRIOR TO ANY SITE EXCAVATION OR TRENCHING. 7. CONTRACTOR SHALL PROVIDE TEMPORARY SUPPORT AS REQUIRED FOR ANY EXISTING ELECTRICAL, TELECOMMUNICATIONS, MECHANICAL, AND PLUMBING SYSTEMS WHICH ARE TO REMAIN. 8. PRIOR TO COMMENCEMENT OF DEMOLITION, THE GENERAL CONTRACTOR'S PROJECT MANAGER SHALL MEET WITH THE OWNER'S REPRESENTATIVE TO REVIEW REFUSE REMOVAL, SALVAGE, STAGING AREAS, AND ANY POTENTIAL SERVICE DISRUPTIONS THAT HAVE BEEN IDENTIFIED 9. THE GENERAL CONTRACTOR SHALL PROVIDE FOR THE TEMPORARY STORAGE OF ALL COMPONENTS OF THE EXISTING WORK SCHEDULED TO BE REUSED. ITEMS SCHEDULED TO BE REUSED THAT ARE DAMAGED AS A RESULT OF POOR OR INADEQUATE HANDLING AND STORAGE MEANS OR METHODS, SHALL BE REPLACED WITH APPROVED SUBSTITUTES BY THE GENERAL CONTRACTOR AT NO ADDITIONAL CHARGE. DASHED LINES TO BE DEMOLISHED, SEE DEMOLITION NOTES SOLID LINES TO REMAIN 2DEMOLITION KEY NOTE 10. THE OWNER SHALL HAVE FIRST RIGHT OF REFUSAL ON ALL MATERIAL AND ITEMS TO BE REMOVED.ITEMS IDENTIFIED BY THE OWNER TO BE SALVAGED AND TURNED OVER TO THE OWNER ARE TO BE REMOVED BY THE GENERAL CONTRACTOR AND DELIVERED TO A MUTUALLY AGREED UPON LOCATION ON THE JOB SITE. 11. REMOVE ITEMS IN SUCH A WAY AS TO NEITHER DAMAGE ADJACENT MATERIALS NOR COMPROMISE THE STRUCTURAL INTEGRITY OF EXISTING BUILDING. CONTRACTOR SHALL PROVIDE ADEQUATE BRACING AND SHORING OF EXISTING CONSTRUCTION AS REQUIRED TO PERFORM THE PRESCRIBED WORK. THE CONTRACTOR SHALL ENGAGE THE SERVICES OF AN ENGINEER, AT THE CONTRACTOR'S EXPENSE. 12. ALL HOLES AND OPENINGS IN FLOOR SLABS AS A RESULT OF EXISTING MECHANICAL, PLUMBING, OR ELECTRICAL UTILITY REMOVAL ARE TO BE FILLED IN WITH CONCRETE. ALL DEPRESSIONS ARE TO BE LEVELED UNLESS INDICATED OTHERWISE. 13. ALL ABANDONED, NONESSENTIAL OR OTHERWISE NOT SPECIFICALLY SHOWN TO BE REUSED, MECHANICAL, PLUMBING, OR ELECTRICAL UTILITIES THAT ARE EXPOSED AFTER THE CEILING OR WALL REMOVAL, ARE TO BE REMOVED AND CAPPED AT POINT OF ORIGIN. CONSULT ARCHITECT IF QUESTIONS ARISE AS TO WHETHER A SERVICE IS TO BE ABANDONED OR IS TO REMAIN. 14. THE GENERAL CONTRACTOR SHALL MAINTAIN DURING THE PROGRESS OF THE WORK ALL MEANS OF EGRESS FROM THE FACILITY. CORRIDORS SHALL NOT BE REDUCED IN WIDTH IN SUCH A MANNER AS TO IMPEDE EGRESS FROM THE BUILDING. EXIT SIGNS, ALARM PULL STATIONS, ETC., ARE NOT TO BE BLOCKED FROM VIEW. 15. THE CONTRACTOR IS RESPONSIBLE FOR PROTECTING ALL EXISTING PORTIONS OF THE BUILDING TO REMAIN. THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL DAMAGES TO THE EXISTING PORTIONS OF THE BUILDING TO REMAIN, WHICH ARE CAUSED BY THE CONTRACTOR, OR CONTRACTORS’ TEAM. 16. THE CONTRACTOR SHALL MAINTAIN ALL EXISTING EMERGENCY LIGHTING, EXITING, SECURITY, AND ALARMS FOR THE ENTIRE SITE. ANY VARIATIONS OF EXISTING SYSTEMS SHALL BE COORDINATED WITH THE OWNER. ALL ISSUES REGARDING PUBLIC SAFETY, AND MUST TAKE ALL NECESSARY PRECAUTIONS PRESCRIBED BY ALL LAWS, ORDINANCES, CODES, REGULATIONS AND ALL AUTHORITIES HAVING JURISDICTION TO PREVENT INJURY TO ANY PERSONS ON, ABOUT, OR ADJACENT TO THE CONSTRUCTION SITE. 17. CONTRACTOR SHALL PROTECT EXISTING SPRAYED FIREPROOFING (SFRM), SPRAYED FIREPROOFING (SFRM) DAMAGED SHALL BE REPAIRED TO MAINTAIN THE RATING OF THE EXISTING ENCLOSURE. 18. THE CONTRACTOR SHALL IMMEDIATELY REPORT THE DISCOVERY OR SUSPICION OF OR THE PRESENCE OF ANY HAZARDOUS MATERIALS TO THE OWNER PRIOR TO PROCEEDING WITH DEMOLITION WORK. 19. THE GENERAL CONTRACTOR SHALL RECEIVE WRITTEN PERMISSION FROM THE OWNER A MINIMUM OF 72 HOURS PRIOR TO ANY DISRUPTION OF SERVICES INCLUDING LIFE SAFETY SYSTEMS. 20. THE PURPOSE OF THE DEMOLITION DRAWINGS ARE STRICTLY LIMITED TO GENERALLY INDICATING AREAS AND/ OR ITEMS TO BE REMOVED. THE CONTRACTOR IS ENTIRELY RESPONSIBLE FOR THE MEANS, METHODS, SEQUENCE AND EXACT EXTENT OF DEMOLITION NEEDED FOR NEW CONSTRUCTION. VERIFY ALL DEMOLITION DIMENSIONS PRIOR TO DEMOLITION AND COORDINATE VERIFIED DIMENSIONS WITH NEW WORK. THE CONTRACTOR SHALL NOTIFY THE ARCHITECT OF ANY DISCREPANCIES DISCOVERED INCLUDING THE NEED TO RELOCATE ITEMS SUCH AS LIGHT SWITCHES, FIRE ALARMS, EXIT LIGHTS, OUTLETS, ETC. NOT SHOWN ON DRAWINGS. DISCREPANCIES SHALL BE RESOLVED PRIOR TO BEGINNING DEMOLITION WORK. 21. REFER TO MECHANICAL, PLUMBING, AND ELECTRICAL DRAWINGS FOR ADDITIONAL DEMOLITION WORK. CONTRACTOR SHALL COORDINATE DEMOLITION OF UTILITIES THAT SERVE SPACES WHICH WILL REMAIN AS PART OF ANY NEW CONSTRUCTION. PROTECT ALL UTILITIES IN THE DEMOLITION AREA AS REQUIRED TO ENSURE CONTINUOUS OPERATION OF SERVICES. IF UTILITY INTERRUPTION IS ANTICIPATED, THE CONTRACTOR SHALL NOTIFY THE OWNER IN WRITING FIVE BUSINESS DAYS PRIOR TO INTERRUPTION OF SERVICES 22. ALL FURNISHINGS SHALL BE REMOVED BY OWNER PRIOR TO DEMOLITION PROCEDURES. 23. WHEREVER EXISTING EQUIPMENT, PIPING, DUCTS, ETC., ARE REQUIRED TO BE REMOVED, SUCH REMOVAL SHALL INCLUDE ALL ANCHORS, HANGERS, FOUNDATIONS, ETC. AFTER REMOVAL, AFFECTED CONSTRUCTION AND SURFACES SUCH AS FLOORS, WALLS, BASES, AND CEILINGS SHALL BE FINISHED TO MATCH ADJACENT SURFACES UNLESS OTHERWISE NOTED. 24. WHERE NEW FINISHES ARE INDICATED, INCLUDING FLOOR AND WALL FINISHES, ALL EXISTING FLOORING, WALLCOVERING, PAINT, ETC., IS TO BE REMOVED TO THE SUBSTRATE. EXPOSED SUBSTRATES ARE TO BE GROUND SMOOTH OR FILLED AND REQUIRED AND CLEANED OR OTHERWISE PREPARED TO RECEIVE NEW FINISHES. 25. WHERE NEW CEILINGS ARE SHOWN IN EXISTING SPACES THE EXISTING CEILINGS AND SUPPORT SYSTEMS SHALL BE REMOVED. REMOVE ANY ASSOCIATED CURTAIN TRACKS, CEILING SUPPORTED TV BRACKETS, ETC. 26. THE GENERAL CONTRACTOR SHALL BE RESPONSIBLE FOR THE REGULAR REMOVAL OF ALL WASTE MATERIAL FROM THE PROJECT SITE. ALL AREAS ADJACENT TO THE DEMOLITION ARE SHALL BE KEPT CLEAN. ALL DEMOLITION AREAS SHALL BE CLEANED AND READY FOR NEW CONSTRUCTION AT THE END OF THE DEMOLITION. 27. DO NOT ALLOW MATERIALS AND DEBRIS GENERATED BY DEMOLITION ACTIVITIES TO ACCUMULATE. ALL ITEMS AND MATERIALS REMOVED FROM THE SITE SHALL BE DISPOSED OF AS SPECIFIED ON SITE BURNING IS PROHIBITED. A.REMOVE EXISTING SOFFIT WALLS (SHOWN DASHED) B. REMOVE EXISTING WALL FURRING AND WALL PAPER FINISH. C.REMOVE EXISTING MILLWORK. PATCH EXISTING ADJACENT FINISHES TO REMAIN. REFER TO B1/A640 D.REMOVE EXISTING FLOOR FINISH, ALL INTERIOR AREAS U.N.O. PATCH AND SCREED TO RECIEVE NEW FLOOR FINISH. REFER TO SHEET ID310 FOR ADDITIONAL INFO. PATCH AND SCREED AREAS TO RECIEVE PORCELAIN TILE IN RESTROOMS. E.REMOVE EXISTING DOOR AND FRAME (SHOWN DASHED). IF DOOR EXISTS IN WALL TO REMAIN, PREPARE WALL TO RECEIVE NEW DOOR, OR NEW INFILL. F.REMOVE EXISTING AGGREGATE COLUMN WRAPS. REFER TO PLAN DETAILS ON A600. G.REMOVE EXISTING LAVATORY FAUCET AND REPLACE. REFER TO SHEET P041. H.REMOVE EXISTING MASONRY WALLS (SHOWN HATCHED) I.CLEAN, SAND, AND PREP TO RECIEVE PAINT. J.REMOVE ALL EXISTING ACOUSTIC CEILING TILE AND GRID, AND LIGHTING U.N.O. K.REMOVE ALL DIFFUSERS. L. REMOVE ALUMINUM STOREFRONT AS INDICATED ON DRAWINGS. M.SAWCUT AND DEMOLISH EXISTING SLAB. N.CLEAN, SAND, AND PREP TO RECIEVE NEW PAINT. PROVIDE ALTERNATE PRICING FOR ALL NEW. O.REMOVE AND REPLACE ALL EXISTING EXTERIOR RECESSED LIGHTS AROUND THE PERIMETER OF THE BUILDING P.REMOVE, STORE AND RELOCATE EXISTING BENCH AND BIKE RACK TO NEW LOCATIONS ON A101 & ID400. Q.REMOVE EXISTING LIBRARY PLAQUE AND STORE TO RELOCATE. R. REMOVE EXISTING SOFFIT IN HATCHED AREA AND PREPARE FOR NEW INTERIOR CEILINGS IN ENCLOSED SPACE. S.REMOVE EXISTING ASPHALT SHINGLES AND TPO MEMBRANE AND PREPARE SURFACE TO RECIEVE NEW ROOF FINISH. T.REMOVE AND REPLACE EXISTING GUTTER U.EXISTING VENTS TO BE REPAINTED TO MATCH EXISTING CEILING. DAMAGED VENTS TO BE REPLACED. V.EXISTING MAILBOX AND BOOK DROPS TO BE RELOCATED PER NEW SITE PLAN W.REMOVE EXISTING TILE FINISH AND PREP SURFACE TO RECEIVE NEW TILE X.REMOVE OLD SKYLIGHT FRAMING AND REFRAME WITH BLOCKING TO RECEIVE NEW ROOF SHEATING AND MEMBRANE SHEET TITLE: SHEET NO.PROJ. NO. DRAWN BY: PROJECT ARCHITECT: PRINCIPAL IN CHARGE: SHEET ISSUE: A 1 2 3 4 5 1 2 3 4 5 AL L D R A W I N G S , S P E C I F I C A T I O N S A N D C O P I E S T H E R E O F F U R NIS H E D B Y M C M I L L A N P A Z D A N S M I T H A R C H I T E C T U R E A R E A N D S H A L L R E M A I N T H E P R O P E R T Y O F M C M I L L A N P A Z D A N S M I T H A R C H I T E C T U R E . T H E S E M A T E R I A L S A R E T O B E U S E D O N L Y W I T H R E S P E C T T O T H I S P R O J E C T A N D N O T T O B E U S E D W I TH A N Y O T H E R P R O J E C T . W I T H T H E E X C E P T I O N O F O N E C O N TR A C T S E T F O R E A C H P A R T Y T O T H E C O N T R A C T , S U C H D O C U ME N T S A R E T O B E R E T U R N E D OR S U I T A B L Y A C C O U N T E D F O R T O M C M I L L A N P A Z D A N S M I T H AR C H I T E C T U R E U P O N C O M P L E T I O N O F T H E P R O J E C T . S U B M I S SIO N O R D I S T R I B U T I O N T O M E E T O F F I C I A L R E G U L A T O R Y R E QU I R E M E N T S O R F O R O T H E R P U R P O S E S I N C O N N E C T I O N W I T H T H E P R O J E C T I S N O T T O B E C O N S T R U E D A S P U B L I C A T I O N IN D E R O G A T I O N O F M C M I L L A N P A Z D A N S M I T H ' S C O M M O N L A W C O P Y R I G H T O R O T H E R R E S E R V E D R I G H T S . C O P Y R I G H T 2 0 1 6 M C M I L L A N P A Z D A N S M I T H - AL L R I G H T S R E S E R V E D CO N S U L T A N T L O G O B C D SE A L SNOT FOR CONSTRUCTION4/11/2018 11:34:27 AM BIM 360://017283_Maxwell Branch Library Renovation/ARCH_Maxwell Branch Library_R17.rvt REVISED BID SET 04/11/2018 DEMOLITION PLAN A040 017283.00 DRM SATS BRW JE F F M A X W E L L L I B R A R Y R E N O V A T I O N 19 2 7 L U M P K I N R O A D A U G U S T A , G A 3 0 9 0 6 - 3 5 2 4 AU G U S T A R I C H M O N D C O U N T Y P U B L I C L I B R A R Y S Y S T E M 1/4" = 1'-0"A040A042 A1 DEMOLITION FLOOR PLAN 1/4" = 1'-0" DEMOLITION GENERAL NOTES LEGEND 1/4" = 1'-0" DEMOLITON KEYNOTES LEGEND PROJECT NORTH 1 10/27/2017 SCHEMATIC DESIGN SUBMITTAL 2 01/02/2018 DESIGN DEVELOPMENT SUBMITTAL 3 03/16/2018 PERMIT & BID SET 4 04/11/2018 REVISED BID SET 03/16/2018 COMPLIANCE DEPARTMENT 535 Telfair Street Suite 710 Augusta, GA 30901 (706)821-2406 Fax (706) 821-4228 WWW.AUGUSTAGA.GOV Compliance Department Kellie Irving Compliance Director MEMORANDUM To: Takiyah Douse, Director, Central Services Department Geri Sams, Director, Procurement Department From: Kellie Irving, Director, Compliance Department Date: June 8, 2018 Subject: Maxwell Branch Library Renovations and Additions Bid Item # 18-209 This Bidder/Offeror IS eligible for award. This Bidder/Offeror IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, J. E. Stewart Builders, Inc. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Maxwell Branch Library Renovations and Additions for Augusta, Georgia, Bid Item #18-209, is 10%. The bidder/offeror has committed to a minimum of 1% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 710 Augusta, GA 30901 (706) 821-2406 Fax (706) 821-4228 WWW.AUGUSTAGA.GOV Compliance Department Kellie Irving Compliance Director MEMORANDUM To: Takiyah Douse, Director, Central Services Department Geri Sams, Director, Procurement Department From: Kellie Irving, Director, Compliance Department Date: June 8, 2018 Subject: Maxwell Branch Library Renovations and Additions Bid Item # 18-209 This Bidder/Offeror IS eligible for award. This Bidder/Offeror IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, John W. Spratlin and Son Construction, LLC . Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Maxwell Branch Library Renovations and Additions for Augusta, Georgia, Bid Item #18-209, is 10%. The bidder/offeror has committed to a minimum of 15% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 710 Augusta, GA 30901 (706)821-2406 Fax (706) 821-4228 WWW.AUGUSTAGA.GOV Compliance Department Kellie Irving Compliance Director MEMORANDUM To: From: Date: Subject: Takiyah Douse, Director, Central Services Department Geri Sams, Director, Procurement Department Kellie Irving, Director, Compliance Department June 8, 2018 Maxwell Branch Library Renovations and Additions Bid Item # 18-209 This Bidder/Offeror IS eligible for award. This Bidder/Offeror IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, Larry Pittman & Associates, Inc. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Maxwell Branch Library Renovations and Additions for Augusta, Georgia, Bid Item #18-209, is 10%. The bidder/offeror did submit the required forms and is responsive. In addition, the bidder/offeror did not met the minimum participation with a LSBOP firm and did not pass good faith efforts. Bidder has 0% utilization. The bidder/offeror has not satisfied good faith efforts and is non-compliant with the Local Small Business Opportunity Program; therefore this bidder is not eligible for award. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 710 Augusta, GA 30901 (706) 821-2406 Fax (706) 821-4228 WWW.AUGUSTAGA.GOV Compliance Department Kellie Irving Compliance Director MEMORANDUM To: Takiyah Douse, Director, Central Services Department Geri Sams, Director, Procurement Department From: Kellie Irving, Director, Compliance Department Date: June 8, 2018 Subject: Maxwell Branch Library Renovations and Additions Bid Item # 18-209 This Bidder/Offeror IS eligible for award. This Bidder/Offeror IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, John E. Lavender & Associates, Inc. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Maxwell Branch Library Renovations and Additions for Augusta, Georgia, Bid Item #18-209, is 10%. The bidder/offeror has committed to a minimum of 1.25% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. FE C 1 1 AA 3 3 4 4 5 5 6 6 7 7 8 8 C E G HH B D F B1 A330A101 A300 A1 A300 C1 A1 A330A101 A300 B1 A300A2 A3 A340A101 15' - 6"15' - 0"15' - 0"15' - 6"19' - 2"18' - 8"19' - 2" 12 ' - 0 " 19 ' - 2 " 18 ' - 8 " 19 ' - 2 " 19 ' - 2 " 18 ' - 8 " 19 ' - 2 " 12 ' - 0 " 0 8'12'16'4' Graphic Scale: 1 inch = 4 feet CHAIR STORAGE 106 DD E E F F F MULTIPURPOSE ROOM 105 MECH 116 STAFF TLT 115 JANITOR 114 DATA 113 LIBRARY OFFICE 111 STAFF LOUNGE 112 LIBRARY WORKROOM 110 LOBBY CIRCULATION 101 ENTRY 100 GROUP STUDY 102 TEEN AREA 104 QUIET READING AREA 119 ADULT COMPUTER AREA 118A ADULT STACKS 117 EASY 118B WOMEN 108 VESTIBULE 107 MEN 109 S12 DD S11 B2 A640A101 105A 106 E105C E105B E116 E112 117 111 113E114 E108 E109 107 110 C2 A101 A600 B2 A101 A600 A2 A101 A600 A1 A101 A830 A1 A101 A600 A1 A101 A420 B1 A101 A420 A2 SIM A101 A600 A2 SIM A101 A600 A1 A101 A640 A3 A101 A640 L L L D D F C C3 A101 A600 A1 A340A101 A3 A101 A600 B1 A101 A600 A820 7 C2 A640A101 Q ES1 ES2 ES3 C1 A101 A600 A2 A340A101 S13 S9 S8 S6S5S4S3 S2 100A LINE OF OVERHANG ABOVE ID510 B2 LINE OF OVERHANG ABOVE P SC SC SC SC SA4 SA4 SA4 SC SA4 SA4 SA4 SA4 SA4 SA4 SA4 SA4 SB4 SC SA4 SA4 MA8 SA4 SA4SA4 SCSC SCSC SCSC SC SC SC SC SC SC MA6 SC MA4 MA4 MA6MA6 MA6 SC S7 100B 102 C3 SIM A101 A600 C3 SIM A101 A600 SB4 SC SC SC SB2 12' - 0 1/2"3' - 1 1/2"1' - 8" SEMI RECESSED FIRE EXTINGUISHER CABINET SURFACE MOUNT FIRE EXTINGUISHER CABINET SEMI RECESSED FIRE EXTINGUISHER CABINET 8' - 8 " 1' - 9 " 4' - 9 1 / 2 " 3' - 0 3 / 4 " 6' - 5"8 3/8" 1' - 3 3 / 4 " 8' - 3 3 / 4 " 6' - 9 1/2" 5' - 2 1 / 2 " EQ EQ EQ EQ 15' - 5 9/16"15' - 0"15' - 0"14' - 10 3/16" 12' - 0 1/2" TO COLUMN CL 11' - 9 1/2" VE R I F Y I N F I E L D 4' - 6 " 3' - 3" 2' - 4" EQ EQ VIF 2' - 2 " VERIFY IN FIELD 14 ' - 4 " VIF 2' - 2 " C4 A830A101 2 2 CL TO CL 12 ' - 0 " TO CL 5' - 10" 2' - 0 1 / 2 " ALIGN WALLS ALIGN WALLS 4' - 0"2' - 8 " 1' - 4 " ID510 C2 ALIGN WALLS 1' - 6 " 2' - 0" S10 104 A A AA A OOOO L O EQ EQ A640 C1 A1 A101 G110 115 VIF 2' - 2 " VERIFY IN FIELD 14 ' - 1 0 " VIF 2' - 2 " JUVENILE/CHILDREN'S COMPUTERS 118D 30" X 48" ADA CLEARANCE 30" X 48" ADA CLEARANCE EDGE OF EXISTING SIDEWALK E GROUP STUDY 103 103 SA4 NOTE: GRIDLINE DIMENSIONS FOR COORDINATION ONLY. 2' - 2" 1' - 2 " S1 MA8 ALIGN WALLS SA4 1' - 4 " PP P P ID5101ID5102 NEW BIKE RACK LOCATION INSPECT, CLEAN, REPAIR, REPLACE BRICK AND JOINT SEALANTS AS NEEDED CLEAN, SAND, AND PREPARE SOFFITS FOR NEW PAINT. INFILL AT NEW OPENING, ALTERNATE NO. 5 REPLACE PLYWOOD SOFFIT NEW SLAB DOWELLED INTO EXISTING. SLAB TO BE LEVEL WITH EXISTING INTERIOR SLAB NEW STOREFRONT SYSTEM W/ 1" INSULATED GLAZING. COLOR TO MATCH EXISTING NEW STOREFRONT DOUBLE DOOR ENTRANCES WITH PUSH BUTTON ACTUATOR TO TRIGGER BOTH DOORS FROM EXTERIOR IN SUCCESSION AND INFARED SENSOR FROM INTERIOR SIDE TO TRIGGER DOORS IN SUCCESSION CLEAN, SAND, PREP AND PAINT HOLLOW METAL DOOR & FRAME NEW ACT 2 X 4 CEILING TILES AND GRIDS. REFER TO RCP AND SPECIFICATIONS FOR SPECIFIC TILES. ALL CLGS TO BE CENTERED IN RMS U.N.O. ACT 2 NEW ACT 2 X 4 CEILING TILES AND GRIDS. REFER TO RCP AND SPECIFICATIONS FOR SPECIFIC TILES. ALL CLGS TO BE CENTERED IN RMS U.N.O. ACT 1 NEW PROJECTION SCREEN NEW GYP. BULKHEAD & CEILINGS NEW LIGHT FIXTURES TO BE PROVIDED AROUND BUILDING FUR OUT EXISTING WALL WITH 5/8" GYPSUM BOARD ON 7/8" METAL FURRING NEW ROOF FINISH TO BE FULLY ADHERED TPO MEMBRANE NEW ROOF FINISH TO BE ASPHALT SHINGLES NEW COLUMN WRAP NEW GUTTERS AND DOWNSPOUTS BUILDING DEDICATION PLAQUE RELOCATED. NEW DEDICATION PLAQUE NEW BRICK SILL NEW OPENING TO BE FRAMED WITH WHOLE BRICK A B C D E F G H I J K L M N O P Q R S EXISTING WALLS TO REMAIN SHOWN SHADED NEW PARTITION TYPES ARE KEYED ON ENLARGED PLANS SHEET TITLE: SHEET NO.PROJ. NO. DRAWN BY: PROJECT ARCHITECT: PRINCIPAL IN CHARGE: SHEET ISSUE: A 1 2 3 4 5 1 2 3 4 5 AL L D R A W I N G S , S P E C I F I C A T I O N S A N D C O P I E S T H E R E O F F U R NIS H E D B Y M C M I L L A N P A Z D A N S M I T H A R C H I T E C T U R E A R E A N D S H A L L R E M A I N T H E P R O P E R T Y O F M C M I L L A N P A Z D A N S M I T H A R C H I T E C T U R E . T H E S E M A T E R I A L S A R E T O B E U S E D O N L Y W I T H R E S P E C T T O T H I S P R O J E C T A N D N O T T O B E U S E D W I TH A N Y O T H E R P R O J E C T . W I T H T H E E X C E P T I O N O F O N E C O N TR A C T S E T F O R E A C H P A R T Y T O T H E C O N T R A C T , S U C H D O C U ME N T S A R E T O B E R E T U R N E D OR S U I T A B L Y A C C O U N T E D F O R T O M C M I L L A N P A Z D A N S M I T H AR C H I T E C T U R E U P O N C O M P L E T I O N O F T H E P R O J E C T . S U B M I S SIO N O R D I S T R I B U T I O N T O M E E T O F F I C I A L R E G U L A T O R Y R E QU I R E M E N T S O R F O R O T H E R P U R P O S E S I N C O N N E C T I O N W I T H T H E P R O J E C T I S N O T T O B E C O N S T R U E D A S P U B L I C A T I O N IN D E R O G A T I O N O F M C M I L L A N P A Z D A N S M I T H ' S C O M M O N L A W C O P Y R I G H T O R O T H E R R E S E R V E D R I G H T S . C O P Y R I G H T 2 0 1 6 M C M I L L A N P A Z D A N S M I T H - AL L R I G H T S R E S E R V E D CO N S U L T A N T L O G O B C D SE A L SNOT FOR CONSTRUCTION4/11/2018 11:34:37 AM BIM 360://017283_Maxwell Branch Library Renovation/ARCH_Maxwell Branch Library_R17.rvt REVISED BID SET 04/11/2018 FLOOR PLAN A101 017283.00 DRM SATS BRW JE F F M A X W E L L L I B R A R Y R E N O V A T I O N 19 2 7 L U M P K I N R O A D A U G U S T A , G A 3 0 9 0 6 - 3 5 2 4 AU G U S T A R I C H M O N D C O U N T Y P U B L I C L I B R A R Y S Y S T E M 1/4" = 1'-0"A101A042 A1 PROPOSED FIRST FLOOR PLAN 1/4" = 1'-0" GENERAL KEYNOTES LEGEND 1/4" = 1'-0" GENERAL NOTES LEGEND PROJECT NORTH NOTE: ALL DIMENSIONS ARE TO EXISTING FACE OF CMU OR FACE OF STUD U.N.O 1 10/27/2017 SCHEMATIC DESIGN SUBMITTAL 2 01/02/2018 DESIGN DEVELOPMENT SUBMITTAL 3 03/16/2018 PERMIT & BID SET 4 04/11/2018 REVISED BID SET 03/16/2018 Invitation to Bid Sealed bids will be received at this office until Thursday, May 31, 2018 @ 3:00 p.m. for furnishing: Bid Item #18-209 Maxwell Branch Library Renovations and Additions - 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 $175.00. 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, April 19, 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 Tuesday, May 15, 2018 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Thursday, May 17, 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. 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 April 19, 26, May 3, 10, 2018 Metro Courier April 19, 2018 OFFICIAL VENDORS Attachment "B"E-Verify Bid Bond SAVE Form Addendum 1 Bid Price Compliance Review 10% Goal ALLEN-BATCHELOR CONS 1063 FRANK INDUSTRIAL AUGUSTA, GA 30909 LARRY PITTMAN & ASS 1249 GORDON PARK RD AUGUSTA, GA 30901 Yes 230014 Yes Yes Yes $1,030,000.00 Non-Compliant CONTRACT MANAGEMENT 1827 KILLINGSWORTH RD AUGUSTA, GA 30904 DABBS-WILLIAMS GC 319 S WALNUT STREET STATESBORO GA 30459 R.D. BROWN CONST 410 CAROLINA SPRINGS N. AUGUSTA, SC 29841 ATTAWAY CONSTRUCT 3810 OAK DRIVE AUGUSTA, GA 30907 LAVENDER & ASSOC 300 PULASKI RD STATESBORO, GA 30459 Yes 157561 Yes Yes Yes $947,800.00 YES J E STEWART BUILDERS 237 CHESTERFIELD ST. N AIKEN, SC 29801 Yes 367430 Yes Yes Yes $989,900.00 YES TYLER CONSTRUCTION 1456 EDGEFIELD ROAD N. AUGUSTA, SC 29860 JOHN W. SPRATLIN & SON P. O. BOX 66 LINCOLNTON, GA 30817 Yes 231883 Yes Yes Yes $968,000.00 YES Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar): 99 Mandatory Pre-Bid Attendees: 14 Total Number of Specificaitons Mailed Out to Local Vendors: 15 Total packages submitted: 4 Total Noncompliant: 1 Bid Opening Bid Item #18-209 Maxwell Branch Library Renovations and Additions for Augusta, GA - Central Services Department- Facilities Maintenance Division Bid Date: Thursday, May 31, 2018 @ 3:00 p.m. Page 1 of 1 Bid 18-209 Commission Meeting Agenda 8/7/2018 2:00 PM Seeds For Life Business Grant Department:Housing & Community Development Department:Housing & Community Development Caption:Motion to approve Augusta Housing and Community Development Department's new Economic Development program entitled "Seeds For Life". This program was developed to provide an established business, a working capital grant of $10,000 to help foster both growth and employment for that business. In 2018 there will be a total of ten (10) grants made to businesses that demonstrate their ability to grow and prosper as well as be able to either retain current employees or hire additional fulltime or part-time employees for the following twelve month period. (Approved by Administrative Services Committee July 31, 2018) Background:In a quest to establish a program that would have real impact on the community, the Augusta Housing and Community Development Department has developed this new initiative. Our goal is to provide a business improvement grant to ten (10) businesses located in Augusta/Richmond County. These businesses will be classified as small businesses with a maximum of ten employees. The intent of this one time grant is to give established businesses with at least twelve months of history, a monetary infusion to help them move to their next stage of success and growth. In order to help with the success of the business, these funds can be used for: (a) new or upgraded equipment, (b) increased inventory, (c) employee training, (d) marketing and advertising activities, (e) new or upgraded signage or (f) working or operating capitol Analysis:If approved by Augusta-Richmond County Commission, this will allow the Department to provide financial assistance to up- to ten (10) small businesses. Financial Impact:Funding is made available for this program through the approved 2018 Annual Action Plan. Cover Memo Alternatives:No alternative is being offered. Recommendation:Accept requested recommendation to allow Augusta Housing and Community Development Department to commence with it's new Economic Development Initiative Grant Program. Funds are Available in the Following Accounts: 221073211- It is part of the Community Development Block Grant (CDBG) Funds. It will be used for this new Economic Development Initiative. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo U P T O $1 0 ,0 0 0 S E E D G R A N T F O R S M A L L B U S I N E S S E S SOM E S EE A SEE D ...W E S E E T H E WHOL E TRE E Funding ava ilable for a limit ed n u mber of el igible s mall b u si n ess es. Funds may be us ed for e q u ipment /inve n tory , t raini n g , mark eting, etc . SE E D S FOR LIF E I N I TIA TI V E HOU SING & COMMUN ITY D EV ELOP ME NT (70 6 ) 821 -1797 | dmaher@au gu s tag a .go v SEEDS FOR LIFE AHCD ECONOMIC OPPORTUNITY FOR SMALL BUSINESSES SEEDS FOR LIFE In an effort to stimulate the local, small business economy, this economic measure has been put together by the local government. The objective is to reinvigorate the economy and prevent or reverse any slowdown in economic activity by boosting employment and spending Objective To provide an established business, a working capital grant of $10,000 dollars that will help to: •Promote and foster both growth and employment for that business. •In 2018 there will be a total of ten (10) $10,000 grants made to businesses that demonstrate their ability to grow and prosper as well as be able to either retain current employees or hire additional fulltime or part-time employees for the following twelve month period. SEEDS FOR LIFE THREE TIER APPLICANT SUBMISSION PROCESS 1.Pilot 2.Community Selection 3.Panel Nominations Proposed Pilots SEEDS FOR LIFE REGULATORY COMPLIANCE CDBG Economic Development Activity Job Creation/Retention SEEDS FOR LIFE PROGRAM TIMELINES -Commission Appearance (Pilot Awardees Presented) – August 21 -Open of Online Application – August 22 -Close of Application Submission Window – September 7 -Start of Community Voting – September 14 -Announcement of Community Selection – September 26 -Panel Reviews – September 10 thru 21 -Announcement of Remaining Awardees – October 2 Commissioners Meeting Questions & Comments Commission Meeting Agenda 8/7/2018 2:00 PM Approval- Detention Center’s Video recording system Department:Richmond County Sheriff's Office Department:Richmond County Sheriff's Office Caption:Motion to approve the purchase of a new recording system for the Detention Center. (Approved by Public Safety Committee July 31, 2018) Background:The Detention Center is requesting a new video system. Video will be streamed and recorded at 4CIF resolution. Recorded video will be stored on a 64TB RAID 5 video storage server. Analysis:RCSO will purchase a new recording system to replace the Bosch DiBos units. The new system will utilize the existing Bosch cameras and use video servers to digitize the camera feeds. Financial Impact:The Sheriff's Office will use funding out of the 278032511- 5316210. Funding is available. Alternatives:None Recommendation:Allocate funding in the amount $52,885.00.00 for theICOTECH quote Funds are Available in the Following Accounts: Funding is available in account 278032511-5316210 REVIEWED AND APPROVED BY: Cover Memo Finance. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Approve an award from Edward Bryne Memorial Justice Assistance Grant (JAG) Program in the amount of $30,095 for the expansion of archive storage devices for officer worn video storage Department:Richmond County Sheriff’s Office (RCSO) Department:Richmond County Sheriff’s Office (RCSO) Caption:Motion to accept an award in the amount of $30,095 from Edward Bryne Memorial Justice Assistance Grant (JAG) Program for the Richmond County Sheriff's Office. The monies will assist RCSO in expansion of archive storage devices for officer worn video storage.(Approved by Public Safety Committee July 31, 2018) Background:For nineteen years, the Richmond County Sheriff’s Office has utilized Department of Justice funding programs to hire deputies, purchase mobile radio equipment, purchase law enforcement vehicles, and purchase and maintain Mobile Data Terminals for our Field Operations and Criminal Investigations Divisions Vehicles. The Richmond County Sheriff’s Office would like to utilize the funding available in the 2017 JAG program to purchase Archive Storage Device for Body Worn Video. Analysis:None Financial Impact:This is a 100% reimbursable grant. Upon completion of purchases, RCSO will submit the required paperwork to receive the reimbursement. Alternatives:None Recommendation:Approve funding in the amount of $30,095 to allow the Richmond County Sheriff's Office to participate in the FY17 Edward Bryne Memorial Justice Assistance Grant Program. Funds are Available in the Fund 220 -100% Reimbursable from grant Cover Memo Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo AUGUSTA, GEORGIA New Grant ProposaUApplication Before a DepartmenUagency may apply for the granUaward on behalf of Augusta Richmond County, they must first obtain approvalsignature from the Administrator and the Finance Director. The Administrator will obtain inform"Uoo o, the grant program andrequirements from the funding sgency and review these for feasibility to determine if this granUaward will benefit AuguitaRlchmond County. The Finance Director will review the funding requirement to determine if the grant will tit within our budgetstructure and linancial goals. Proposal Project No. Proiect Title Edward Byme Memorial Justice Assistatrce Grant (JAG) program FY 2017 Local ADMINISTRATOR'S OFFICE Solicitation sEP 0 7 2017 EEO Required: No EEO Dept. notified: No Start Date: 1010112016 Submit Date; 08/3112017 Total Budgeted Amount: 30,095.00 Sponeor: GM0014 US Dept of Justice Sponsor Type: p' Federal Purpose: 7 Crime controL/Invest End Dete: 09/30/2020 Department: 032 Total Funding Agency: AUGUSTA-RICHMOND COUNTY Sheriff Cash Metch? N 30,095.00 Total Cash Match: 0.00 Flow Thru ID: Contacts Name PhoneType IDI curoos Freeman, Veronica (706)82t-1067 TYPe FA JL R. ROUNDTREE Approvals Date OATZO1 Dept Signrture: Grant Coordinrtor Signature: l.) I have reviewed the GraDt application and eaclosed materials aod: yTind the granvaward to be feasible to the needs of Augusta Richmond county o Deny the request () rt*an s.(r, a-Q Oi o r-r^- Finance Director Q-7rr 7 Date 2.) \e reviewed the Grant application and enclosed materials and: ,/Appror" the Departrnent Agency to move forward with the application fte request t-r lnlstrator Date ThX form will also bc provide the external auditors with information on all grants for compliance andcertification requirements as required by tte state and Federal Governmcnt Report: GMI000_PROPOSAL - GMl000: Grants Management: r CurrentTime: o9:lE:lg Commission Meeting Agenda 8/7/2018 2:00 PM Approve Contract with Data Cloud Solutions, LLC to implement the Mobile Assessor Application, and Approve the Addendum to the Tyler Technologies Contract. Department:Information Technology Department:Information Technology Caption:Motion to approve contract with Data Cloud Solutions, LLC to implement the Mobile Assessor Application and approve the Amendment to the Tyler Technologies Contract.(Approved by Public Safety Committee July 31, 2018) Background:The Richmond County Tax Assessor’s Office (TAO) must maintain software that will capture information about property, buildings, ownership, values, etc. in order to prepare a tax digest. The system currently used by the TAO is known as WinGAP, which is manufactured and supported by the Georgia Department of Revenue. WinGap does not offer a mobile application whereby Appraisers can seamlessly update property records from the field. In the near future, the Tax Assessor’s Office (TAO) and the Tax Commissioner’s Office (TCO) will begin using a product known as iasWorld to maintain a proper Tax Digest and to properly manage Customer Accounts and to create Tax Bills. In conjunction with the approval of this contract, the contract with Tyler Technologies for the implementation of iasWorld approved by the Commission in June of 2017 will be amended such that the Mobile Applications will be removed from that contract. The money recovered from that contract amendment will then fund this implementation. The goal of this project is to provide the TAO with a mobile application that will allow its Appraisers to more efficiently update Property Records maintained in the joint system used by both the TAO and TCO. This mobile application will automate a primarily manual process thus reducing the amount of time and effort to update the Tax Digest.Cover Memo Analysis:The goal of this project is ultimately the capture and storage of information in a modern database structure whereby certain processes such as the update of property records could be completed in a shorter amount of time. Currently, the process by which the TAO updates property records is manual in that Property Cards must be printed for each Account that needs updating. Once the cards are printed, an Appraiser will take the cards into the field and write down any changes. The appraiser must then bring those cards back to the office in order for someone to manually update each property account. The Mobile Assessor Application referenced above allows for Mobile Data Collection and Review that greatly reduces or eliminates the need for field documents and manual processes as Property Records can be updated on the fly and imported into the System of Record within a matter of hours as opposed to several days. The Mobile Assessor Application is capable of importing data into both the current WinGap system as well as into iasWorld which will be used in the near future. This application will also meet the immediate need for ground parcel reviews by field appraisers that will result in an accurate database as a major component of the over-all Neighborhood Recoding Project. The county digest annual “sales ratio study” conducted by the Department of Audits and Accounts (DOAA) plays a central role in the “3-Year Full Digest Review” which is conducted by the Department of Revenue (DOR). MobileAssessor will allow this office to start the necessary task of assuring an actual on-site review of all parcels with a targeted completion of the project for the 2021 Digest – “a 3-Year Full Digest Year.” Financial Impact:Estimated up-front cost is $48,269.05, funded from SPLOST 7. Estimated annual maintenance for this solution is $16,685.00. Alternatives: Recommendation:Approve Contract with Data Cloud Solutions, LLC to implement the Mobile Assessor Application, and Approve the Amendment to the Tyler Technologies Contract. Funds are Available in the Following Accounts: The project will be funded through IT SPLOST 7 funds. REVIEWED AND APPROVED BY: Finance. Law. Cover Memo Administrator. Clerk of Commission Cover Memo AUGUSTA-GA: 2018 1 SOFTWARE LICENSE and RELATED PROFESSIONAL SERVICES AGREEMENT for APPRAISAL TECHNOLOGY INTEGRATION TO FACILITATE RICHMOND COUNTY’S DISCOVERY & APPRAISAL OF REAL ESTATE AND EQUALIZATION OF VALUES This Software License and Professional Services Agreement ("Agreement") is made as of the effective date specified in this agreement by and between Data Cloud Solutions, LLC (“DCS”) an Ohio Limited Liability Company having a principal place of business at 4 West Main Street - Suite 908, Springfield, Ohio 45501 and Augusta, Georgia, a political subdivision of the State of Georgia, located at 535 Telfair Street, Augusta, GA 30901 (“Customer”). Collectively, DCS and Customer shall be known as the Parties. RECITALS WHEREAS Customer, pursuant to State law, is responsible for uniform and accurate real estate assessments according to fair market value, and WHEREAS Customer has the desire to acquire and implement a number of technology based resources for improved and more cost-efficient performance of assessment demands and responsibilities, and WHEREAS Customer has instituted a performance plan for the discovery and valuation of new construction, scheduled appraisal updates, and on-going equalization based upon the approach of empowering in-house resources in conjunction with its already implemented technologies (e.g., GIS) and CAMA databases without requiring a time consuming rollout period, and WHEREAS Customer wishes to now bring those technologies and databases into an integrated and synchronized mobile environment for onsite property data verification and correction, new construction data collection, Board of Equalization and appeal related property reviews, and values equalization including scheduled appraisal updates and on-the-fly uniformity assurance efforts, and WHEREAS DCS is engaged in the business of developing and selling CAMA CloudSM software; including MobileAssessorSM, and its desktop Administrative & Quality Control modules (hereinafter referred to as “Software”), and providing services with respect to same; WHEREAS DCS possess the expertise and the resources to perform the professional services as required to meet the herein stated goals and requirements of Customer. NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL AGREEMENTS HEREIN CONTAINED, THE PARTIES HERETO MUTUALLY AGREE AS FOLLOWS: AUGUSTA-GA: 2018 2 1) Term. This Agreement and the End User License Agreement (“EULA”) attached hereto as Exhibit “A,” and incorporated herein by reference, shall commence on September 1, 2018 and end on December 31, 2019. This Agreement shall renew each subsequent year with annual hosting and support running from January 1 through December 31 of the subsequent year until Customer provides written notice to terminate no less than 45 days prior to an upcoming renewal term. The services hereunder shall be provided by DCS in accordance with the following schedule: a) Implementation: Implementation of the services shall occur between September 1, 2018 – October 15, 2018 b) Delivery of Production Software and Training: Delivery of Production Software and training shall begin on or before October 30, 2018, unless a later date is preapproved by Customer; however, the above- mentioned date for delivery of Production Software and training shall be contingent upon the following: i) Customer has provided DCS with remote access to install software on a server or virtual machine with ODBC access to the CAMA database and read/write privileges to the photo storage directories on or before September 15, 2018. For each day after September 15, 2018 that said remote access is not provided to DCS, the delivery dates may shift by one or more days. c) Hosting and Services: September 1, 2018 – 11:59pm December 31, 2019 with the Agreement renewing each subsequent calendar year unless customer provides written notice of termination no less than 45 days prior to an upcoming renewal term. 2) Scope of Services. DCS shall provide to Customer professional services regarding the provision, set-up, and implementation of 80,000 to 90,000, real property accounts; and training of Software on Customer hardware, including: a) Thirteen (13) field appraiser iPad Pro 2 LTE (or newer) machines remotely loaded with Customer's technology-based resources including CAMA data, GIS data, and up to one street level photograph of each parcel. Each of the CAMA CloudSM licensed devices (13 mobile, 9 desktop) can be operated in at least one or more combinations of the following functions (depending on final configurations, role settings, and mobile field appraisal versus office quality control): · Automated/Dynamic parcel visitation routing · New construction field listing · Updated street level photography · Sales and market data validation · Desktop review of properties via the admin console with streaming dashboards, Quality Control, Tracking, and Reporting modules · Reappraisal data verification / collection · Market areas statistical review and delineation notation · Land and building values equalization review · Reappraisal valuations final field review · Administrative monitoring of work performance with real-time management QC review, management of field operations, live mobile application tracking, and audit trails. · Board of Equalization field checks b) Configuration assistance of 13 Customer supplied iPad Pro 2 LTE (or newer) mobile devices. AUGUSTA-GA: 2018 3 c) Onsite, hands-on training of Customer in the use of Software, including the field appraisal functions and administrative management functions; however, such training shall not to exceed three (3) days in total. Onsite training shall be conducted in the following allotment(s): i) No more than one (1) session containing three (3) consecutive business days; however, additional days of training can be purchased on an as-needed basis. Any onsite training or professional services (including any excess) shall be billable by DCS to Customer on a time and materials basis, as may be needed and only as preapproved by Customer. d) Software as a Service (SaaS) hosting and implementation, covering all pertinent residential real property CAMA data-field mapping (see subsection (ii) below), by DCS for the duration of licensed use by Customer. i) Customer shall provide CAMA data, GIS shapefiles, and subject matter experts related to Customer data, workflow, and business processes in a format and manner deemed acceptable by DCS (e.g., Microsoft Access database, csv's, and/or SQL export; parcel boundaries shapefile, etc.). All such data provided by Customer shall remain the property of Customer, notwithstanding anything in this Agreement, including Exhibit “A,” to the contrary. ii) up to 175 read-only fields and 200 Editable Fields. Each extra read-only field would require an additional $75 one-time fee (not recurring costs). Each extra editable field would require an additional $300 one-time fee plus $50/field/year in additional maintenance. e) The configuration and setup of the CAMA Cloud Synchronization Service such that data collected and updated in the MobileAssessor application is transferred to the CAMA application. i) Upon implementation, the CAMA Cloud Synchronization service will be configured to import data into the WinGap application. ii) When Customer converts its CAMA solution from WinGap to iasWorld, DCS will alter the configuration of the CAMA Cloud Synchronization Service to import data into iasWorld at a cost not to exceed $10,800.00 in Professional Services (see section 4)c)i) for additional annual fees). (1) As a part of this conversion from WinGap to iasWorld, DCS will provide two (2) days of remote webinar training on the iasWorld related MobileAssessor screens. (2) As a part of this conversion from WinGap to iasWorld, DCS will provide the configuration of a test environment for testing and training purposes. (a) DCS shall host, maintain, and support the test environment for a period not to exceed 60 days (“Planned Testing Period”). Customer shall complete all iasWorld related MobileAssessor test cases, issues reporting, change requests, and training within 30 days after DCS delivers said test cases (“Training and Testing Phase”). DCS shall resolve issues reported within the aforementioned 30 day period within 20 days (“Issues Resolution Phase”); and Customer shall verify and confirm resolved issues within 10 days after DCS notifies Customer of resolution (“Verification Phase”). (i) For each day DCS doesn’t resolve issues reported during the 30-day Training and Testing Phase within the 20-day Issues Resolution Phase then one (1) additional day shall be added to the Planned Testing Period – at no additional fee to Customer. (ii) If Customer reports new issues outside of the 30-day Training and Testing Phase; or if Customer doesn’t verify and confirm issues resolution within a 10-day Verification Phase, then the Planned Testing Period shall be extended for an additional 60 days at an AUGUSTA-GA: 2018 4 additional fee of $1,100 - payable from Customer to DCS within 30 days of Parties mutually agreeing to extend the Planned Testing Period. f) Hosting, Services and Support as described in this Agreement and Exhibit “A,” attached hereto in which Customer is referred to as the “Licensee.” In the event of any conflict between the provisions of this Agreement and Exhibit “A,” the terms of this Agreement shall control. Any professional services in excess of the amounts described in this Agreement shall be billable by DCS to Customer on a time and materials basis, as may be needed and only as preapproved by Customer. 3) License and Professional Fees for Software and/or Hardware Services. All licensing, training, and implementation services set forth in this Agreement shall be completed for a sum not to exceed $43,430.40 (for this Agreement’s 13 mobile licenses and 9 desktop licenses configured for WinGap). a) All payments for services properly rendered shall be due to DCS within thirty (30) days of the date Customer receives the invoice. i) Fifty percent (50%) of the Software License and Professional Fees shall be invoiced upon the CAMA Cloud Synchronization Service being installed on the Customer’s Server. ii) Thirty percent (30%) of the Software License and Professional Fees shall be invoiced upon the completion of Customer Training as referenced in section 2)c)i); i.e., “Go-Live”. iii) Twenty percent (20%) of the Software License and Professional fees shall be invoiced upon System Acceptance by the Customer. iv) “System Acceptance” as used herein means the date on which all of the following events have taken place: (1) 30 calendar days have passed since “Go-Live”. (2) All System Requirements have been successfully completed, or arrangements have been made to complete them at a later date. The demonstration of the delivered solution meeting all System Requirements is the Vendor’s right and responsibility. In the event that arrangements have been made to complete some of the System Requirements at a later date, this must be with the written approval of the Customer’s Director of Information Technology and the Chief Official of the Customer’s department or office, whose operations would be impacted by the inability of the Vendor to fully implement their software. For this implementation, the “System Requirements” will be defined as follows: (a) The CAMA Cloud Synchronization Service will be running as intended with correct data* being updated to WinGap without performance issues. (i) No more than once per 60 minutes on schedule one (1) to ten (10) times per weekday at the sole recommendation and discretion of DCS. Reasonable efforts to meet Customer’s desired synchronization schedules will be made by DCS; but, if DCS recommendations are not adhered to by Customer then performance issues may arise (e.g., delay in database transactions completing, extended synchronization intervals, skipped synchronization schedules, and the like). (ii) *Correct data shall be defined as: editable data fields not exceeding the quantity referenced in section 2)d)ii) and substantially similar to those in use by other assessment jurisdictions shall allow for Customer to modify or delete existing database records and insert new records from MobileAssessor; and the same aforementioned Customer modifications, deletes, and inserts are updated in WinGap in a manner not causing WinGap to malfunction (WinGap ceases to function in the same manner that it otherwise would have if the same record modifications were made via WinGap user interfaces). AUGUSTA-GA: 2018 5 (b) Each of the CAMA CloudSM licensed devices should be working as intended* as it relates to the use of the MobileAssessor application. Hardware issues or connectivity issues caused by something other than the MobileAssessor application will not be used as a reason to prevent this requirement from being met. (i) *Working as intended shall be defined as: Software performs in a manner consistent with Software documentation. (c) Customer will need to have been provided all Software documentation related to the use and support of this application. b) Customer may add additional licenses after the execution of this Agreement under the following conditions: (1) Customer requests a Purchase Order from DCS; and (2) Customer signs the purchase authorization on the Purchase Order provided by DCS; and (3) 100% of the additional license fees are paid within thirty (30) days of activation, in the amounts listed below: (a) additional mobile licenses are $1,750 each when configured for WinGap or $2,500 each when configured for iasWorld. (i) Customer shall incur no additional mobile license fees for mobile licenses paid for prior to DCS beginning services referenced in section 2)e)ii). (b) additional desktop administrative console licenses are $1,000 each. c) Customer may add additional CAMA CloudSM modules and upgrades after the execution of this Agreement under the following conditions: (1) Customer requests a Purchase Order from DCS; and (2) Customer signs the purchase authorization on the Purchase Order provided by DCS; and (3) 100% of the additional upgrades fees are paid within thirty (30) days of activation, in the amounts listed below: (a) additional modules will be set at the then current rates, (b) additional upgrades will be set at the then current rates. d) If Customer determines that DCS is not in compliance with the terms of this Agreement, Customer may suspend payments until DCS is in compliance with the terms and conditions of this Agreement. i) To the extent that it does not alter the scope of this agreement, Customer may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by DCS under this agreement. ii) To the extent that the pricing provided by DCS is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. iii) DCS is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. iv) Failure of DCS, which has not been remedied or waived, to perform or otherwise comply with a material condition of this Agreement shall constitute default. Customer may terminate this Agreement in part or in whole upon 30 days written notice to DCS pursuant to this term. v) Full payment by Customer to DCS shall be immediately due if the parties agree that DCS was not able to fulfill the requirements of this Agreement due to any inability of Customer to rectify any AUGUSTA-GA: 2018 6 unreasonable working environment issues, for which Customer is accountable for, that interferes with DCS's ability to successfully complete agreed upon services. (1) Subsection (v) above shall not be triggered by DCS without prior escalation directly by DCS to the Chief Official of the Customer’s department or office whose operations would be impacted by the inability of DCS to fully implement Software in writing of any and all issues related to the triggering of the clause. Such escalation in writing shall begin a 30 calendar day rectification period to allow Customer under supervision of the Chief Official to remedy the working environment issue(s) to the satisfaction of DCS, such satisfaction not to be unreasonably withheld. In the event of such issue escalation, DCS shall provide a senior management representative to liaise directly with Customer’s Chief Official during the rectification period. 4) Annual Hosting and Service Fees for Software. Annual Hosting and Service Fees for which Customer shall be responsible to pay DCS an annual sum not to exceed $16,685 (for this Agreement’s 13 mobile licenses and 9 desktop licenses configured for WinGap). Customer will be entitled to product Updates during the term of this Agreement, which include releases that correct identified errors in Software (including revisions or dot releases), and product Upgrades, which are subsequent versions of Software, and provide new or enhanced functionality. a) All payments for services properly rendered shall be due to DCS within thirty (30) days of the date Customer receives the invoice. b) Full (non pro rata) Annual Hosting and Support Fees shall begin on January 1, 2019 and the first full annual total is due no later than January 31, 2019. i) One hundred percent (100%) of pro-rated Annual Hosting and Service Fees invoiced within 15 days after the first day of Customer field appraisal staff receiving training as referenced in subsection 2 c) above. Annual Hosting and Service Fees for year 2018 not to exceed $4,838.65. c) Annual Hosting and Service Fees may increase to the then current rates if Customer adds additional modules, switches CAMA systems, or upgrades after the execution of this Agreement as referenced in Sections 3)b) and 3)c). i) Annual Hosting and Service Fees shall increase by $2,990 + $270 per mobile license commencing at the end of the Planned Testing Period referenced in section 2(e). d) There shall be no credit or refund in the one-time license fees if the quantity of mobile licenses or upgrades is decreased at any point in the future, but the annual maintenance and support fees shall decrease by the then applicable and respective maintenance rate(s) per removed license or upgrade, per year. e) DCS will provide standard support services on Software products in use by Customer and will use reasonable efforts to respond to all service inquiries within two (2) business days. However, DCS cannot guarantee response times for those inquiries requiring substantial research or if Customer does not provide sufficient details or reproduction steps. i) For each software product for which Customer has purchased, Customer shall be provided with installation, basic set-up, problem analysis, problem resolution, and preventative or corrective service information and efforts to reproduce and correct errors identified by Customer or determine that errors are not reproducible. f) Any of the above Annual Hosting and Service Fees can increase or decrease based upon the then current, applicable, and respective number of licenses or upgrades added or removed after the execution of this Agreement, in accordance with Sections 3 and 4; or, if in the event of no upgrades then the annual maintenance amounts may increase by an amount not to exceed three percent (3%) from one year to the next. AUGUSTA-GA: 2018 7 5) Expenses. DCS shall be responsible for all direct expenses of DCS with regard to its performance of its services under this Agreement, including travel, lodging and per diem expenses, with the exception that any expenses for support or professional services in excess of any of the above described hours/days/licenses shall be billable by DCS to Customer on a time and materials basis, as may be needed, and only as preapproved by Customer. 6) Mutual Mediation Clause. Upon demand by either party, the parties agree to mediate any dispute, claim or controversy arising out of or relating to this Agreement or the breach, termination, enforcement, interpretation or validity thereof, including but not limited to the determination of the scope or applicability of this agreement to mediate. This clause shall not prevent either party from initiating any claim or suit, but if exercised by a party, both parties agree to stay any litigation for a reasonable time pending the mediation. If either party chooses to exercise this right to demand mediation, then, by doing so, that party shall also consent and agree to toll any limitations periods applicable to any claims that the other party may have against the party demanding mediation, such that all applicable limitations periods shall be extended by the same number of days as the period of time from when the demand for mediation was first placed into the mail or otherwise actually communicated to the other party, until the day on which mediation is completed (“Mediation Delay”); and the party demanding mediation shall waive all defenses based on statutes of limitations where litigation is actually commenced within an amount of time from the date that the statute of limitations would have otherwise run equal to the length of the Mediation Delay. 7) Governing Law. The laws of the State of Georgia shall govern this Agreement between Customer and DCS with regard to its interpretation performance, and any other claims related to this Agreement. 8) Jurisdiction and Venue. All claims, disputes and other matters in question between Customer and DCS arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. DCS, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. 9) The terms of this Agreement supersede any and all provisions of the Georgia Prompt Pay Act. 10) Waiver. No act or omission of any party shall be construed as constituting or implying a waiver by such party of any default hereunder or of any breach or non-observance of the provisions hereof on the part or the other party or as a surrender of any of the rights of such party resulting therefrom, unless expressly consented to in writing by the party waiving such right. 11) Indemnification. Except as otherwise provided in this Agreement, DCS shall indemnify and hold harmless Customer, its Mayor, Commissioners, officers, employees, and agents from any and all claims of losses which may result from any negligence or misconduct on the part of DCS, its agents, employees, or representatives and shall in all ways hold Customer, its Mayor, Commissioners, officers, employees, and agents harmless from any such claims, losses, or damages regardless of whether or not such may be caused in part by an officer, agent, director or employee of Customer, arising out of or resulting from the performance of this Agreement. 12) Contingency Fee. DCS warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by DCS for the purpose of securing business and that DCS has not received any non-Customer fee related to this Agreement without the prior written consent of Customer. For breach or violation of this warranty, Customer shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. AUGUSTA-GA: 2018 8 13) Confidentiality. The parties agree to hold each party's confidential information in strict confidence and to take reasonable precautions to protect such confidential information (including, without limitation, all precautions each party employs with respect to its own confidential information); unless disclosing-party of confidential information authorizes disclosure in writing. Customer shall not be in breach of this Agreement, including Exhibit “A,” in the event Customer is required by law, court order or enforceable subpoena to turn over any information, software or other data that is otherwise confidential hereunder. Provided however Customer will give DCS written notice within twenty four hours of Customer’s receipt of any request, order or subpoena to allow DCS to seek whatever protections it deems advisable against such disclosure. 14) Severability. In the event that any one or more of the provisions contained in this Agreement shall for any reason be held to be unenforceable, illegal or otherwise invalid in any respect under the laws governing this Agreement or its performance, such unenforceability, illegality or invalidity shall not affect any other provisions of this Agreement and this Agreement shall then be construed as if such unenforceable, illegal or invalid provisions had never been contained herein. 15) Amendments. This Agreement may not be modified or changed in any respect whatsoever except by written amendment signed by each party. 16) E-Verify. All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor’s E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. 17) In accordance with Chapter 10B of the Augusta, GA. Code, Contractors agree to collect and maintain all records necessary for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available within a reasonable amount of time to Augusta, Georgia upon request; such request shall not exceed more than once per six (6) months. 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 Local Small Business Opportunity Program Office at (706)- 821-2406. Failure to provide such reports within a reasonable 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. 18) Designated Representative. Any notice that must be given under the present Agreement must be communicated in writing at the following addresses: AUGUSTA-GA: 2018 9 Person in charge of this project who will be available, knowledgeable, and authorized to execute binding agreements on behalf of DCS or Customer: For DCS: Daniel T. Anderson * For Customer: Hardie Davis, Jr., Mayor** E-mail: dandeson@datacloudsolutions.net * Office of the Mayor PO Box 2194 535 Telfair Street, Suite 200 Springfield, OH 45501 Augusta, Georgia 30901 *or then current DCS President, **or then current Mayor with a copy to records@datacloudsolutions.net 19) Entire Agreement. The present Agreement, attached Exhibits, and/or Purchase Orders constitutes the full and complete understanding and agreement of DCS and Customer (and Software Licensee) and supersedes all prior negotiations, understandings and agreements pertaining to the subject matter of this Agreement. This Agreement may be supplemented by one or more Purchase Orders, which will be deemed to be part of this Agreement when signed by each party. THE PARTIES HEREBY AGREE TO ALL OF THE ABOVE TERMS AND HAVE EXECUTED THIS AGREEMENT BY A DULY AUTHORIZED REPRESENTATIVE. EFFECTIVE DATE: _______________________ ACCEPTED BY: Data Cloud Solutions, LLC (DCS) ACCEPTED BY: Augusta, Georgia (Customer) Authorized Signature Authorized Signature President Title Title The undersigned Board secretary and/or custodian of records hereby certifies that the above and foregoing SOFTWARE LICENSE AND RELATED PROFESSIONAL SERVICES AGREEMENT FOR APPRAISAL TECHNOLOGY INTEGRATION TO FACILITATE AUGUSTA, GEORGIA’S DISCOVERY & APPRAISAL OF REAL ESTATE AND EQUALIZATION OF VALUES, was approved by the Augusta, Georgia Commission on __________________ __________________________________ Lena J. Bonner, Clerk of Commission. AUGUSTA-GA: 2018 10 EXHIBIT A End User License Agreement DEFINITIONS. 1.1 “Purchase Order” has the meaning set forth in Section 2. 1.2 “Floating User” means the number of undesignated concurrent users specified in any Purchase Order who may simultaneously access and use the Licensed Software, subject to the license granted herein. 1.3 “Named User” means the number of users specified in any Purchase Order who are employees or authorized contractors of Licensee and specifically designated to use the Licensed Software, subject to the license granted herein. 1.4 “Licensed Software” means the proprietary software of Data Cloud Solutions, LLC (in object code format only) and related documentation that is identified in any mutually agreed upon Purchase Order or Agreement. 1.5 “Business Unit” means the specific county division or operations unit identified in a Purchase Order for which Licensee is authorized to use the Licensed Software. 1.6 “Intellectual Property Rights” means any and all rights, whether or not registered, that may exist from time to time in this or any other jurisdiction under patent law, copyright law, moral rights law, publicity rights law, trade secret law, trademark law, unfair competition law or other similar protections. 2 PURCHASE ORDERS. 2.1 Licensee may issue to Data Cloud Solutions, LLC ("DCS") written Purchase Orders identifying the Licensed Software (as defined below) and services Licensee desires to obtain from DCS (the “Purchase Order(s)”). Such Purchase Orders shall be consistent with the terms and conditions of this Agreement. It is the parties’ intent that the initial version of each Purchase Order shall be generated by DCS. DCS shall accept any mutually agreeable Purchase Orders or alterations thereto which do not establish new or conflicting terms and conditions from those set forth in this Agreement and the exhibit(s) attached hereto or entered into pursuant to the terms of this Agreement. In the event of a conflict between the terms of this Agreement and a Purchase Order, the applicable terms of this Agreement shall prevail over the conflicting terms of such Purchase Order. DCS may reject a Purchase Order that does not meet the conditions described above by promptly providing to Licensee a written explanation of the reasons for such rejection. In order to be valid, all Purchase Orders submitted by Licensee must be substantially in the form of Purchase Order attached hereto and shall be executed by authorized representatives of each party prior to taking effect. Each executed Purchase Order shall be attached hereto and incorporated herein as Purchase Order 1, 2, et seq. 3 LICENSE. 3.1 Grant of License. Subject to the terms of this Agreement and any applicable Purchase Order, DCS hereby grants to Licensee a non-exclusive, non-transferable, non- sublicenseable, restricted license to use the Licensed Software for internal purposes only, for the specific business purposes and Business Unit (if applicable), and during the license term specified in a Purchase Order (the “License”). The License permits employees and authorized users of Licensee to use the Licensed Software, subject to the number of Floating Users and/or Named Users specified in the Purchase Order. 3.2 Prohibited Uses. Licensee may not (i) transfer all or any portion of the Licensed Software to a different computer configuration or permit use by third parties or other functionally independent business units affiliated with Licensee or affiliates of Licensee, (ii) reinstall or use the Licensed Software or documentation following the expiration or termination of this Agreement unless it enters into an additional license agreement with DCS, (iii) attempt to circumvent any technical devices of the License Software that are directed at, or have the effect of, enforcing the terms of this Agreement, (iv) make copies of the Licensed Software other than for backup, training, testing or other internal support reasons, or (v) modify, create derivative works, translate, decompile or create or attempt to create, by reverse engineering or otherwise, the source code from the object code supplied to Licensee. Licensee may not remove, modify or obscure any copyright, trade secret, confidentiality, trademark, service mark or other proprietary rights, notice or legend on any copy of the Licensed Software, the media on which it is contained, or related data, documentation or other materials. Licensee may not market, sell, lend, rent, lease, or otherwise distribute the Licensed Software. Except as otherwise expressly provided herein, Licensee may not assign, sublicense or otherwise transfer any rights in or to the Licensed Software. The Licensed Software shall not be used under any circumstance whatsoever directly or indirectly in a computer service business or service bureau or in a rental or commercial timesharing arrangement. 3.3 Designated Hardware. Licensee agrees to operate the Licensed Software on hardware meeting or exceeding the requirements as specified in a Purchase Order or this Agreement or otherwise recommended by DCS. Licensee acknowledges and agrees that the License is restricted to county/Customer operations only, and that the Licensed Software may not be installed on hardware not owned and operated by Licensee. AUGUSTA-GA: 2018 11 3.4 Database. Licensee agrees that the database created by DCS and its architecture are key components of Software that is also being licensed concurrently with this Agreement. The database may be subject to copyright protection by DCS. Licensee acknowledges that any alteration of the database – even in the case of changing data that may be owned by Licensee – that is performed by software that is not the Licensed Software and/or by an agent that is not associated with DCS is inconsistent with the License granted under this Agreement and may cause the Licensed Software to malfunction or affect the integrity of the data in the database, and that DCS can no longer warrant the accuracy of the data or the database. Licensee shall not permit any third party or third party software product to access the database except with the prior written consent of DCS. SERVICES. 4.1 Professional Services. DCS shall provide professional services (“Services”) as described in Purchase Orders to assist with data conversion, system implementation and configuration, customization, and installation, or in connection with other activities as may be described in Purchase Orders. Subject to the mutual agreement of the parties in a Purchase Order or this Agreement, DCS personnel will perform these Services at the rate and charges set forth in such Purchase Order; plus applicable travel, meal and lodging expenses if preapproved by Customer. 4.2 Maintenance and Support Services. DCS shall provide maintenance and support services (“Maintenance”) as described in Purchase Orders or this Agreement to maintain the Licensed Software and to provide technical support, Licensed Software updates, and other services as described in Purchase Orders or this Agreement. Unless otherwise set forth in an applicable Purchase Order, support calls for service will be provided during normal business hours, and will be responded to in a maximum of 1 day for standard inquiries and 3 hours for emergency inquiries from the time the call was placed or 3 hours for premium support services (if purchased); or otherwise resolved as soon as reasonably possible as defined within this Agreement. Licensee understands and agrees that if Licensee discontinues and then resumes the use of Maintenance, Licensee will be required to pay DCS the entire Annual Maintenance and Support Services Fees for the period of discontinuance, plus any Maintenance Services then commencing. 5 FEES AND EXPENSES. 5.1 In consideration for the License and the Services and Maintenance to be provided by DCS, Licensee shall pay the fees as indicated in the applicable Purchase Order. Licensee will pay these fees within thirty (30) days of the date of the invoice, unless otherwise stipulated in the Purchase Order or this Agreement. Thereafter, all past due balances shall accrue interest at the rate of 1% per month. Licensee agrees that the SaaS CAMA CloudSM applications are available only through a rental time-based subscription basis and the failure to pay any fees related thereto greater than sixty (60) days shall permit DCS to deny Licensee - without notice - access to those aspects of the Software until full payment for all amounts owing are paid in full. 6 PROPRIETARY RIGHTS AND CONFIDENTIALITY. 6.1 Licensee understands and agrees that the Licensed Software, related data, documentation, and all other information and materials provided by DCS to Licensee (the “Proprietary Information”) are confidential and that DCS has and will have exclusive Intellectual Property Rights in such Proprietary Information. Notwithstanding the foregoing, DCS understands and agrees that Licensee is a political subdivision of the State of Georgia, and is subject to the Georgia Open Records Act. DCS further understands that information which DCS considers or treats as confidential may be made public or disclosed to members of the public, if such disclosure is required by law. 6.2 Licensee acknowledges and agrees that no title or ownership of the Licensed Software or any of DCS’s Intellectual Property Rights is transferred to Licensee by this Agreement and that the Licensed Software and all Intellectual Property Rights are and will remain the exclusive property of DCS. Except as otherwise expressly set forth in any Purchase Order or this Agreement, DCS shall own all right, title, and interest in and to all Deliverables that are written or created by DCS personnel alone or jointly with Licensee or third parties in connection with this Agreement. “Deliverable” shall mean any work product, software, co-development, analysis, or other deliverable(s) produced for or delivered to Licensee under this Agreement in connection with a Purchase Order. 6.3 Licensee agrees not to make any claim or representation of ownership of any of the Licensed Software and all related data, documentation and other materials, including any Deliverables. Subject only to the rights expressly granted to Licensee under this Agreement according to the non-exclusive License herein, all rights, title and interest in and to the Licensed Software including without limitation the Proprietary Rights will remain with and belong exclusively to DCS. This is a software license agreement and not an agreement for the sale of the Licensed Software. 6.4 Except as required or prohibited by law, Licensee agrees to keep all Licensed Software (including all related data, documentation and other materials) and other confidential information of DCS confidential and agrees not to sell, assign, distribute or disclose any Licensed Software or any portion of the Licensed Software to any other person or entity. Licensee agrees to advise its employees, agents and consultants of the confidential and proprietary nature of the Licensed Software (including all related data, documentation and other materials) and of the restrictions imposed by this Agreement, and agrees to confine access to Licensee’s employees, agents and consultants solely on a need-to-know basis, subject to all restrictions imposed by this Agreement. AUGUSTA-GA: 2018 12 Except as required or prohibited by law, demonstrating the capability of the system to competing property assessment jurisdictions, competing vendors, and/or competing agents/consultants shall be a disclosure of the Licensed Software that constitutes a material breach of this Agreement. 6.5 DCS agrees to keep confidential all of Licensee’s confidential information, and agrees not to sell, assign, distribute or disclose any such confidential information to any other person or entity. DCS agrees to advise its employees, agents, and consultants of the confidential and proprietary nature of such confidential information and of the restrictions imposed by this Agreement, and agrees to confine access to DCS’s employees, agents and consultants solely on a need-to-know basis, subject to all restrictions imposed by this Agreement and by law. 6.6 The provisions of this Section 6 apply to the Licensed Software as originally delivered by DCS and as modified or otherwise enhanced and to any data, documentation, other materials and information regarding the Licensed Software that has been given to Licensee prior to the Effective Date, and apply to Licensee and to all employees, agents, consultants and affiliates of Licensee. 6.7 To the extent that Licensee is authorized by law to do so, Licensee agrees to assist DCS in stopping and preventing any possession or use of the Licensed Software (including all related data, documentation and other materials) by any person or entity not authorized by this Agreement to have such possession or use, and will cooperate with DCS in any litigation that DCS determines is reasonably necessary to protect the Proprietary Rights. 6.8 The parties agree that any breach of the provisions of this Section 6 will cause substantial damages, that the amount of such damages is difficult to determine with precision, and that any remedies at law for such a breach will entitle the owner of the confidential information or Proprietary Information as the case may be, in addition to any other remedies it may have, to temporary and permanent injunctive and other relief, without the necessity of posting bond or proving actual damages. DCS further agrees that, to the extent that any disclosure of information is required by law, or the concealing of information is prohibited by law, including information of any type considered under this Agreement to be confidential, DCS shall not be entitled to any damages or other legal or equitable relief whatsoever. 7 INDEMNITY. 7.1 DCS will indemnify and defend Licensee, at DCS's expense, against any claim or any action brought, and will pay any and all costs, liabilities, expenses, settlements, or judgments finally awarded in favor of a third party against Licensee, based upon any claim that the Licensed Software infringes any valid U.S. patent, copyright or trade secret, provided that Licensee: (i) promptly notifies DCS in writing of any such claim; (ii) gives DCS full authority and control of the settlement and defense of the claim; (iv) has not made any admission or offer to settle and (iv) fully cooperates with DCS in the defense of such claims, including providing adequate assistance and information. DCS shall keep Licensee informed of, and consult with Licensee in connection with the progress of such litigation or settlement. DCS may not settle any Claim unless it unconditionally releases Licensee of all liability. The indemnity provided hereunder shall not apply to amounts paid in settlement of any claim if such settlement is made without DCS's prior written consent. 7.2 This indemnity does not apply to, and DCS will have no obligation to Licensee for, any infringement claim that arises from: (i) any modification to the Licensed Software by anyone other than DCS unless approved in writing by DCS; (ii) modifications made by DCS at Licensee’s request in compliance with Licensee’s design, specifications or instructions; (iii) use of the Licensed Software other than as specified in this Agreement or in the applicable documentation; (iv) use of the Licensed Software in conjunction with third-party software, hardware or data other than that with which the Licensed Software is specifically designed to be used, solely as expressly specified in the documentation or this Agreement, or (v) use of a prior version of the Licensed Software, if the infringement claim could have been avoided by the use of the current version of the Licensed Software. 7.3 If an infringement claim arises, or in DCS's reasonable opinion is likely to arise, DCS may at its own expense and in its own discretion obtain for Licensee the right to continue using the Licensed Software, modify the Licensed Software to make it non-infringing, or substitute other Licensed Software of substantially similar capability and functionality. If none of these options are reasonably available to DCS, DCS may terminate the License for the infringing Licensed Software and refund to Licensee the License fee paid for the infringing Licensed Software, less a reasonable charge for Licensee’s use of the Licensed Software prior to such termination. THIS SECTION 7 STATES THE ENTIRE OBLIGATION OF DCS AND THE EXCLUSIVE REMEDIES OF LICENSEE WITH RESPECT TO ANY CLAIMS OF INFRINGEMENT OR INTELECTUAL PROPERTY RIGHTS VIOLATIONS. 8 WARRANTY AND LIMITATION OF LIABILITY. 8.1 DCS warrants that as of the Effective Date of this Agreement, (i) it has the authority to grant the License under this Agreement to Licensee; (ii) any Services provided under this Agreement and any Purchase Orders will be performed in a professional and workmanlike manner; and (iii) the Licensed Software will conform substantially to its documentation for thirty (30) days from go-live delivery. Licensee’s sole remedy for a breach of the express warranties in this section shall be repair or replacement of AUGUSTA-GA: 2018 13 the Licensed Software or reperformance of any applicable Services within a reasonable time. 8.2. DCS MAKES NO WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE. DCS DOES NOT WARRANT THAT THE PRODUCT WILL OPERATE WITHOUT INTERRUPTION OR BE ERROR FREE. EXCEPT AS EXPRESSLY PROVIDED IN THIS AGREEMENT OR ANY APPLICABLE PURCHASE ORDER, DCS HAS NO DUTY TO UPDATE, MAINTAIN OR PROVIDE ANY ENHANCEMENTS FOR THE LICENSED SOFTWARE. 9 TERM AND TERMINATION. 9.1. The term of this Agreement shall begin on the Effective Date and continue in effect until terminated as provided herein or otherwise stipulated in the Agreement. In the event that either party fails at any time to comply with any of its obligations under this Agreement and fails to cure such breach within thirty (30) calendar days after the giving of a written notice of breach that describes in reasonable detail the alleged breach, the other party may terminate this Agreement effective on the 31st day after the original written notice of breach unless some interim arrangement has been reached between the parties during the 30-day cure period. If Licensee breaches any provision of Section 3 or Section 6, DCS may terminate this Agreement immediately upon written notice to Licensee. Upon termination, Licensee shall immediately destroy all copies of the Licensed Software, and certify to DCS that it has retained no copies of the Licensed Software. Upon termination, regardless of the reason for termination, Licensee shall pay DCS all undisputed Fees or expenses then due or incurred up to the time of termination. The rights and responsibilities of the parties pursuant to paragraphs 3.2, 5, 6, 8.2, 8.3, and paragraph 10 shall survive the expiration or termination of this Agreement. 9.2 NON-APPROPRIATION. DCS acknowledges that Licensee is a governmental entity and the contract validity is based upon the availability of public funding under the authority of its statutory mandate. In the event that public funds are not appropriated for the performance of Licensee’s obligations under this Agreement, then this Agreement shall automatically expire without penalty to Licensee thirty (30) days after written notice to DCS of the non-appropriation of public funds. It is expressly agreed that Licensee shall not activate this non- appropriation provision for its convenience or to circumvent the requirements of this Agreement, but only as an emergency fiscal measure during a substantial fiscal crisis, which affects generally its governmental operations. Any services performed by DCS prior to its receipt of notice of the Licensee’s intent to terminate this Agreement in accordance with this paragraph shall nonetheless be paid to DCS, including all non-refundable amounts. MISCELLANEOUS. 10.1 Except for Customer's obligation to pay DCS, Neither party will be liable for any failure to comply with or delay in performance of this Agreement where failure or delay is caused by or results from any events beyond its control, including but not limited to, fire, flood, earthquake, accident, civil disturbances, acts of any governmental entity, war, shortages, embargoes, strikes (other than those occurring in the workforce of the party claiming relief, or the workforces of its subcontractors), transportation delays, or acts of God. 10.2 This Agreement will inure to the benefit of and be binding upon the parties and their respective successors and permitted assigns; provided however, that (i) Licensee may not assign or otherwise transfer this Agreement or any of its rights and/or obligations hereunder without the prior written consent of DCS, and (ii) DCS may only transfer or assign its rights and obligations under this Agreement to an affiliate, in connection with a merger or acquisition or in connection with a corporate reorganization. 10.3 No delay, omission or failure to exercise any right or remedy under this Agreement will be deemed to be a waiver of such right or remedy or acquiescence to the event giving rise to such right or remedy, but every such right and remedy may be exercised from time to time and so often as may be deemed expedient by the party exercising such right or remedy. 10.4 DCS and Licensee are independent contractors with respect to one another under this Agreement, and neither one is a partner, joint venture, employee, agent or legal representative of the other for any purpose. 10.5 This Agreement will be governed by and construed in accordance with the laws of the United States and the State of Georgia, without respect to conflict of laws principles. The parties agree that the United Nations Convention on Contracts for the International Sale of Goods (1980) is specifically excluded from application to this Agreement. For all disputes arising out of this Agreement, venue shall lie exclusively in the State or Superior Courts of Macon-Bibb County, Georgia, or in the United States District Court for the Middle District of Georgia, Macon Division. 10.6 If any provision of this Agreement or compliance by any of the parties with any provision of this Agreement constitutes a violation of any law, or is or becomes unenforceable or void, then such provision, to the extent only that it is in violation of law, unenforceable or void, shall be deemed modified as necessary so that it is no longer in violation of law, unenforceable or void, and such provision will be enforced to the fullest extent permitted by law. If such modification is not possible, such provision, to the extent that it is in violation of law, unenforceable or void, shall be deemed severed from the remaining provisions of this Agreement, which provisions will remain in full force and effect. 10.7 In the event that any provision of this Agreement is held to be illegal, invalid or unenforceable, under present or AUGUSTA-GA: 2018 14 future laws, then (i) such provision will be fully severable and this Agreement will be construed and enforced as if such illegal, invalid or unenforceable provision were not a part hereof, (ii) the remaining provisions of this Agreement will remain in full force and effect and will not be affected by such illegal, invalid or unenforceable provision or by its severance from this Agreement, and (iii) there will be added automatically as a part of this Agreement a provision similar in terms to such illegal, invalid or unenforceable provision as may be possible and still be legal, valid and enforceable. 10.8 This Agreement will be a public document and will be subject to disclosure under the Open Records Act. Subject to the confidentiality restrictions set forth in Section 6 above and applicable law, the parties may create and distribute media releases, public announcements, or make public disclosures regarding the existence of the Agreement and such releases, announcements and disclosures may include the name trademark or logo of either of the parties, and be posted on the parties respective web sites. Any media release or public announcement by Licensee regarding this Agreement shall be subject to prior approval by DCS. DCS may disclose Licensee’s name on a list of customers. 10.9 This Agreement will become effective only upon execution of this Agreement by an authorized officer of DCS and Licensee. 10.10 Any notice or communication required or permitted to be given hereunder may be delivered by hand, deposited with an overnight courier, sent by confirmed facsimile, or mailed by registered or certified mail, return receipt requested, postage prepaid, in each case to the address of the receiving party indicated below, or at such other address as may hereafter by furnished in writing by either party hereto to the other. Such notice will be deemed to have been given as of (i) the date it is delivered in the case of delivery by hand or overnight delivery, (ii) on the date of facsimile if sent by confirmed facsimile, and (iii) three (3) days after deposit in the mail in the case of certified mail delivery. Copies of all notices to DCS shall be sent to: Data Cloud Solutions, LLC, 4 West Main Street, Suite 908, Springfield, OH 45502; and, Data Cloud Solutions, LLC, PO Box 2194, Springfield, OH 45501; and a PDF copy to records@datacloudsolutions.net 10.11 The Uniform Computer Information Transactions Act does not apply to this Agreement. 10.12 This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. Such counterparts may be sent via facsimile or in PDF format via email. RICHMOND-GA: 2018 15 1 AMENDMENT This amendment (“Amendment”) is effective as of the date of signature of the last party to sign as indicated below (“Effective Date”), by and between Tyler Technologies, Inc. (“Tyler”), a Delaware corporation with offices at 5519 53rd Street, Lubbock, TX 79414, and Augusta, Georgia, located at 535 Telfair Street, Augusta, GA 30901 (“Client”). WHEREAS, Tyler and Client are parties to an agreement titled License and Services Agreement effective June 29, 2017 (“Agreement”), under which Client acquired the right to use the software described therein as well as related professional services and maintenance and support; and WHEREAS, Client desires to remove software and services from the Agreement; NOW THEREFORE, in consideration of the foregoing and of the mutual covenants and promises set forth herein, Tyler and Client hereby agree as follows: 1. The following software and associated Software License fee are hereby removed from Exhibit A, Investment Summary, of the Agreement: Software License: iasWorld Field Mobile™ $33,780 2. The following Implementation Services and associated professional services fee are hereby removed from Exhibit A, Investment Summary, of the Agreement: Implementation Services Field Mobile $32,260 3. Year 1 Maintenance and Support Fees as listed in Exhibit A, Investment Summary, of the Agreement is hereby removed in its entirety and replaced by the following in lieu thereof: Year 1 Maintenance and Support Fees: • Tax Software ($93,650.00) – includes iasWorld Tax; Delinquent Tax; Financial Accounting • Assessor Software ($106,540) – Includes iasWorld CAMA; Personal Property; Public Access; SmartFile. 4. The parties agree that the following is added to Data Conversion Specifications, Phase 6 of Exhibit C, Statement of Work: • Tyler will provide Client with the data mapping of essential fields in Client’s legacy system to where the data will be populated in the iasWorld database for consumption by Mobile Assessor. Client acknowledges and agrees that it is the Client’s responsibility to provide the 2 mapping to Data Cloud Solutions. Data Cloud Solutions will independently interface Mobile Assessor with iasWorld. 5. This Amendment shall be governed by and construed in accordance with the terms and conditions of the Agreement. 6. All terms and conditions of the Agreement not herein amended remain in full force and effect. IN WITNESS WHEREOF, persons having been duly authorized and empowered to enter into this amendment hereunto executed this Amendment effective as of the date last set forth below. Tyler Technologies, Inc. Augusta County, Georgia By: By: Name: Name: Title: Title: Date: Date: Purchase Order PO # 17-835D June 4, 2018 PO Box 2194, Springfield, OH 45501 service@datacloudsolutions.net TO Richmond County Tax Assessors - ATTN: Mr. Alveno Ross 535 Telfair Street, Suite 120 Augusta, GA 30901 aross@augustaga.gov Office: (706) 821-1765 SALES CONTACT SITE PRICE GUARANTEE QUOTE EXPIRATION n/a Richmond County Tax Assessors 180 Days 12/01/2018 QTY DESCRIPTION UNIT PRICE ($) LINE TOTAL ($) 1 CAMA CloudSM Site License & Implementation; The one-time site fee for initial implementation covers all residential and commercial (RP) data-field mapping, screen layout, initial data uploads/synchronization logic. Total account size of up to 83,000 real property parcels. *minimum $5,000 (WinGAP) n/a 17,430.00 13 CAMA Cloud: MobileAssessorSM Licenses (2+ year term); One-time license fee, UNLIMITED USE, iPad Package, w/ Data Collection, DynamicRouteSM, Interactive GIS, Touch Sketching, Instant PhotoBaseSM. $1,750 X e Mobile Lic's 22,750.00 9 CAMA Cloud: Admin Console Licenses; Field tracking and audit trail, Real- Time Q.C. Module, Real-Time Administrative Dashboard & Reports. MA licenses * 70% = Free Admin Console licenses. Extra = $950 each. $1,000 X e Ext AC Lic's 0.00 2.5/3 Training Days; 2.5 Remote (Power Users, Team Leads, Admin) + 3 Onsite (All Mobile/appraisers, and Admin Console/supervisors). $920/ $1,200x # of Days $2,300 + 3,600.00 0 10.5” iPad Pro 2 64GB with WiFi + LTE (or newer) (County Preference for Carrier? Verizon/AT&T?); The one-time fee for acquisition, setup, configuration for MobileAssessor; and, transfer and delivery from DCS to County. Plus, protective case & antiglare screen cover. 875.00 0.00 1 One-Time Discount (Preferred Customer/System); A one-time discount off of Licenses & Implementation for new customers on certain systems, going live in Late 3rd Qtr 2019 or 4th Qtr 2018; and greater than one Mobile CAL per 10,000 parcels. [5% + 0.15% per overage, max 20%) -5.75% (2,649.60) ESTIMATE TOTAL $43,430.40 We look forward to hearing from you soon. THANK YOU FOR YOUR INTEREST! Notes: A full implementation going live late 3rd or early 4th qtr 2018 would be $48,269.05. (see maintenance on next page) $43,430.40 for implementation, training, licenses, + $4,838.65 for pro-rated annual hosting, maintenance, and support for 2018 Then, $16,685.00 for annual hosting, maintenance, and support each year 2019+ OPTIONAL SPLIT PAYMENT PLAN IS AVAIALBLE Purchase Order PO # 17-835D June 4, 2018 PO Box 2194, Springfield, OH 45501 service@datacloudsolutions.net TO Richmond County Tax Assessors - ATTN: Mr. Alveno Ross 535 Telfair Street, Suite 120 Augusta, GA 30901 aross@augustaga.gov Office: (706) 821-1765 ANNUAL MAINTENANCE & SUPPORT FEES QTY DESCRIPTION UNIT PRICE ($) LINE TOTAL ($) 1 SaaS Maintenance, Photo Repository, Field Audit History & Remote Support (2+ year term); SSL, and Guaranteed no-loss data backups & secure storage. (up to 83,000 parcels) *minimum $850 per yr $0.08* x Est. Parcels 6,640.00 1 CAMA Cloud & MobileAssessorSM Maintenance (13 mobile + 9 desktop) 25% of License Fees 10,045.00 1 Minimum Reserved Instance SaaS Hosting Discount; Estimated Go-Live late 3RD or early 4TH Qtr 2018 (line 1) -71% (4,714.40) 1 *Pro rated Maintenance & Support Discount; Estimated Go-Live late 3RD or early 4TH Qtr 2018 (line 2) -71% (7,131.95) TOTAL EST. MAINT. COST $16,685.00 * 4,838.65 We look forward to hearing from you soon. THANK YOU FOR YOUR INTEREST! Note: * Pro-rated amount if going live after January 1, 2018. Full annual maintenance (for SaaS hosting + licenses) begins January 1, 2019 and the first annual total is due no later than January 31, 2019. Subsequent annual maintenance billing periods shall also commence on a January 1st date, with no less than two additional renewals being due no later than 1/31/2020, and 1/31/2021. A full implementation going live late 3rd or early 4th qtr 2018 would be $48,269.05. (see licenses and implementation on previous page) I have read the information outlined in this form and authorize Data Cloud Solutions, LLC to make required arrangements in order to perform the above mentioned tasks and agree to pay all referenced costs. Acceptance of Quote/Order: Signature/Date Printed Name Commission Meeting Agenda 8/7/2018 2:00 PM Motion to accept State Grant Award for the Adult Felony Drug Court Grant, Superior Court Department:Adult Felony Drug Court Program, Superior Court Department:Adult Felony Drug Court Program, Superior Court Caption:Motion to accept the State Grant Award for the Adult Felony Drug Court Program, Superior Court. (Approved by Public Safety Committee July 31, 2018) Background:The State FY2019 grant award of $ 388,992 is intended to provide enhancement services to the Augusta Judicial Circuit Adult Felony Drug Court Program, presided over by Judge James G. Blanchard. The program is designed to address underlying conditions to include mental health issues and drug/alcohol abuse, previous trauma, and uniting families. The Adult Felony Drug Court Program creates a model of enhanced supervision based on individual accountability and treatment, coupled with a multifaceted team approach designed to protect the interests of the public, while at the same time addressing the underlying, specific substance abuse issues. The program provides a structure specific to drug addicts who demonstrate behaviors that could be effectively monitored through extensive, individualized counseling and medication therapy geared toward addressing their underling circumstances. The structured court program approach addresses unwanted behaviors using behavioral modification therapy techniques to include regular drug screening, curfews, residential treatment, regularly scheduled court appearances, and potential sanctions. Participants who enter the Adult Felony Drug Court Program are non-violent offenders who are facing felony charges related to underlying substance abuse offenses. Participants enter the program with specific goals to achieve and upon reaching the set goals, progress through the various phases specifically designed to teach life skills that will benefit the participant well past graduation from the program. Analysis:Cover Memo Financial Impact:Grant total federal funds in the amount of $350,093 w/a matching fund $ 38,899 for a total of $ 388,992 total grant funds to run from 07/01/2018 – 06/30/2019. Match is provided from two sources: 1) Org Key/Obj Code 205000000/3511410, which consists of monies collected from adult felony program participant Fees; and 2) A portion of our Accountability Courts Coordinator's salary will also be applied toward the match requirement. Alternatives: Recommendation:Approve Funds are Available in the Following Accounts: Matching funds will come from 205000000/3511410 (participant fees) and percentage of Accountability Courts Coordinator's salary. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo AUGUSTA, GEORGIA New Grant Proposal/Application Before a Department/agency may apply for the grant/award on behalf of Augusta Richmond County, they must first obtain approval signature from the Administrator and the Finance Director. The Administrator will obtain information on the grant program and requirements from the funding agency and review these for feasibility to determine if this grant/award will benefit Augusta Richmond County. The Finance Director will review the funding requirement to determine if the grant will fit within our budget structure and financial goals. Proposal Project No. Project Title PR000163 SUPERIOR Augusta Judicial Circuit Adult Felony Drug Court Program Requesting grant offcred by the Criminal Justice Coordinating CounciI for the continuation for FY' l9 of an Adult Felony Drug Court Program. Cash Match Required: l0% taken from participant fees account 205000000-351l4l0 EEO required (YAll): No EEO Department Notified: No Start Date: 01101 2018 Submit Date: 0312712018 Total Budgeted Amount: 469.562.72 Sponsor: GM00l2 Sponsor Type: g Purpose: J Name End Date: 0613012019 Departmentz 027 Total Funding Agency: C'riminal Justice Coord Co State Drug Courts Contacts Superior Court Cash Match? Y 42t.792.72 Total Cash Match: 47,770.00 Flow Thru ID: PhoneType ID I cvttooz Ashley, Elaina (706)823-4424 Approvals Type FA Bv4 JBLANCHARD Date 03127 t20t8 Dept. Signature:q:\7qQ'"e Grant Coordin l.) a o I have re' iewcd the Grant application and enclosed materials and: Find the grant/award to be feasible to the needs of Augusta Richmond County Dcny the request , ( onyrrlr t't rl &.r,/t.'t Finance Dircctor 2. ) I have revicwcd the Grant application and enclosed materials and: .y' Xpprove the Dcpartment Agency to movc forward with the application Date 3- t k/tr Receivsd Administntots O,fitce uAn I I20fr Aqgus|a, GA Deny the request form will also be useYto provide the external auditors with information on all grants for compliance and certification requirements as required b1' the State and Federal Government. User: EA 16908 - Elaina Ashley page Report: GM1000_PROPOSAL - GMl000: Grants Management: I Current Date: 0112712018 Currentl'ime: l4:28:26 Nathan Deal GOVERNOR Honorable James G. Blanchard STATE OF GEORGIA OFFICE OF THE GOVERNOR ATLANTA 30334-0900 May 16,2018 Augusta Judicial Circuit Adult Felony Drug Court 735 James Brown Boulevard, Suite 2200 Augusta, Georgia 30901 Dear Judge Blanchard: Congratulations! I am pleased to notify you that the Council of Accountability Court Judges Funding Committee has awarded a grant to your court, effective July 1, 2018 through June 30, 2019. As you know, expanding and strengthening accountability courts in Georgia is not only one of my top initiatives as Governor, but also a very strong personal interest. I have seen firsthand the success stories that come out of courtrooms like yours. In most circumstances, programs made available through your accountability court are an individual's last chance to reclaim their lives and remain crime free. By providing you with the resources you need and expanding these services throughout the state, we can improve public safety and change lives in the process. You will receive information from the Council of Accountability Court Judges Funding Committee and the Criminal Justice Coordinating Council regarding your award and other grant- related matters. Thank you for your service to the State of Georgia. Sincerely, Nathan Deal REFERENCE N0.:.~0=1 __________ _ OFFICE OF THE GOVERNOR CRIMINAL JUSTICE COORDINATING COUNCIL SUBGRANT AWARD SUBGRANTEE : Richmond County IMPLEMENTING AGENCY : Augusta/Richmond County FEDERAL FUNDS : $ MATCHING FUNDS: $ 350,093 38,899 TOTAL FUNDS : $ 388,992 PROJECT NAME : Adult Felony Drug Courts SUBGRANT NUMBER: J19-8-004 GRANT PERIOD : 07/01/18-06/30/19 This award is made under the Council of Accountability Courts Judges State of Georgia grant program. The purpose of the Accountability Court Grants program is to make grants to local courts and judici al circuits to establish specialty courts or dockets to address offenders arrested for drug charges or me ntal health issues. This grant program is subject to the administrative rules establ ished by the Criminal Justice Coordinating Council . This Subgrant shall become effective o n the beginning date of the grant period, provided that a properly executed original of this "Subgrant Award" is returned to the Criminal Justice Coordinating Council by June 30, 2018. AGENCY APPROVAL SUBGRANTEE APPROVAL Jay Nea ~ Director Signature of Authorized Official Dat e Criminal Justice Coordinating Council Date Executed: 07/01/18 Typed Name & Title of Authorized Official 58-220427 4-004 Employer Tax Identification Number (EIN) ************************************************************************************** INTERNAL USE ONLY TRANS CD REFERENCE ORDER EFF DATE TYPE PAY DATE INVOICE CONTRACT # 102 01 1 07/01/18 9 ** J19-8-004 OVERRIDE ORGAN CLASS PROJECT VENDOR CODE 2 46 4 01 ITEM CODE DESCRIPTION 25 CHARACTERS EXPENSE ACCT AMOUNT 1 Adult Felony Drug Courts 624 .41 $ 350 ,093 Hardie Davis, Jr. - Mayor, City of Augusta SUBGRANTEE: PROJECT NAME : SUBGRANT NUMBER : SUBGRANT AWARD : CRIMINAL JUSTICE COORDINATING COUNCIL SPECIAL CONDITIONS Richmond County Adult Felony Drug Courts J19-8-004 $350,093 1. All project costs not exclusively related to activities of the f unded accountability court must be approved with a Subgrant Adj ustment Request, and only the costs of approved project-related activities will be reimbursable under the Subgrant Award. Initials 2. The subgrantee must submi t Subgrant Adjustment Request #1 with the completed award package . The adjustment request must be accompanied by a detailed project budget that itemizes all projected expenditures as approved by the Council of Accountability Court Judges (CACJ) Funding Committee. The project budget and summary will not be established, or officially approved, until the subgrantee receives a written approval notice from the Criminal Justice Coordinating Council. All project costs and project activities must coincide with the approved budget , summary, and implementation plan unless subsequent revisions are approved by the Criminal Justice Coordinat i ng Council . Initials 3 . The subgrantee must submit subsequent Subgrant Adjustment Requests to revise the budget, project summary, a nd implementatio n plan prior to any substantial changes , but no later than 30 days prior to the end of the subgrant period. Initials 4 . The subgrantee agrees that no funds shall be expensed outside of the approved budget . In addition, any funds spent under this subgrant award must be expended by the grant end date and not encumbered. Initials 5. The subgrantee agrees that at least 25% of the awarded funds will be spent in t he first quarter, 50% in the second quarter and 75% in the third quarter. If this condition is not met, any unused remaining funds from that quarter will be retained by the Council to be managed by t he Council to be managed by the CACJ Funding Committee. Initials 6. Waivers for the above 25% expenditure requirement may be granted at the committee 's discretion for the 1st and 2nd quarters only . If a waiver is granted, the funds held over to the next quarte r must be spent in the next quarter . Initials SUBGRANT NUMBER : J19-8-004 SPECIAL CONDITIONS (Page 2) 7. This is a reimbursement grant . Request s for reimbursement must be made on a quarterly basis. Subgrant Expenditure Reports are due 15 days after the end of the quarter. Initials 8 . The subgrantee certifies that state funds will not be used to supplant funds that would otherwise be made available for grant-funded initiatives . State funds must be used to supplement e xisting funds for program activities and not replace funds appropriated for the same purpose. Potential supplanting will be the subject of application review, as well as pre-award review, post-award monitor ing, and audit . If there is a potential presence of supplanting, the subgrantee will be required to document that t he reduction in non-state resources occurred for reasons other than the recei pt or anticipated receipt of state funds. Initials 9. Statistical and/or evaluation data describing project performance must be submitted t o the Council t o be managed by the CACJ Funding Committee on a quarter ly basis using the prescribed format provided to the Subgrantee. Fail ure to submit t his data on a timely basis will result in the withholding of grant funds on this subgrant and/or any other subgrant administered by CJCC until compliance is achieved . If reports are not received, funds for subsequent quarters may be rescinded. Initials 10 . The subgrantee certifies that 1) title to all equipment and/or supplies purchased with funds under this subgrant shall vest in the agency that purchased the property; 2) equipment and/or suppl ies wil l be maintained i n accordance with established l ocal or state procedures as long as the equipment and/or supplies are used for program-related purposes; and 3) once the p roject concludes and/or equipment is no longer util i zed for its grant-funded purpose, the Criminal Justice Coordinating Council and Council of Accountability Court Judges will be informed of t he available equi pment and determine its f uture use to assure it is uti l ized in furtherance of the goals and objectives of the grant program and the State of Georgia. Initi als 11 . If your court uses a Community Service Board (CSB) for t reatment AND your court has received funds for treatment -these funds have been awarded provisionally. Prior to use, you must meet with the CSB to d etermine the reason treatment is not provided as a part of the CSB's normal services . If the CSB is the best or only option for treatment for your court, you must provide the funding committee a written report explaining this . This report shall explain whether the CSB will be providing treatment for your court at their normal rate and whether or not they will only i nclude your participants in the treatment groups . The committee will evaluate each report and will notify your court if it is acceptable to use grant funds towards treatment from the CSB . Initials 12. All drug, veteran, mental health, family, and DUI courts must use a validated assessment tool approved by the Council of Accountability Court J udges. All courts are required to use an evidence-based treatment SUBGRANT NUMBER : J19-8-004 modality . Initials SPECIAL CONDITIONS (Page 3) 13. Subgrantees must compl y with the training requi rements as determined by the Council of Accountability Court Judges . All Evidence-based training attendees will be requir ed to sign and submit the Evidence-Based Training MOU upon registering for CACJ supported training sessions. All attendees that achieve evidence-based certification are subject to fidelity monitoring . Initials 14. Non-compliance with any of the special conditions contained within this document, by the authorized official , project officials and/or employees of this grant, will result in a recommendation to the CACJ Funding Committee that the award be rescinded . Initials 15. Subgrantees must follow all accountability court standards as approved by the Council of Accountability Court Judges. Initials 16. Subgrantees in receipt of grant funds to support internally provided evidence-based training(s) must comply with the following: notify the CACJ of projected training session dates; enter into agreements with qualified evidence-based facilitators; submit an Evidence-Based Tr aining MOU for each attendee to the CACJ prior to the start of training session; submit an implementation timeline for the evidence-based treatment to the CACJ; and provide the CACJ with documentation of each attendee who achieved certification (upon the completion of the traini ng sessi on) . Subgrantees shall only use funds to train direct account ability court service providers . CACJ will work with subgrantee to ensure that conditions have been met prior to the training(s) taking place . Initials Please be advised that failure to comply with any of the Special Conditions will result i n material noncompliance with the Subgrant Agreement, thus subjecting the Subgrant Agreement to possible termination by the Criminal Justice Coordinati ng Council . Typed name of Authorized Official: Signature Ti tle Date Hardie Davis, Jr.Mayor, City of Augusta FY'19 Budget Detail Worksheet Court Name Augusta Adult Drug Court Budg~r Worksheet Cdtegol)' Lme Item Approvab Lme Item Total~ Personnel Program Case Manager 37,050.00 $47,868.00 Case Manager benefits 10,B1B.OO Contract Services LEO Surveillance 1B,OOO.OO $225,438.00 LEO Surveillance lB,OOO.OO LEO Surveillance 1B,OOO.OO Counselor 78,069.00 Counselor 78,069.00 Lab Technician 15,300.00 Drug Testing Supplies Consummables 2,100.00 $65,379.60 Confirmation tests 1,200.00 Reagents typical drugs 30,544.00 Reagents synthetic drugs 31,535.60 Other Costs 0.00 $0.00 Equipment 0.00 $0.00 Training and Travel CACJ State Conference 3,907.00 $3,907.00 Transportation Public transportation 7,500.00 $7,500.00 Total Budge t Request Award: $350,092.60 Match: $38,899.18 CACJ Funding Committee Notes: VENDOR MANAGEMENT FORM (TeamWorks) The initiating Agency will submit this form to the Vendor Management Group for verification and approval. Agency must complete section 5 of the form to obtain approval. SECTION 1-VENDOR IDENTIFICATION (COMPLETE ALL APPLICABLE FIELDS} VENDOR NUMBER:-------------FEI/SSN/EMP ID NUMBER: ___________ _ VENDOR NAME:-------------------------------------- PAYMENT ALT NAME: (IF CHECK IS TO BE PAYABLE IN A DIFFERENT NAME)------------------- ADDRESS: ________________________________________ ___ CITY: ---------------STATE:. ________ ZIP CODE:-------COUNTRY: ______ _ PHONENUMBER: ___________________ FAXNUMBER: ___________________ ___ CONTACT EMAIL: _____________________________________________ ___ PYMTREMITEMAIL ___________________________________________________ LOC# ___________ __ PYMT REMIT EMAIL'---------------------------·LOC # _________ _ SECTION 2-BANK ACCOUNT INFORMATION (ATTACH COPY OF VOIDED CHECK} ROUTING# _____________ __ BANK ACCOUNT# _________________________ ___ 0 Check here if General Bank Account can be used by ALL State of Georgia agencies making payments 0 Check here if this account can only be used for a SPECIFIC purpose _________________________________ _ (Indicate specific purpose for which this account can be used) I authorize the State of Georgia to deposit payment for goods or services received into the provided bank account by the Automated Clearing House (ACH). 1 further acknowledge that this agreement is to remain in full effect until such time as changes to the bank account information are submitted in writing by the vendor or individual named above. I understand it is the sole responsibility of the vendor or individual to notify the State of Georgia of any changes to the bank account information. (Vendor Printed Name) (Vendor Signature) (Date) SECTION 3-SPECIFY TYPE OF ACTION (CHECK ALL THAT APPLY) 0 New Vendor 0 E-Payable 0 1099 Code 0 Classification Change 0 Add address 0 FEI/TIN Change•• 0 Name Change*" 0 Change of Address: Address# 0 Other (provide details in Section 4) 0 Bank Account Add 0 Bank Account Change 0 Bank Account Delete Documentation for Vendor '.lame/TIN changes must include at least .1ne of the following: IRS :1< •:umentati.)n (tax documents, FE! ·ssuanr.e letter, •H~); Confirmation fr·m ~ecretary ~f )• Jte's oTtice of ~,al n~m•c •.h,,l';,e OR a nl' .,Jy comple1'!d .V-9 fcrm ;:>rovideti L; the vendor SIC CODES (CHECK ALL lliATAPPLY) 0 Small Business 0 Women Owned 0 GA Based Business 0 Minority Business Certified SECTION 4-ADDITIONAL COMMENTS 0 Minority Business Enterprise 0 Hispanic-latina 0 African American 0 Native American 0 Asian American 0 Pacific Islander SECTION 5-STATE OF GEORGIA AGENCY CONTACT INFORMATION {OFFICE USE ONLY) By my signature, I certify that all reasonable effort has been made to submit information that is accurate, true, and is associated with the vendor name and Tax ID listed above. Requestor Name: BEVERLY FORTE Signature: Beverly Forte Email: BEVERL Y.FORTE@CJCC.GA.GOV State Accounting Office of Georgia Revised 06/22/2017 Agency BU#: 4 71 00 Date: Dig~ally signed by Beverly Forte ------------ Date: 2017.07.28 15:26:46 -04'00' Phone: 404-654-17 44 Fax#: 404-654-1711 58-2204274 Augusta Judicial Circuit, Superior Court/Adult Felony Drug Court Program Augusta Richmond County, Superior Court 735 James Brown Blvd., Suite 2200 GA 30901Augusta USA (706) 823-4424 (706) 849-3739 eashley@augustaga.gov - Program Coordinator or sbrooks@augustaga.gov - Court Administrator DESIGNATION OF GRANT OFFICIALS LEGAL NAME OF AGENCY: PROJECT TITLE: GRANT NUMBER: 0 Mr. 0 Ms. PROJECT DIRECTOR NAME (Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address 0 Mr. D Ms. FINANCIAL OFFICER (Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address 0 Mr. 0 Ms. AUTHORIZED OFFICIAL {Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address Augusta Judicial Circuit, Superior Court Adult Felony Drug Court Program J19-8-004 Elaina M. Ashley X Program Coordinator, Augusta Judicial Circuit Adult Felony Drug Court Program 735 James Brown Blvd., Suite 2200 Augusta 30901 (706) 823-4424 (706) 849-3739 eashley@augustaga.gov X Shaun Brooks Augusta Judicial Circuit Court Administrator 735 James Brown Blvd., Suite 2200 Augusta 30901 (706) 821-2387 (706) 849-3739 sbrooks@augustaga.gov X Hardie Davis, Jr. Mayor, City of Augusta 535 Telfair St., Suite 200 Augusta 30901 (706) 821-1831 (706) 821-1835 mayordavis@augustaga.gov CRIMINAL JUSTICE COORDINATING COUNCIL REIMBURSEMENT SELECTION FORM SUBGRANT NUMBER: AGENCY NAME: 1. SELECT A SCHEDULE FOR SUBMITTING REIMBURSEMENTS (CHECK ONE BOX) 0 MONTHLY (Requests for reimbursement are due 15 days after the end of the month) o QUARTERLY (Requests for reimbursement are due 30 days after the end of the quarter) 2. SELECT A PROCESS FOR RECEIVING REIMBURSEMENT PAYMENTS (CHECK ONE BOX) 0 ELECTRONIC FUNDS TRANSFER (Reimbursements will be deposited into the bank account listed below. A voided check must be attached to ensure proper routing of funds.) BANKNAME: ------------------------------------------------------- BANK ROUTING NUMBER: BANKACCOUNTNUMBER: ____________________________________________ __ AGENCYCONTACTNAME: ---------------------------------------------- AGENCY CONTACT TELEPHONE NUMBER: AGENCY AUTHORIZED OFFICIAL NAME AND TITLE: ------------------------------------------- AGENCY AUTHORIZED OFFICIAL SIGNATURE: o CHECK (Reimbursements will be mailed in the form of a check to the address listed below) MAILING ADDRESS: ------------------------------------------------- CITY, STATE & ZIP: --------------------------------------------------- ATTENTION: AGENCY AUTHORIZED OFFICIAL SIGNATURE: CJCC Auditor: Phone Number: Grant Award Number: GBI Entry Initial/Date: For CJCC Use ONLY J19-8-004 Augusta Judicial Circuit, Superior Court (Augusta Richmond County) X X 735 James Brown Blvd., Suite 2200 Augusta, GA 30901 Elaina M. Ashley, Program Coordinator Commission Meeting Agenda 8/7/2018 2:00 PM Motion to accept State Grant Award for the Adult Felony Mental Health Court Grant, Superior Court Department:Adult Felony Mental Health Court Program, Superior Court Department:Adult Felony Mental Health Court Program, Superior Court Caption:Motion to accept the State Grant Award for the Adult Felony Mental Health Court Program, Superior Court.(Approved by Public Safety Committee July 31, 2018) Background:The State FY2019 grant award of $143,592 is intended to provide enhancement services to the Augusta Judicial Circuit Adult Felony Mental Health Court Program, presided over by Judge James G. Blanchard. The program is designed to address underlying conditions to include mental health issues and drug/alcohol abuse, previous trauma, and uniting families. The Adult Felony Mental Health Court Program creates a model of enhanced supervision based on individual accountability and treatment, coupled with a multifaceted team approach designed to protect the interests of the public, while at the same time addressing the underlying, specific substance abuse issues. The program provides a structure specific to drug addicts who demonstrate behaviors that could be effectively monitored through extensive, individualized counseling and medication therapy geared toward addressing their underling circumstances. The structured court program approach addresses unwanted behaviors using behavioral modification therapy techniques to include regular drug screening, curfews, residential treatment, regularly scheduled court appearances, and potential sanctions. Participants who enter the Adult Felony Mental Health Court Program are non-violent offenders who are facing felony charges related to underlying substance abuse offenses. Participants enter the program with specific goals to achieve and upon reaching the set goals, progress through the various phases specifically designed to teach life skills that will benefit the participant well past graduation from the program. Analysis:Cover Memo Financial Impact:Grant total federal funds in the amount of $129,233 w/a matching fund $14,359 for a total of $143,592 total grant funds to run from 07/01/2018 – 06/30/2019. Match is provided from two sources: 1) Org Key/Obj Code 205000000/3511410, which consists of monies collected from adult felony program participant Fees; and 2) A portion of our Accountability Courts Coordinator's salary will also be applied toward the match requirement. Alternatives: Recommendation:Approve Funds are Available in the Following Accounts: Matching funds will come from 205000000/3511410 (participant fees) and percentage of Accountability Courts Coordinator's salary. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo AUGUSTA, GEORGIA New Grant Proposal/Application Before a Department/agencv may apply for the grantiaward on behalf of Augusta Richmond County, they must first obtain approval signature from the Administrator and the Finance Director. The Administrator will obtain information on the grant program and requirements from the funding agency and review these for feasibility to determine if this grant/award will benefit Augusta Richmond County. The Finance Director will review the funding requirement to determine if the grant will fit within our budget structure and financial goals. Proposal Project No. Project Title PR000164 SUPERIOR AJC Adult Felony Mental Health Court Requested grant offcred by the Criminal Justice Coordinating Council for the Continuation for FY'19 of an Adult Felony Mental Health Court Program. Cash Match Required: l07o compensated by coordinator salary(€larvtc' Ashhy; EEO required (YiTrl): No EEO Department Notified: No Start Date: 0710112018 Submit Date: 0312712018 Total Budgeted Amount: 299,352.72 Sponsor: GM0012 Sponsor Type: 5 Purpose: J Name End Date: 0613012019 Department: 027 Total Funding Agency: Criminal Justice Coord Co State Drug Courts Contacts Superior Court Cash Match? Y 269,49.12 Total Cash Match: 29,935.00 Flow Thru ID: PhoneT)'pe ID I currooz Ashley, Elaina (706)823-4424 Type FA JE. g,avcrt*PP Approvals Date )l>76o19 Dept. Signature: Grant Coordinato( l.) I have reviewed the Grant application and enclosed materials and: vFind the grant/award to be feasible to the needs of Augusta Richmond County o Deny the request L? -"f,& 7P Date necema Admi'ri*aort O{0o uAn 2 g 2018 Augusta, GAl.) ylave reviewcd the Grant application and enclosed materials and: y' epprove the Department Agcncy to move forward with the application ny the request lstrator *1iltt Date form will also be to provide the erternal auditors rvith inl'ormation on all grants for compliance and certification requirements as required by the State and Federal Government. Finance Director User: EA16908 - Elaina Ashley Page Report: GM1000_PROPOSAL - GMl000: Grants Management: I Current Date: 03r'27,201 8 Current Time: l7:39:54 Nathan Deal GOVERNOR Honorable James G. Blanchard STATE OF GEORGIA OFFICE OF THE GOVERNOR ATLANTA 30334-0900 May 16, 2018 Augusta Judicial Circuit Mental Health Court 735 James Brown Boulevard, Suite 2200 Augusta, Georgia 30901 Dear Judge Blanchard: Congratulations! I am pleased to notify you that the Council of Accountability Court Judges Funding Committee has awarded a grant to your court, effective July 1, 201 through June 30, 2019. As you know, expanding and strengthening accountability courts in Georgia is not only one of my top initiatives as Governor, but also a very strong personal interest. I have seen firsthand the success stories that come out of courtrooms like yours. In most circumstances, programs made available through your accountability court are an individual's last chance to reclaim their lives and remain crime free. By providing you with the resources you need and expanding these services throughout the state, we can improve public safety and change lives in the process. You will receive information from the Council of Accountability Court Judges Funding Committee and the Criminal Justice Coordinating Council regarding your award and other grant- related matters. Thank you for your service to the State of Georgia. Sincerely, Nathan Deal REFERENCE N0.:.-=0=1------------ OFFICE OF THE GOVERNOR CRIMINAL JUSTICE COORDINATING COUNCIL SUBGRANT AWARD SUBGRANTEE : Richmond County IMPLEMENTING AGENCY: Augusta/Richmond County PROJECT NAME : Mental Health Court SUBGRANT NUMBER: J19-8 -055 FEDERAL FUNDS : $ MATCHING FUNDS : $ 129,233 14 ,359 TOTAL FUNDS : $ 143,592 GRANT PERIOD: 07/01/18-06/30/19 This award is made under the Council of Accountability Courts Judges State of Georgia grant program . The purpose of t he Accountability Court Grants program is to make grants to local court s and judicial circuits to establish specialty courts or dockets to address offenders arrested for drug charges or mental health issues . This grant program is subject to the administrative rules established by the Criminal Justice Coordinating Council . This Subgrant shall become effective on the beginning date of the grant period, provided that a properly executed original of this "Subgrant Award" is returned to the Criminal Justice Coordinating Council by June 30, 2018. AGENCY APPROVAL SUBGRANTEE APPROVAL Signature of Authorized Official Date Date Executed: 07/01/18 Typed Name & Title of Authorized Official 58-2204274-004 Employer Tax Identification Number (EIN) ************************************************************************************** INTERNAL USE ON LY TRANS CD REFERENCE ORDER EFF DATE TYPE PAY DATE INVOICE CONTRACT # 102 01 1 07/01/18 9 ** J19-8-055 OVERRIDE ORGAN CLASS PROJECT VENDOR CODE 2 46 4 01 ITEM CODE DESCRIPTION 25 CHARACTERS EXPENSE ACCT AMOUNT 1 Mental Health Court 624 .41 $ 129,233 Hardie Davis, Jr. - Mayor - City of Augusta SUBGRANTEE : PROJECT NAME : SUBGRANT NUMBER : SUBGRANT AWARD : CRIMINAL JUSTICE COORDINATING COUNCIL SPECIAL CONDITIONS Richmond County Mental Health Court J19-8 -055 $129,233 1. Subgrantees in receipt of grant funds to support internally provided evidence-based training(s) must comply with the following: notify the CACJ of projected training session dates ; enter into agreements with qualified evidence-based faci litators; submit an Evidence-Based Training MOO for each attendee to the CACJ prior to the start of training session; submit an implementation timeline for t he evidence-based treatment to the CACJ; and provi de the CACJ with documentati on of each attendee who achi eved certification (upon the completion of the training session) . Subgrantees shall only use funds to train d i rect accountabi l i ty court ser vice providers . CACJ will work with subgrantee to ensure that conditions have been me t prior to t he training(s) taking place. Initials 2. All project costs not exclusivel y related to activities of the funded accountability court must be approved with a Subgrant Adjustment Request, and only the costs of approved project-related activities will be reimbursable under the Subgrant Award. Initials 3 . The subgrantee must submit Subgrant Adjustment Request #1 with the completed award package. The adjustment request must be accompanied by a detailed project budget that itemizes all projected expenditures as approved by t he Council of Accountability Court Judges (CACJ) Funding Committee. The project budge t and summary will not be established, or officially approved, until the subgrantee receives a wr itten approval notice f r om the Criminal Justice Coordinating Council. All project costs and project activities must coincide wi th the approved budget, summary, and implementation plan unless subsequent revisions are approved by the Criminal Justice Coordinating Council. Initials 4 . The subgrantee must submit subsequent Subgrant Adjustment Requests to revise the budget, project summary, and implementation plan prior to any substantial changes, but no later than 30 days prior to the end of the subgrant period. Initials 5 . The subgrantee agrees that no funds shall be expensed outside of the approved budget . In addition, any funds spent under this subgrant award must be expended by the grant end date and not encumbered. Initials SUBGRANT NUMBER : Jl~-8-055 SPECIAL CONDITIONS (Page 2) 6. The subgrantee agrees that at least 25% of the awarded funds will be spent in the first quarter, 50% in the second quarter and 75% in the third quarter. If this condition is not met , any unused remaining funds from that quarter will be retained by the Council to be managed by the Council to be managed by the CACJ Funding Committee . Initials 7. Waivers for the above 25% expenditure requirement may be granted at the committee 's discretion for the 1st and 2nd quarters only. If a waiver is granted, the funds held over to the next quarter must be spent in the next quarter . Initials 8. This is a reimbursement grant. Requests for reimbursement must be made on a quarterly basis. Subgrant Expenditure Reports are due 15 days after the end of the quarter. Initials 9. The subgrantee certifies that state funds will not be used to supplant funds that would otherwise be made available for grant-funded initiatives. State funds must be used to supplement existing funds for program activities and not replace funds appropriated for the same purpose. Potential supplanting will be the subject of application review, as well as pre-award review, post-award monitoring, and audit. If there is a potential presence of supplanting, the subgrantee will be required to document that the reduction in non-state resources occurred for reasons other than the receipt or anticipated receipt of state funds. Initials 10 . Statistical and/or evaluation data describing project performance must be submitted to the Council to b e managed by the CACJ Funding Committee on a quarterly basis using the prescribed format provided to the Subgrantee. Failure to submit this data on a timely basis will result in the withholding of grant funds on this subgrant and/or any other subgrant administered by CJCC until compliance is achieved. If reports are not received, funds for subsequent quarters may be rescinded . Initials 11 . The subgrantee certifies that 1) title to all equipment and/or supplies purchased with funds under this subgrant shall vest in the agency that purchased the property; 2) equipment and/or supplies will be maintained in accordance with established local or state procedures as long as the equipment and/or supplies are used for program-related purposes; and 3) once the project concludes and/or equipment is no longer utilized for its grant-funded purpose, the Criminal Justice Coordinating Council and Council of Accountability Court Judges will be informed of the available equipment and determine its future use to assure it is utilized in f urtherance of the goals and objectives of the grant program and the State of Georgia. Initials 12 . If your court uses a Community Service Board (CSB) for treatment AND your court has received funds for treatment -these funds have been awarded provisionally. Prior to use, you must meet with the CSB to determine the $UBGRANT NUMBER: J19-8-055 SPECIAL CONDITIONS (Page 3) reason treatment is not provided as a part of the CSB's normal services . If the CSB is the best or only option for treatment for your court, you must provide the funding committee a written report explaining this . This report shall explain whether the CSB will be providing treatment for your court at their normal rate and whether or not they will only include your participants i n the treatment groups . The committee will evaluate each report and will notify your court if it is acceptable to use grant funds towards treatment from the CSB. Initials 13. All drug, veteran, mental health, family, and DUI courts must use a validated assessment tool approved by the Council of Accountability Court Judges . All courts are required to use an evidence-based treatment modality. Initials 14. Subgrantees must comply with the training requirements as determined by the Council of Accountability Court Judges. All Evidence-based training attendees will be required to sign and submit the Evidence-Based Training MOU upon registering for CACJ supported training session s . All attendees that achieve evidence-based certification are subject to fidelity monitoring. Initials 15 . Non-compliance with any of the special conditions contained within this document, by the authorized official, project offici als and/or employees o f this grant, will result in a recommendation to the CACJ Funding Committee that the award be rescinded. Initials 16. Subgrantees must follow all accountability court standards as approved by the Council of Accountability Court Judges . Initials Please be advised that failure to comply with any of t he Special Condi tions will result in material noncompliance with the Subgrant Agreement, thus subjecti ng the Subgrant Agreement to possible termination by the Criminal Justice Coordinating Council . Typed name of Authorized Official: Signature Title Date Hardie Davis, Jr.Mayor - City of Augusta FY'19 Budget Detail Worksheet Court Name Augusta Mental Health Court BudgetVVorksheetCategory Lme Item Approvals Lrne Item Totals Personnel Program case manager 19,760.00 $25,531.00 program case manager benefits 5,771.00 Contract Services LEO Surveillance 10,000.00 $68,760.00 LEO Surveillance 10,000.00 LEO Surveillance 0.00 Counselor non CSB 20,000.00 Counselor non CSB 20,000.00 Lab technician 8,760.00 Drug Testing Supplies Consummables 0.00 $31,750.00 confirmation tests 600.00 Reagents 31,150.00 Other Costs 0.00 $0.00 0.00 Equipment $0.00 Training and T ravel state conference 3,192.00 $3,192.00 Transportation $0.00 Total Budget Request Award: $129,233.00 Match: $14,359.22 CACJ Funding Committee Notes: VENDOR MANAGEMENT FORM (TeamWorks) The initiating Agency will submit this form to the Vendor Management Group for verification and approval. Agency must complete section 5 of the form to obtain approval. SECTION 1-VENDOR IDENTIFICATION (COMPLETE All APPLICABLE FIELDS) VENDOR NUMBER:-------------FEI/SSN/EMP ID NUMBER: ___________ _ VENDOR NAME:-------------------------------------- PAYMENT ALT NAME: (IF CHECK IS TO BE PAYABLE IN A DIFFERENT NAME)------------------- ADDRESS: _______________________________________ ___ CITY: -------------STATE: _______ ZIP CODE:-------COUNTRY: _____ _ PHONENUMBER: ________________ FAXNUMBER: _________________ _ CONTACT EMAIL:------------------------------------- PYMT REMITEMAIL. __________________________ LOC# __________ _ PYMTREMITEMAIL. ___________________________ ,LOC# _________ _ SECTION 2-BANK ACCOUNT INFORMATION (ATTACH COPY OF VOIDED CHECK) ROUTING# ________________________ __ BANK ACCOUNT# __________________________ _ D Check here if General Bank Account ca n be used by ALL State of Georgia agencies making pay ments D Check here if this account can only be used for a SPECIFIC purpose _________________________________ _ (Indicate specific purpose for which this account can be used) 1 authorize the State of Georgia to deposit payment for goods or services received into the provided bank account by the Automated Clearing House (ACH). I further acknowledge that this agreement is to remain in full effect until such time as changes to the bank account information are submitted in writing by the vendor or individual named above. I understand it is the sole responsibility of the vendor or individual to notify the State of Georgia of any changes to the bank account information. (Vendor Printed Name) (Vendor Signature) (Date) SECTION 3-SPECIFY TYPE OF ACTION (CHECK ALl THAT APPlY) 0 New Vendor 0 E-Payable 0 1099 Code. _______ _ 0 Classification Change 0 Add address 0 FEI/TIN Change•• 0 Name Change** 0 Change of Address: Address # 0 Other (provide details in Section 4) 0 Bank Account Add 0 Bank Account Change 0 Bank Account Delete Documentation for Vendor Name/TIN changes must include at :east one of the follovting: IRS 'c ~um·'ntat·'ln !tax dc•:umer ts, FEI 1~,uan< • "'.ter, <:tc); Corllir·n~tion from )ecrer try of ~tate'> effie~ (Jf ···;<.! n~me d .Jr ~ • OR , ''~··,;; somp:.,te I N-9 form pro· 1ded ~lV he 1er.dor. SIC CODES (CHECK All THAT APPLY) 0 Small Business 0 Women Owned 0 GA Based Business 0 Minority Business Certified SECTION 4-ADDITIONAl COMMENTS 0 Minority Business Enterprise 0 Hispanic-latina 0 African American 0 Native American 0 Asian American 0 Pacific Islander SECTION 5-STATE OF GEORGIA AGENCY CONTACT INFORMATION {OFFICE USE ONLY) By my signature, 1 certify that all reasonable effort has been made to submit information that is accurate, true, and is associated with the vendor name and Tax ID listed above. Requestor Name: BEVERLY FORTE Signature: Beverly Forte Email: BEVERL Y.FORTE@CJCC.GA.GOV Store Accounting Office of Georgia Revised 06/12/1017 Agency BU#: 47100 Date: Dig~ally signed by Beverly Forte --------- Date: 2017.07.28 15:26:46 -04'00' Phone: 404-654-17 44 Fax #: 404-654-1711 58-2204274 Augusta Judicial Circuit, Superior Court/Adult Felony Mental Health Court Program Augusta Richmond County, Superior Court 735 James Brown Blvd., Suite 2200 Augusta GA 30901 USA (706) 823-4424 (706) 849-3739 eashley@augustaga.gov DESIGNATION OF GRANT OFFICIALS LEGAL NAME OF AGENCY: PROJECT TITLE: GRANT NUMBER: 0 Mr. 0 Ms. PROJECT DIRECTOR NAME (Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address 0 Mr. D Ms. FINANCIAL OFFICER (Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address 0 Mr. 0 Ms. AUTHORIZED OFFICIAL {Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address Augusta Judicial Circuit, Superior Court Adult Felony Mental Health Court Program J19-8-055 Elaina M. Ashley X Program Coordinator, Augusta Judicial Circuit Adult Felony Mental Health Court Program 735 James Brown Blvd., Suite 2200 Augusta 30901 (706) 823-4424 (706) 849-3739 eashley@augustaga.gov X Shaun Brooks Augusta Judicial Circuit Court Administrator 735 James Brown Blvd., Suite 2200 Augusta 30901 (706) 821-2387 (706) 849-3739 sbrooks@augustaga.gov X Hardie Davis, Jr. Mayor, City of Augusta 535 Telfair St., Suite 200 Augusta 30901 (706) 821-1831 (706) 821-1835 mayordavis@augustaga.gov CRIMINAL JUSTICE COORDINATING COUNCIL REIMBURSEMENT SELECTION FORM SUBGRANT NUMBER: AGENCY NAME: 1. SELECT A SCHEDULE FOR SUBMITTING REIMBURSEMENTS (CHECK ONE BOX) 0 MONTHLY (Requests for reimbursement are due 15 days after the end of the month) o QUARTERLY (Requests for reimbursement are due 30 days after the end of the quarter) 2. SELECT A PROCESS FOR RECEIVING REIMBURSEMENT PAYMENTS (CHECK ONE BOX) 0 ELECTRONIC FUNDS TRANSFER (Reimbursements will be deposited into the bank account listed below. A voided check must be attached to ensure proper routing of funds.) BANKNAME: ------------------------------------------------------- BANK ROUTING NUMBER: BANKACCOUNTNUMBER: ____________________________________________ __ AGENCYCONTACTNAME: ---------------------------------------------- AGENCY CONTACT TELEPHONE NUMBER: AGENCY AUTHORIZED OFFICIAL NAME AND TITLE: ------------------------------------------- AGENCY AUTHORIZED OFFICIAL SIGNATURE: o CHECK (Reimbursements will be mailed in the form of a check to the address listed below) MAILING ADDRESS: ------------------------------------------------- CITY, STATE & ZIP: --------------------------------------------------- ATTENTION: AGENCY AUTHORIZED OFFICIAL SIGNATURE: CJCC Auditor: Phone Number: Grant Award Number: GBI Entry Initial/Date: For CJCC Use ONLY J19-8-055 Augusta Judicial Circuit, Superior Court (Augusta Richmond County) X X 735 James Brown Blvd., Suite 2200 Augusta, GA 30901 Elaina M. Ashley, Program Coordinator Commission Meeting Agenda 8/7/2018 2:00 PM Motion to accept State Grant Award for the Adult Felony Veterans Treatment Court Grant, Superior Court Department:Adult Felony Veterans Treatment Court Program, Superior Court Department:Adult Felony Veterans Treatment Court Program, Superior Court Caption:Motion to accept the State Grant Award for the Adult Felony Veterans Treatment Court Program, Superior Court.(Approved by Public Safety Committee July 31, 2018) Background:The State FY2019 grant award of $132,712 is intended to provide enhancement services to the Augusta Judicial Circuit Adult Felony Veterans Treatment Court Program, presided over by Judge James G. Blanchard. The program is designed to address underlying conditions to include Veterans Treatment issues and drug/alcohol abuse, previous trauma, and uniting families. The Adult Felony Veterans Treatment Court Program creates a model of enhanced supervision based on individual accountability and treatment, coupled with a multifaceted team approach designed to protect the interests of the public, while at the same time addressing the underlying, specific substance abuse issues. The program provides a structure specific to drug addicts who demonstrate behaviors that could be effectively monitored through extensive, individualized counseling and medication therapy geared toward addressing their underling circumstances. The structured court program approach addresses unwanted behaviors using behavioral modification therapy techniques to include regular drug screening, curfews, residential treatment, regularly scheduled court appearances, and potential sanctions. Participants who enter the Adult Felony Veterans Treatment Court Program are non-violent offenders who are facing felony charges related to underlying substance abuse offenses. Participants enter the program with specific goals to achieve and upon reaching the set goals, progress through the various phases specifically designed to teach life skills that will benefit the participant well past graduation from the program. Cover Memo Analysis: Financial Impact:Grant total federal funds in the amount of $119,441 w/a matching fund $13,271 for a total of $132,712 total grant funds to run from 07/01/2018 – 06/30/2019. Match is provided from two sources: 1) Org Key/Obj Code 205000000/3511410, which consists of monies collected from adult felony program participant Fees; and 2) A portion of our Accountability Courts Coordinator's salary will also be applied toward the match requirement. Alternatives: Recommendation:Approve Funds are Available in the Following Accounts: Matching funds will come from 205000000/3511410 (participant fees) and percentage of Accountability Courts Coordinator's salary. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo AUGUSTA, GEORGIA New Grant Proposal/Application Before a Department/agency may apply for the grant/award on behalf of Augusta Richmond County, they must first obtain approval signature from the Administrator and the Finance Director. The Administrator will obtain information on the grant program and requirements from the funding agency and review these for feasibility to determine if this grant/award will benefit Augusta Richmond County. The Finance Director will review the funding requirement to determine if the grant will fit within our budget structure and financial goals. Proposal Project No. Project Title PR000165 SUPERIOR AJC Adult Felony Veterans Court Program Requested grant offered by the Criminal Justice Coordinating Council for the Continuation fbr FY'19 of an Adult Felony Veterans Court Program. Cash Match Required: l0%o compensated by coor{inator salary, 7<elatn",' Ashk 4lEEO required (Y,AI): No EEO Department Notified: No Start Date: 0710112018 End Date: 0613012019 Submit Date: 0312712018 Department: 027 Total Budgeted Amount: 313,806.60 Total Funding Agency: Superior Court Cash Match? Y 256,750.60 Total Cash Match: 57,056.00 Flow Thru ID: Phone Sponsor: GM00l2 Sponsor Type: g Purpose: J Name Criminal Justice Coord Co State Drug Courts Contacts Typ" ID I cutooz Ashley, Elaina (706)823-4424 Type rA Jy_ J BLA^THARD Approvals Date*boa Dept. Signature: Grant Coordinator l.) I have reviewed the Grant application and enclosed materials and: ,.{i:Athe grant/award to be feasible to the needs of Augusta Richmond County o Deny thc request . 9nyt r., .tF-, /. d jl C t i n--: Financc Dircctor 2.) lave reviewed the Grant application and enclosed materials and: y'Approve the Department Agency to move forward with the application ,.?--1&f Date Received Adminisrab/s Ofice ilAR 2 0 t0t0 Arguda,CrA ThYs form rvill also be provide the external auditors with information on all grants for compliance and certification requirements as required by the State and Federal Government. user: EA16908 - Elaina Ashley Page Report: GMl0O0_PROPOSAL - GMl000: Grants Management: I Current Date: 011271201 tl Current Time: l4:33:02 the request Hardie Davis, Jr. - Mayor, City of Augusta Hardie Davis, Jr.Mayor - City of Augusta 58-2204274 Augusta Judicial Circuit, Superior Court/Adult Felony Veteran's Treatement Court 735 James Brown Blvd., Suite 2200 Augusta GA 30901 USA (706) 824-4424 (706) 849-3739 eashley@augustaga.gov DESIGNATION OF GRANT OFFICIALS LEGAL NAME OF AGENCY: PROJECT TITLE: GRANT NUMBER: 0 Mr. 0 Ms. PROJECT DIRECTOR NAME (Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address 0 Mr. D Ms. FINANCIAL OFFICER (Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address 0 Mr. 0 Ms. AUTHORIZED OFFICIAL {Type or Print) Title and Agency Official Agency Mailing Address City Zip Daytime Telephone Number Fax Number E-Mail Address Augusta Judicial Circuit, Superior Court Adult Felony Veteran's Treatment Court Program J19-8-084 Elaina M. Ashley X Program Coordinator, Augusta Judicial Circuit Adult Felony Veteran's Treatment Court Program 735 James Brown Blvd., Suite 2200 Augusta 30901 (706) 823-4424 (706) 849-3739 eashley@augustaga.gov X Shaun Brooks Augusta Judicial Circuit Court Administrator 735 James Brown Blvd., Suite 2200 Augusta 30901 (706) 821-2387 (706) 849-3739 sbrooks@augustaga.gov X Hardie Davis, Jr. Mayor, City of Augusta 535 Telfair St., Suite 200 Augusta 30901 (706) 821-1831 (706) 821-1835 mayordavis@augustaga.gov CRIMINAL JUSTICE COORDINATING COUNCIL REIMBURSEMENT SELECTION FORM SUBGRANT NUMBER: AGENCY NAME: 1. SELECT A SCHEDULE FOR SUBMITTING REIMBURSEMENTS (CHECK ONE BOX) 0 MONTHLY (Requests for reimbursement are due 15 days after the end of the month) o QUARTERLY (Requests for reimbursement are due 30 days after the end of the quarter) 2. SELECT A PROCESS FOR RECEIVING REIMBURSEMENT PAYMENTS (CHECK ONE BOX) 0 ELECTRONIC FUNDS TRANSFER (Reimbursements will be deposited into the bank account listed below. A voided check must be attached to ensure proper routing of funds.) BANKNAME: ------------------------------------------------------- BANK ROUTING NUMBER: BANKACCOUNTNUMBER: ____________________________________________ __ AGENCYCONTACTNAME: ---------------------------------------------- AGENCY CONTACT TELEPHONE NUMBER: AGENCY AUTHORIZED OFFICIAL NAME AND TITLE: ------------------------------------------- AGENCY AUTHORIZED OFFICIAL SIGNATURE: o CHECK (Reimbursements will be mailed in the form of a check to the address listed below) MAILING ADDRESS: ------------------------------------------------- CITY, STATE & ZIP: --------------------------------------------------- ATTENTION: AGENCY AUTHORIZED OFFICIAL SIGNATURE: CJCC Auditor: Phone Number: Grant Award Number: GBI Entry Initial/Date: For CJCC Use ONLY J19-8-084 Augusta Judicial Circuit, Superior Court (Augusta Richmond County) X X 735 James Brown Blvd., Suite 2200 Augusta, GA 30901 Elaina M. Ashley, Program Coordinator Commission Meeting Agenda 8/7/2018 2:00 PM 2019 Budget Review Department: Department: Caption:Motion to approve adding the Finance Committee's Chair and Vice Chair to the 2019 Budget review meetings with the dept heads and the administrators office (Sept. 3-14) and other members filling in- in their absence. (Approved by Finance Committee July 31, 2018) 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, Commissioner Sean Frantom Monday, )uly 23,2018 12:52 PM Lena Bonner Janice Allen Jackson; Donna Williams Finance Committee Agenda Item Next Week Please add the following agenda item to the Finance Committee- -Discuss adding the Finance Committee to the 2019 Budget review meetings with the dept heads and the administrators office (Sept. 3-14) -Get an update on the two items below - 1. Balance of Contingency Fund o List of all expenditures from the Contingency Fund for 2018 to inctude recipient department2. Balance of Capital Contingency Fund o List of all expenditures from Capital Contingency Fund for 2018 to include recipient department Thank you, Sean Frantom Commissioner District 7 (706)s64-1663 sfra ntom @a ugustaga. gov Please consider the environment before printing this email. .**-* This e'nrail contaitrs confidential in{ormation and is intended only for the individual nanred. lf you are not the nan-red addressee, you should not disseniinate,distribute or copy this e-nrail. Please notify the sender immediately by e-mail if you have received this e-mail by mistake and delite this e-mail from your system.The Cily of Augusta accepts no ljability for the content of this e-mail or for the consequences of any actions takerr on the basis of the infornration provided, unlessthat infomation is subsequently confirmed in writing. Any views or opinions presenteci in this e-mail are solely those of the author and do not necessarily representthoseoftheCityofAugusta E-mail transmissionscannotbeguaranleecttoLesecureorerror-freeasinfonniiioncouldbeintercepted,corrupted, lost,desiroyed,arrive late or incolnplete' or contain viruses. The sender therefore does not accept liability for any errors or omissions in the conlent of this message lvhich ariie asa result of the e-mail transmission. lf verification is required, please request a haici copy version.-AED:104. 1 Commission Meeting Agenda 8/7/2018 2:00 PM Record Restriction Program Department:Administrator Department:Administrator Caption:Motion to approve $17,000 funding from contingency for the Record Restriction Program. (Approved by Finance Committee August 1, 2018) Background:See the program description and budget attached. Analysis: Financial Impact: Alternatives: Recommendation:Approve $17,000 contingency funding request. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Do you have an arrest record that did NOT result in a conviction or Convicted as a Youthful Offender? TAKE ADVANTAGE OF THIS FREE SECOND CHANCE OPPORTUNITY RICHMOND COUNTY RECORD RESTRICTION SUMMIT SATURDAY, OCTOBER 20TH, 2018 10AM - 4pm GOOD SHEPHERD BAPTIST CHURCH 1714 OLIVE ROAD AUGUSTA, GA ONLINE PRE-SCREENING BEGINS JULY 9, 2018 Go to www.augustaga.gov for more information and link to application Felony or Misdemeanor arrests that did not result in a conviction MISDEMEANOR YOUTHFUL OFFENDER CONVICTIONS if all terms of probation were completed ARREST MUST HAVE OCCURRED IN RICHMOND COUNTY BRING A VALID DRIVER’S LICENSE OR STATE ID Augusta Richmond county partners: Georgia state senator Harold v. jones ii | Solicitor-General Omeeka P. Loggins | augusta Richmond county Sheriff Richard roundtree | Rev. Clarence Moore and Good Shepherd Baptist Church | hattie Sullivan Clerk of Court | circuit District attorney Natalie Paine |Circuit Public Defender Katherine Mason | Augusta Richmond County Marshal Ramone Lamkin | Augusta Richmond County Administrator Janice Allen Jackson | Mayor Hardie Davis | Augusta Richmond County Commission | Augusta Richmond County Legislative Delegation | State Court and Superior Court Judges | Chief Probation Officer Nikema Butts| Augusta Richmond county public library |Augusta Richmond county information technology DEPT. IF YOU HAVE QUESTIONS CONTACT: PHONE: 706 - 821-1084 or 706 - 312 - 5105 EMAIL: AUGUSTASUMMIT2018@AUGUSTAGA.GOV Purpose/Description Required Costs or Waivability Explanation Budget Outreach - Ground outreach flyer distribution Required $ 350.00 Color Flyers = 500 flyers Required $ 500.00 Database Cofiguration - Set-up online database configuration and monitoring Required $ 950.00 Information Technology - Internet security and network configuration for the building to support all the government agencies to ensure bandwith and speed. Required - passthrough costs charged by the IT company that is currently contract and manages all Internet security and networking for the building. $ 1,100.00 Logistics and Administraion - event management, crowd control, set- up, building recovery team, accounting/invoicing, and scheduling contracted services. Includes managing project plan, workflow and deadlines.Required $ 5,000.00 Meals - Breakfast, lunch, snacks, and beverage stations for volunteers and staff (Based on the employee and volunteer list of names). Required $ 1,500.00 Supplies - Paper, folders, ink cartridges, pens, etc.Required $ 650.00 Staff Resources - Part time staff, overtime for staff, contractors, etc.Required $ 4,000.00 Building Security Required pass-through costs $ 550.00 Building Custodians - based on extended hours and audience size Required pass-through costs $ 300.00 Informational Marketing Event Signage - interior and exterior floor signage, wall signage and banners. Required - New professional materials are required based on the event name and graphics. $ 450.00 Onsite Sound and Audio Visual Technician Required - pass-through costs $ 550.00 Event Rentals - Table rental, table cloth rental, to include delivery and retrieval for record restriction summit. Required $ 1,100.00 Good Shepherd Baptist Church - Facility Fee In-Kind Donation - Partnership $ - Total Budget and Record Restriction Summit $ 17,000.00 RICHMOND COUNTY RECORD RESTRICTION SUMMIT Commission Meeting Agenda 8/7/2018 2:00 PM 9th Street (James Brown Blvd.) Improvements Design Services for Reconstruction Department:Engineering Department:Engineering Caption:Motion to approve and award Preliminary and Final Engineering Design Consultant Services Agreement to Cranston Engineering Group, Inc. in the amount of $576,922.92 for the 9th Street (James Brown Blvd.) Improvements Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFP 18-171(Approved by Engineering Services July 31, 2018) Background:The 9th Street (James Brown Blvd.) Improvements is a project from the “Approved Investment List” of TIA that was approved by voters of the CSRA in July 31, 2012 referendum. The 9th Street is a Band 2 project. The project improvements consist of improving roadway capacity and safety by resurfacing, reconstructing the existing curb and gutter, replacing sidewalks and improving the storm water system. The project will improve pedestrian safety at intersections with new high visibility crosswalks and organize the existing parallel parking. Bicycle safety will be improved by providing pavement markings for share bicycle use within the corridor. New street trees will be provided, where possible, to enhance pedestrian use and improvement roadway aesthetics. In September 2015, commission approved award of the Augusta Downtown Concept development project to Cooper Carry. Cooper Carry task is completed and project is ready for engineering design phase. In February 2018, Request for Qualification was released for qualified firms to provide design services along the 9th street corridor per the Project Concept Report. Analysis:RFP’s were received on April 23, 2018 and were evaluated based on qualifications, project approach, and experience. The following firms submitted RFQs for evaluations: 1. Cranston Engineering Group, Inc. Cranston Engineering Group, Inc. was selected based on the evaluation procedures used for this project Cover Memo Financial Impact:Funds are available in the TIA project budget. Alternatives:1). Do not approve and find alternative to complete the project and meet TIA project completion schedule. Recommendation:Approve and award Preliminary and Final Engineering Design Consultant Services Agreement to Cranston Engineering Group, Inc. in the amount of $576,922.92 for the 9th Street (James Brown Blvd.) Improvements Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFP 18- 171. Funds are Available in the Following Accounts: Project TIA Funds 371-041110-T15041218-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB#371-041110-T15041218 James Brown Blvd Impvts (9th St) Project to award the Final Engineering Design Consultant to Cranston Engineering in the amount of $576,922.92 as requested by the AED. Funding to come from the Transportation Investment Act project account. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. TIA Phase -1 109,978$ TIA Phase -2 640,022$ 750,000$ 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 CPB#371-041110-T15041218 Augusta Downtown Concept Plan James Brown Boulevard Improvements 1.13.2012 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#371-041110-T15041218 Augusta Downtown Concept Plan James Brown Boulevard Improvements CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB ADDITION CPB TIA Funds ($109,978) ($640,022) ($750,000) TOTAL SOURCES: ($109,978) ($640,022) ($750,000) USE OF FUNDS ENGINEERING 371-041110-5212115-$109,978 $640,022 $750,000 TOTAL USES: $109,978 $640,022 $750,000 1.13.2012 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract:0 Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No:0 Cost Summary By Phase / Discipline / Firm Total Fee CRANSTON ISM CRANSTON JLA 787 Engineering, LLC - EPEI CRANSTON - TBD - Enter all disciplines provided by each firm >> Project Management QC/Utility Coordination Roadway Design Highway Lighting & Landscaping Construction Testing* Traffic Operations Environ- mental Survey Aerial Mapping Utilities Investigation (SUE) Geotech Totals 576,922.92$ 63,034.30$ 126,417.06$ 330,027.21$ 33,514.14$ -$ -$ 14,809.39$ 9,120.82$ -$ -$ -$ 1 Concept Development -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 2 Database Preparation 6,057.44$ 2,518.96$ -$ 3,538.48$ -$ -$ -$ -$ -$ -$ -$ -$ 3 Environmental Document 16,445.89$ 1,147.73$ -$ 488.77$ -$ -$ -$ 14,809.39$ -$ -$ -$ -$ 4 Preliminary Plans 316,810.02$ 30,717.49$ 68,798.40$ 201,070.01$ 16,224.12$ -$ -$ -$ -$ -$ -$ -$ 5 Right of Way Plans 22,198.65$ 3,177.21$ -$ 9,900.62$ -$ -$ -$ -$ 9,120.82$ -$ -$ -$ 6 Final Plans 215,410.92$ 25,472.91$ 57,618.66$ 115,029.33$ 17,290.02$ -$ -$ -$ -$ -$ -$ -$ 7 Construction Services -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 8 Special Studies -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 9 Public Involvement -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Prime Fixed Fee 35,716.45$ 5,713.98$ 30,002.47$ -$ Tab Name>> PM1 PM1 Rd1 Rd2 Br1 Trf1 Env1 Srv1 Map1 SUE1 OMT1 DBE (Yes or No)No Yes No No No No Yes No No No No DBE Participation 141,226.45$ -$ 126,417.06$ -$ -$ -$ -$ 14,809.39$ -$ -$ -$ -$ DBE %24.5%21.9%2.6% Contract DBE Goal %15.0% 0-Jan-1900 Phase Phase Description 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Cost Summary Page 1 of 2 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract:0 Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No:0 0-Jan-1900 CRANSTON ISM CRANSTON JLA 787 Engineering, LLC - EPEI CRANSTON - TBD - Project Management QC/Utility Coordination Roadway Design Highway Lighting & Landscaping Construction Testing* Traffic Operations Environ- mental Survey Aerial Mapping Utilities Investigation (SUE) Geotech Totals 10,048 527 588 8,285 358 - - 140 150 - - - 1 Concept Development - - - - - - - - - - - - 2 Database Preparation 101 26 - 75 - - - - - - - - 3 Environmental Document 162 11 - 11 - - - 140 - - - - 4 Preliminary Plans 5,805 250 320 5,061 174 - - - - - - - 5 Right of Way Plans 434 30 - 254 - - - - 150 - - - 6 Final Plans 3,546 210 268 2,884 184 - - - - - - - 7 Construction Services - - - - - - - - - - - - 8 Special Studies - - - - - - - - - - - - 9 Public Involvement - - - - - - - - - - - - By Phase / Firm Phase Phase Description Total Hours Hours Summary 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Cost Summary Page 2 of 2 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Total Hours Total Cost Total Other Direct Costs Fixed Fee @ Total Labor Cost Direct Labor Cost Indirect Costs (Overhead) @ FCCM @ Phase Description Assumptions / Notes 10% TOTALS ==> 8,285 330,027.21$ -$ 30,002.47$ 300,024.74$ 300,024.74$ -$ -$ 1 Concept Development -$ -$ -$ -$ -$ -$ -$ 2 Database Preparation 75 3,538.48$ -$ 321.68$ 3,216.80$ 3,216.80$ -$ -$ 3 Environmental Document 11 488.77$ -$ 44.43$ 444.34$ 444.34$ -$ -$ 4 Preliminary Plans 5,061 201,070.01$ -$ 18,279.09$ 182,790.92$ 182,790.92$ -$ -$ 5 Right of Way Plans 254 9,900.62$ -$ 900.06$ 9,000.56$ 9,000.56$ -$ -$ 6 Final Plans 2,884 115,029.33$ -$ 10,457.21$ 104,572.12$ 104,572.12$ -$ -$ 7 Construction Services -$ -$ -$ -$ -$ -$ -$ 8 Special Studies -$ -$ -$ -$ -$ -$ -$ 9 Public Involvement -$ -$ -$ -$ -$ -$ -$ Project Level Summary - Labor Staff Type / Project Hourly Rates / Hours Hourly Rates Include Composite Escalation Over Current Rates of: 2.0% Total Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator $59.92 $39.59 $36.72 $31.83 $19.76 TOTAL HOURS ==>8,285 247 1,930 3,132 2,900 76 TOTAL DIRECT LABOR COST==>300,025$ 14,800$ 76,409$ -$ 115,007$ 92,307$ 1,502$ -$ -$ -$ Project Level Summary - Other Direct Costs Express/Mail /Courier Lodging Meals Mileage Parking Reproduction /Printing Car Rental Vendor Service Right of Way TOTALS ==>-$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Cranston Engineering Roadway Design Other Direct Costs Total Other Direct Costs 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 1 of 8 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Cranston Engineering Roadway Design Staff Type / Project Hourly Rates / Hours Hourly Rates Include Composite Escalation Over Current Rates of: 2.0% Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator Phase Description $59.92 $39.59 $36.72 $31.83 $19.76 TOTALS ==>8,285 247 1,930 3,132 2,900 76 1 Concept Development 2 Database Preparation 75 15 40 20 3 Environmental Document 11 1 6 4 4 Preliminary Plans 5,061 129 1,180 1,972 1,720 60 5 Right of Way Plans 254 10 44 60 140 6 Final Plans 2,884 92 660 1,076 1,040 16 7 Construction Services 8 Special Studies 9 Public Involvement Express/Mail /Courier Lodging Meals Mileage Parking Reproduction /Printing Car Rental Vendor Service Right of Way Phase Description TOTALS ==>-$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 1 Concept Development -$ 2 Database Preparation -$ 3 Environmental Document -$ 4 Preliminary Plans -$ 5 Right of Way Plans -$ 6 Final Plans -$ 7 Construction Services -$ 8 Special Studies -$ 9 Public Involvement -$ Total Other Direct Costs Other Direct Costs 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 2 of 8 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Cranston Engineering Roadway Design Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 1 Concept Development Assumptions / Notes Discipline Management - Coordination Meetings Prepare / Contribute to Project Justification Statement Prepare Quality Assurance Plan Internal Quality Assurance Reviews External Peer Review Prepare Concept Property Database Compile/Enhance Concept Topographic Database Contribute to / Prepare Interchange Modification Report (IMR) Contribute to / Prepare Interchange Justification Report (IJR) Prepare Concept Layout # layouts/alternatives Revise Concept Profiles Revise Concept Typical Sections Revise Concept Cross Sections Revise Concept Construction Cost Estimate) Contribute to Concept Right of Way Cost Estimate Prepare Concept Report Validate Concept Report Prepare Capacity Analysis Reports Prepare Highway Safety Manual Analysis Complete Concept Pavement Design Prepare Design Data Book (design criteria) Validate/Revise Design Data Book (design criteria) Prepare PAR Layouts, Attend Meeting Prepare for, Attend, Document Initial Concept Team Meeting Prepare for, Attend Concept Team Meeting Dry Run Prepare for, Attend, Document Concept Team Meeting Provide Materials for Value Engineering Study Participate in Value Engineering Study Revise Concept Report per VE Study Recommendations 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 3 of 8 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Cranston Engineering Roadway Design Concept Hydrology Study for MS4 Permit / Infeasibility Reports Coordinate Logical Termini Meetings and Memorandum Complete Streets Warrants and Design Memo Assist / Coordinate Bridge Type Study Assist / Coordinate PES and PTS Reports Coordinate with USACOE (section 408)Task not typically required Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 2 Database Preparation Assumptions / Notes 75 15 40 20 Discipline Management - Coordination Meetings 2 meetings 27 3 12 12 Prepare for / Attend Pre-Survey Meeting Roadway QC of Survey Database 18 2 8 8 Coordinate submittal for 20% Check Review/Submit Databases 30 10 20 Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 3 Environmental Document Assumptions / Notes 11 1 6 4 Discipline Management - Coordination Meetings # meetings 9 1 4 4 Agency meetings # meetings Roadway QC of Environmental Document/Studies 2 2 Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 4 Preliminary Plans Assumptions / Notes 5,061 129 1,180 1,972 1,720 60 Discipline Management - Coordination Meetings 6 meetings 129 9 60 60 Information Gathering 92 4 48 40 Conduct Site Visits 2 visits for Concept 30 2 16 12 Validate/Revise Concept Layout 88 4 44 40 Conceptual Drainage Design 208 8 80 120 Revise Concept Construction Cost Estimate) 62 2 30 30 Coordinate with Adjacent Projects 20 20 Coordinate with Railroads 140 80 60 Coordinate with USACOE (section 408)Task not typically required Prepare RR Submittal 140 20 40 80 Coordinate with Utility Companies # companies 70 30 40 Prepare utility submittals # companies 60 20 40 Prepare Typical Sections 50 10 20 20 Prepare Pavement Designs 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 4 of 8 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Cranston Engineering Roadway Design Prepare Construction Layout/Stakeout Sheet 68 8 20 40 Prepare Corridor Location Map/Aerial Mosaic (New Location)60 20 40 Prepare Roadway Plans, Profiles, etc.580 80 200 300 Prepare Demolition Plans 180 20 60 100 Prepare Utility Relocation Plans 360 40 120 200 Prepare Signing and Marking Plans 140 20 40 80 Prepare Sign Inventory Log 130 10 40 80 Prepare Signal Plans 30 10 20 Prepare ATMS Plans Prepare Roadway Cross-Sections Prepare Preliminary Driveway Profiles Prepare Preliminary Drainage Design and Layout 300 80 120 100 Prepare Preliminary Drainage Profiles/Cross Sections 140 20 60 60 Prepare MS4 Analysis / Design including Feasibility analysis 120 40 80 Prepare Hydrological Studies 160 40 120 Prepare Special Grading Plans (Intersection / Roundabout Plans) Prepare intersection sight distance study 70 10 20 40 Prepare Noise Walls / Barriers Prepare Preliminary Staging Plans Prepare Preliminary Staging Cross Sections (critical cross sections only??) Prepare / Contribute to Landscaping Plans 50 10 20 20 Prepare Prelim. Erosion, Sed. & Pollution Control Plans 160 20 40 100 Prepare Drainage Area Map 40 20 20 Prepare Sediment Basin Design / Grading Prepare Preliminary Right of Way and Easements 170 10 60 100 Prepare Existing Utility Plans from Utility Co. Markups 200 40 60 100 Prepare Existing Utility Plans from SUE Database Prepare Retaining Wall Locations and Envelopes Prepare Revised Concept Report 50 10 20 20 Prepare Detour Report Prepare Draft Special Provisions Prepare Special Construction Details 120 20 40 60 Prepare Design Exception Report # of exceptions Prepare Design Variance Report Assume 1 variances 80 20 40 20 Prepare Prelim. Earthwork Qtys. by Stage Construction 120 40 80 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 5 of 8 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Cranston Engineering Roadway Design Prepare Detailed Construction Cost Estimate 70 10 20 40 Contribute to Updated R/W Cost Estimate Prepare for, Participate in Constructability Review 88 8 20 40 20 Prepare PFPR Plans for Submittal 118 8 20 30 60 Prepare for, Participate in PFPR 60 16 24 20 Address PFPR Comments 168 8 20 40 80 20 Update / Maintain Design Notebook 60 20 40 Internal Quality Assurance Reviews 80 40 40 External Peer Review Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 5 Right of Way Plans Assumptions / Notes 254 10 44 60 140 Discipline Management - Coordination Meetings # meetings 10 2 8 Prepare Location and Design Report Prepare Easement Plats 96 6 30 60 Easement Plat Review Revisions 60 10 10 40 Internal Quality Assurance Reviews 18 8 10 Preparing Staking and Deed Data Revisions during Acquisition 10% anticipated 70 10 20 40 Prepare displays for Propery Owners Meeting Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 6 Final Plans Assumptions / Notes 2,884 92 660 1,076 1,040 16 Discipline Management - Coordination Meetings 6 meetings - one per month during final design 84 12 24 48 Coordinate with Railroads 120 80 40 Prepare RR submittal 140 20 40 80 Coordinate with Utility Companies for Relocations 72 8 16 48 Coordinate with USACOE (section 408)Task not typically required Finalize Cover Sheet, Index, General Notes 40 10 10 20 Finalize Typical Sections 40 10 10 20 Finalize Roadway Plans, Profiles, etc.240 40 80 120 Finalize Signing and Marking Plans 70 10 20 40 Prepare TMP Report Finalize Signalization Plans 30 10 20 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 6 of 8 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Cranston Engineering Roadway Design Finalize Signal Interconnect Plans Finalize ATMS/ITS Plans and Details Finalize Drainage Design, Profiles 180 40 60 80 Finalize Driveway Profiles Prepare Detailed Plan Sheets Finalize Special Grading Plans Finalize MS4 Design 120 40 80 Finalize/Validate Pavement Design Finalize Erosion, Sed. & Pol. Ctrl. Plans for Staged Constr.380 60 120 200 Finalize Staging Plans and Details Finalize Staging Cross-Sections Finalize Retaining Wall Locations and Envelopes Finalize Utility Plans 300 60 120 120 Coordinate / Attend SUE Utility Impact Adjustment Meetings Prepare Special Construction Details 144 4 20 40 80 Prepare Special Design Box Culverts Prepare Updated Culvert Plans for USACE permitting Prepare Special Provisions Prepare / Contribute To Supplemental Specifications 58 8 20 30 Finalize Detailed Construction Quantities, Cost Estimate 44 4 10 30 Prepare / Submit “Lockdown” Plans for Permitting 31 or 38 Weeks Prior to Let, as Appropriate Prepare FFPR Plans for Submittal 70 10 20 40 Prepare for, Participate in FFPR 48 16 16 16 Address / Implement FFPR Comments 70 10 20 40 Prepare Corrected FFPR Plans 50 10 20 20 Revise Construction Plans per R/W Acquisition Revisions 64 8 16 40 Internal Quality Assurance Reviews 72 24 48 Address Final Corrected Plans comments/revisions 140 20 40 80 Finalize Noise Wall / Barrier Plans External Peer Review Prepare / Submit Final Plans 44 4 20 20 Revise Plans, Prepare Amendments During Bidding Process 68 8 20 40 Answer Design Inquiries during bidding prior to construction 64 4 20 40 Coordinate Specs w/ City 70 2 20 40 8 Issue Addendum to the Bid 1 Addendum included 34 2 8 20 4 Preconstruction Meetings 28 8 8 8 4 Review Bids and issue a recommendation To be completed by City 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 7 of 8 Georgia Department of Transportation COST PROPOSAL Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements PI No.:0011419/RC07-001218 County:Richmond Master Contract: Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration: Date:5-Jun-2018 Fixed Fee %:10%Task Order No: Discipline:Hours & Cost Estimate Cranston Engineering Roadway Design Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 7 Construction Services Assumptions / Notes Discipline Management - Coordination Meetings and Conversations Answer Design Questions during Construction Participate in Post-Construction Evaluation Revise Plans for Use-On Construction and/or Amendments Complete Final Earthwork Coordination Preconstruction / Construction Status Update Meetings Assist / Prepare 7-day inspection letter Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 8 Special Studies Assumptions / Notes Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 9 Public Involvement Assumptions / Notes Discipline Management - Coordination Meetings Assist with Public Involvement Plan Prepare for, Attend PIOH, Respond to Comments Prepare for, Attend PHOH, Respond to Comments Assist with Organizing a Citizen's Advisory Committee (CAC) Plan, Prepare for, Participate in CAC Meetings # meetings Plan, Prepare for, Conduct Local Government Meetings # meetings Meetings, Conversations with Individual Property Owners # meetings Prepare for, Attend, Document Key Stakeholder Meetings # meetings Prepare for, Attend, Document EJ Community Meetings # meetings Prepare for, Attend, Document Neighborhood Meetings # meetings Prepare for, Attend, Document Special Interest Group Meetings # meetings Prepare for, Attend Detour Meeting, Respond to Comments # meetings Prepare for, Participate in Charrette Prepare 3D Visualizations Prepare 3D Animations Assist / Manage Project Website # months 6/25/2018 2:56 PM 0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 8 of 8 Request for Proposal Request for Proposals (RFP) will be received at this office until Tuesday, March 27, 2018 @ 3:00 p.m. for furnishing: RFP Item #18-171 9th Street (James Brown Boulevard) Improvement Project for Augusta, Georgia – Engineering Department RFP 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 ARC. The fees for the plans and specifications which are non-refundable are $100.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Thursday, February 15, 2018. Proponents 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. Proponents are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Proposal Conference will be held on Tuesday, March 13, 2018 @10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, March 14, 2018 @ 5:00 P.M. No Proposal will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of sixty (60) days after RFPs have been opened, pending the execution of contract with the successful proponent. 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 RFP which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources placed 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 No RFP will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle February 15, 22, March 1, 8, 2018 Metro Courier February 15, 2018 Cc: Janice Allen Jackson Administrator Hameed Malik Engineering Department Revised: 2/2/2016 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 6 Copies Fee Proposal Compliance Review 6% Goal ATTN: MAUREEN O’BRIEN 1219 ASSEMBLY STREET COLUMBIA, SC 29201 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30901 YES 64684 YES YES YES YES YES YES RFP Opening RFP Item #18-171 9th Street (James Brown Boulevard) Improvement Project for Augusta, Georgia – Engineering Department RFP Due: Thursday, March 27, 2018 @ 3:00 p.m. Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 9 Total Electronic Notifications (Demandstar): 328 Total Number Specifications Mailed Out to Local Vendors: 17 Mandatory Pre Proposal Conference Attendees: 2 Total packages submitted: 1 Total Noncompliant: 0 Page 1 of 1 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30901 Ranking of 0-5 (Enter a number value between 0 and 5) Evaluation Criteria Ranking Points Scale 0 (Low) to 5 (High) 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 2. Qualifications & Experience (0-5)20 4.6 92.0 3. Organization & Approach (0-5)15 4.4 66.0 4. Scope of Services Ability to Provide Scope of Services Project Deliverables Cost Control and Budgeting Methodology (0-5)15 4.1 61.5 5. Schedule of Work (0-5)10 3.9 39.3 6. References (0-5)5 4.9 24.7 Within Richmond County 5 10 5 50 Within CSRA 5 6 0 Within Georgia 5 4 0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 All Others 5 1 0 27.0 333.5 8. Presentation by Team (0-5)10 0 9. Q&A Response to Panel Questions (0-5)5 0 Lowest Fees 5 10 10 100 Second 5 6 0 Third 5 4 0 Forth 5 2 0 Fifth 5 1 0 Total Phase 2 10 100 37.0 433.5 Procurement DepartmentRepresentative:_______Nancy Williams______________________________________ Procurement Department Completion Date: 4/23/18 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: 4/23/18 Vendors Total Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 375) Phase 1 RFP Item #18-171 9th Street (James Brown Boulevard) Improvement Project for Augusta, Georgia – Engineering Department Evaluation Meeting: Monday, April 23, 2018 @ 3:00 pm. 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Weighted Scores Commission Meeting Agenda 8/7/2018 2:00 PM Acquisition of permanent easement to Richmond County, Georgia from the Estate of Judy Willard Gilmer Department:Law Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of the property for permanent easement (Parcel 166-0-023-05-0) 4252-A Windsor Spring Road(Approved by Engineering Services Committee July 31, 2018) . Background:Due to the property owner being deceased, the City seeks to acquire title through condemnation.In order to proceed and avoid further project delays, it is necessary to condemn the subject property. The required property consists of 700 square feet of permanent easement. The appraised value is $175.00. Analysis:Condemnation is necessary in order to acquire the required property. Financial Impact:The necessary costs will be covered under the project budget. Alternatives:Deny condemnation. Recommendation:Approve condemnation. Funds are Available in the Following Accounts: G/L 514043490-5411120 J/L 81500100-5411120 REVIEWED AND APPROVED BY: Finance. Law. Cover Memo Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Adrian Street Right-of-Way (ROW) Extension Department:Engineering Department:Engineering Caption:Motion to approve incorporating city parcel 045-1-066-00-0 into Adrian Street ROW and accordingly accepting Adrian extended section in Augusta, GA Road System as requested by AED. (Approved by Engineering Services Committee July 31, 2018) Background:This parcel was purchased by the City Council of Augusta in February 1914. The lot was a part of the Summerville Terrace and Summerville Terrace Annex Subdivision. Deeds conveying ownership to the lots on each side of subject parcel began referring to this 50 foot wide parcel as Adrian Street or an un- named road as early as 1925. However, there is no proof that the City Council included this parcel in the road system. At present, there are two houses using this parcel as primary access. Analysis:This parcel is being used by the public as a public street. Requested action will allow Augusta Engineering Department to document this parcel as ROW and incorporate it in Augusta Road System. This action allows establishing legal access for adjoining parcels from this section of the street. Financial Impact:None anticipated. Alternatives:1). Do not approve. Recommendation:Approve incorporating city parcel 045-1-066-00-0 into Adrian Street ROW and accordingly accepting Adrian extended section in Augusta, GA Road System as requested by AED. Funds are Available in the NONE Cover Memo Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Augusta, GA Disclaimer The data represented on this map has beencompiled by the best methods available. Accuracyis contingent upon the source information ascompiled by various agencies and departmentsboth internal and external to the consolidatedgovernment of Augusta, GA. Augusta, GA and thecompanies contracted to develop these dataassume no legal responsibilities for the informationor accuracy contained on this map. It is strictlyforbidden to sell or reproduce these maps or datafor any reason without the written consent of theAugusta Commission.Print Date Jul 19, 2018 Department of Information TechnologyGeospatial Information Solutions (GIS) Division535 Telfair St Bldg 2000 | Augusta, GA 30901www.augustaga.gov/gis | gis@augustaga.gov Like, Follow, Share #AugustaGIS µ 1 inch = 50 feetMap Scale Augusta, GA Commission Meeting Agenda 8/7/2018 2:00 PM Camp Hancock Outfall Sewer Rehabilitation – Phase 1 Construction Department:Utilities Department:Utilities Caption:Motion to approve Award of Bid Item #18-160 for the construction of the Camp Hancock Outfall Sewer Rehabilitation – Phase 1 project to Insituform Technologies, LLC.(Approved by Engineering Services Committee July 31, 2018) Background:The Camp Hancock Outfall Sewer Rehabilitation – Phase 1 project consists of Rehabilitation of 3,500 LF of 24-inch diameter Gravity Sewer, including point repairs, service replacements, and installation of cleanouts. Analysis:W.K. Dickson & Co, Inc and Augusta Utilities Department (AUD) have reviewed the bid submitted by Insituform Technologies, LLC. The bid for construction services was deemed to be fair and reasonable by W.K. Dickson and they provided a recommendation letter to AUD. There was a minor mathematical error discovered in W.K. Dickson’s review of the bid, however the Procurement Department obtained written acceptance of the correction from said contractor. Financial Impact:We have reviewed the bid from Insituform Technologies, LLC and find it to be fair and reasonable. Funding in the amount of $914,333.40 is available from budgeted funds. Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommends the Commission approve the Construction Services to Insituform Technologies, LLC in the amount of $914,333.40 for the Camp Hancock Outfall Sewer Rehabilitation – Phase 1 project. Funds are Available in the Funds are available in 514043420-54225210/81500090-5425210 Cover Memo Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo 100Invitation to Bid Sealed bids will be received at this office until Tuesday, March 6, 2018 @ 3:00 p.m. for furnishing: Bid Item #18-160 Camp Hancock Outfall Rehabilitation – Phase 1 for Augusta, Georgia – Augusta Utilities Department 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 ARC. The fees for the plans and specifications which are non-refundable are $100.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Thursday, January 25, 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. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held on Friday, February 16, 2018 @10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, February 20, 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. A 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: 706-821-2811 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 January 25, February 1, 8, 15, 2018 Metro Courier January 25, 2018 Revised: 2/2/2016 OFFICIAL VENDORS Blair Construction P.O. Box 770 Evans, GA 30809 NAPM 62 Hamby Rd., SE Marietta, GA 30067 Vacvision Environmental 29 Rushmore Dr. Greenville, SC 29615 Layne Inliner 1441 Delta Dr. Gastonia, NC 28052 Insituform Technologies 6792 Business Park Bl Jacksonville, FL 32256 Attachment B Yes Yes Yes E-Verify Number 132184 442347 19959 SAVE Form Yes Yes Yes Addendum 1 Yes Yes Yes Bid Bond Yes Yes Yes Compliance Review 10% Goal Yes Yes Yes Base Bid $679,815.00 $606,735.00 $559,152.60 Alternate A $203,040.00 $254,905.00 $222,291.00 Alternate B $158,749.00 $196,728.00 $132,889.80 Base Bid + Alt A $882,855.00 $861,640.00 $781,443.60 Base Bid + Alt B $838,564.00 $803,463.00 $692,042.40 Base Bid + All Alternates $1,041,604.00 $1,058,360.00 $914,333.40 Total Bid Price $1,041,604.00 $1,058,360.00 $914,333.40 Total Number Specifications Mailed Out: 33 Total Number Specifications Download (Demandstar): 168 Total Electronic Notifications (Demandstar): 6 Mandatory Pre-Bid/Telephone Conference: 10 Total Number Specifications Mailed Out to Local Vendors: 3 Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #18-160 Camp Hancock Outfall Rehabilitation Phase 1 for Augusta, Georgia- Utilities Department Bid Due: Thursday, March 15, 2018 @ 11:00 a.m. Page 1 of 1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Camp Hancock Outfall Sewer Rehabilitation - Phase I July 2018 wKD #2U6A266.00.AG Prepared For: Augusta Utilities Department City of Augusta Utilities Department 452 Walker Street Suite 200 Augusta, GA 30901 Plans & Specifications Prepared by W.K. Dickson & Co.,Inc. t450 Greene Street, Suite 225 Augusta, GA 30901 706-722-3479 ,L#","% CONFORMED DOCUMENTS INTENTIONALLY LEFT BLANK The City of Augusta Utitities Department Crmp llancock Outfa[ Rehabilitation phase I TABLE OF CONTENTS Document 00 I I 16 Invitation to Bid Document 00 21 14 Instructions to Bidders Document 00 3l 00 Available project Information Document 00 40 00 Affrdavit of Compliaoce forAugusta Document 00 41 43 Bid Form Document a0 42 L3 Memo of Negotiation of construction conhactDocument 00 43 13 Bid Bond Document 00 51 00 Notice of Award Document 00 52 15 Agreement Form Document 00 55 00 Notice to proceed Document 00 61 13 Performance Bond Document 00 61 15 Payrnent Bond Document 00 61 16 contractor's Affrdavit Related to Liens and claimsDocument 00 6275 Contractor,s Application for palment Document 00 7215 Standard General Conditions Document 00 73 L4 Supplementary Conditions Document 00 80 00 Special Provisions Documelrt 00 91 13 Addendum Document 0094 63 Change Order TECEMCAL SPECIT'ICATIONS DMSION 01 - GENERAL REQUIRBMENTS Section 0l 10 00 Summary Section 01 20 00 Price and paymeot procedures Section 0l 21 00 Measurement aud payment Section 0l 30 00 Administrative Requirements Section Al3216 Consfiuction progress Schedule Section 0l 33 00 Submittal procedures Section 01 40 00 Qualrty Requirements Section 01 43 t3 References Section 0l 50 00 TemporaryFacilities and Controls Section 0l 70 00 Execution and Closeout Requirements Section 01 71 13 Mobilization The City of Augusta Utilities Departnent Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Bid Item #18-160, Addendum I Table Of Contents 000110_1 DTYISION 03 _ CONCRETE Section 03 60 00 Groutiug DTVISION 3I - EARTEWORK Section 31 10 00 Site Clearing Section 3123 16 Excavation and Fill Section3123 16.13 Trenching Section 31 23 23.33 Flowable Fill Section 3125 13 Erosion Controls DIWSION 32 - EXTERIOR IMPROYEII{ENTS Section 32 01 90 Landscape Maintenauce Section 32ll 23 AggegateBase Courses Section 321216 Asphalt paving Section 3213 13 Concrete pavrng Section 3217 23 Pavement Markings Section 3291 19 Landscape Grading Section 329219 Seeding DTVISION 33 _ TITILITIES Section 33 01 30.11 cleaning & ccrv Inspection of sewerpipelines section 33 0l 30.72 cured-in-place pipe lining (water/stearn cured) Section 33 01 30.73 Cured-in-place pipe Lining (tIV Cured) Section 33 01 35 Manhole Grout Sealing Section 33 05 05.13 Sewer and Manhole Testing Section 33 05 13.15 Wet Well andManhole Lining Section 33 05 13,16 Public Manhole and Stuctures Section 33 05 23 Trenchless utility Installation - Jacking section 33 05 23.23 sewer service connection seal & Lateral clpp Section 33 31 00 Sanitary Utility Sewerage piping END OF SECTION The City of Augusta Utilities Departnent Camp Hancock Outfall Rehabilitation phase I WKD Project Number 20 I 60266.00.AG Bid Item #18-160, Addendum I Table Of Contents 0001 t0_2 DOCUMENT OO 11 16 INVITATION TO BID tnvitation to Bid Sealed bids will be received at this office until Tuesdan March 6,2otg @ 3:00 p.m. for furnishing: Bid ltem #18-160 camp Hancock outfall Rehabilitation - Phase I for Augusta, Georgia - Autusta utilities Department 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 andsuppliers exclusively from ARC. The fees for the ptans and specifications which are non-refundable are S100.00. It is the wish of the owner that all businesses are given the opportunity to submit on this project. To facilitate this poliry theowner is providing the opportunity to view plans online (www.e-arc.com) at no charge throuih ARC Southern (706 g21-0405) beginning Thursday, January 25, 2018. Bidders are cautioned that submitting a package without procurement of a completeset are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that ismaterial to the successful completion of the project. Bidders are cautioned that acquisition of documents through any othersource is not advisable' Acquisition of documents from unauthorized sources places the bidder at the risk of receivingincomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid conference will be held on Friday, February 16,201g @10:00 a.m. in the procurement Department,535 Telfair Street, Room G05. All questions must be submitted in writing by fax to 7oG 821-2}llor by email to procbidandcontract@aususta*a.gov to theoffice of the Procurement Department by Tuesdan February 20,2ot7 @ 5:00 p.M. No bid wil! be accepted by fax, all mustbe received by mail or hand detivered. No proposal may be withdrawn for a period of sixty (50) days after bids have been opened, pending the execution of contractwith the successful bidder. A 1ioYo Bid Bond is required to be submitted along with the bidders, qualification s; a 100%performance bond and a roo% payment bond will be required for award. lnvitotion for bids ond specificotions. An invitation for bids shall be issued by the procurement office and shall include specificationsprepared in accordance with Article 4 (Product specifications), and all contractual terms and conditions, applicable to theprocurement' All specific requirements contained in the invitation to bid including, but not limited to, the number of copiesneeded, the timing of the submission, the required financiat data, and any other requirements designated by the procurementDepartment 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 appropriatecommittee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. please mark BID number on theoutside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the procurement Departmentis not advisable' Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete orinaccurate 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 505 Augusta, GA 30901 F ax: 7 06-g2l_291 1 or Email : procbidandcontract@ a ugustaga.gov No bid will be accepted by fax, ail must be received by mair or hand derivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Metro Courier Revised: 2/2/2OL6 January 25, February t, g, lS, 21lg January 25,2OLB DOCUMENT OO2I 14 INSTRUCTIONS TO BIDDERS IB-OI GENERAL All proposals must be presented in a sealed envelope, addressed to the oWNER. The proposal must be filed wittrthe owNER on or before the time stated in the invitation for bids. Mailed proporul. will be treated in everyrespect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. prior to the time stated any proposalmay be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60)days after bids have been opened, pending the execution ofcontract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfu himself as to the nature and location of the work; theconformation of the ground; the character, quality and quantity of the facilities needed preliminary to and duringthe prosecution of the work; the general and local conditions; and all other matters which can in any way affectthe work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, oremployee of the oWNER, either before or after the execution of tle contract, shall affect oimodi$r any of theterrns or obligations therein. IB-03 ADDENDAANDINTERPRETATIONS No interpretation of the meaning of plans, specifications or other pre_bid desrrments will be made to any bidderorally. Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director ofProcurement; Procurement Department; Room 605; 530 Greene Street; Augusta, GA 30901 and to be givenconsideration must be received at least ten days prior to the date fxed for the opening of bids. Any and all suchinterpretations and any supplemental instructions will be in the form of writtin addenda to the specihcationswhich, if issued, will be sent by facsimile or U.S. mail to all prospective bidders (at the respective addressesfurnished for such purposes), not later than five days prior to trre aate rxea for the opening ofbids. Failure ofanybidder to receive any such addendum or interpretation shall not relieve such bidder hom iry obligationunderhisbid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARATION OF BIDS Bids shall be submitted on the fonns provided and must be signed by the bidder or his authorized representative.Any corrections to entries made on bid forms should be i*tialea by the pe.son signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on thebid form, or in the special specifications allow for partial bids. Faiiure to quote on all items may disqualify thebid' When quotations on all items are not required, bidders shall insert the words ',no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modific-ations to bids already submitted will be allowed if submittedbytelegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall notreveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations willbe signed by an ofiicer of the firm and his signature attested by the secietary thereof who will affix the corporateseal to the proposal. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20 I 60266.00.AG Instructions To Bidders EpMS 0021 14 _ 1 NOTE: A l0% Bid Bond is required in all cases. IB.O5 BASIS OF AWARD The bids will be compar-ed on the basis ofunit prices, as extended, which will include and cover the furnishing ofall material and the performance of all labor requisite or proper, and completing of all the work called for underthe accompanying contract, and in the manner set forth and described in the specifrcations. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparingbids' While they are believed to be close approximations, they are not guaranteed. It is the responsibility of theCoNTRACToR to check all items of construction. In case of error in extension ofprices in a iroposal, unit bidprices shall govern. 18-06 BIDDER'S OUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in workof a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred incarrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIALEXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capiral available,plant equipment, and his experience and general qualificati,ons. The OWNER may make such investigations asare deemed necessary to determine the ability of the bidder to perform the work and the bidder shall frrnish tohim all such additional information and data for this purpose u, rnuy be requested. The oWNER reserves theright to reject any bid if the evidence submitted by the bidde. or investigation of him fails to satisfu the owNERthat such bidder is properly qualified to carry out the obligations oithe contra.t -a to "o-ilete the workcontemplated therein. Part of the evidence required above shill consist of a list ofthe names and addresses ofnotless than five (5) firms or corporations for which the bidder has done similar.work. IB-07 PERFORMANCE BOND At the time of entering into the contract, the CoNTRACToR shall give bond to the owNER for the use of theoWNER and all persons doing work or furnishing skill, tools, .nu.Lii"ry o, materials under or for the purpose ofsuch contract, conditional for the payment as they become due, of all jusi claims for such work, tools, ,ou.-hir"ryskill and terms, for saving the owNER hannless from all cost and charges that may accrue on account of thedoing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for theamount of the contract satisfactory to the oWNER and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of thepower of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactorybids are received. The right is reserved, however to waive any informalities L bidding, io reject any and allproposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest ofthe OWNER. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20 I 60266.00.AG Instructions To Bidders EpMS 0021 14 -2 END OT'SECTION 1.1 DOCUMENT OO 3I OO AVAILABLE PROJECT INFORMATION SUMMARY A. Document includes information available for bidders:l. Plans for "Camp Hancock Outfall Rehabilitation phase I,, B. Related Documents: l. Document 00 2l 13 - Instructions to Bidders: Site Examination. SI.IBSURFACE INVESTIGATION REPORT A. No geotechnical report was performed for this project. TOPOGRAPHIC SI'RVEY A. A copy of a topographic survey is included in the plans, titled "Camp Hancock OutfallRehabilitation Phase I", as prepared by W.K. Dickson & Co., Inc. B. This survey identifies grade elevations prepared primarily for use of Engineer in establishing new grades and identiffing natural water shed. EXISTING CONDITIONS SURVEY 1.2 1.3 1.4 A. B. 4 cgpy of an existing conditions survey is included in the plans, titled "Camp HancockOutfall Rehabilitation Phase I", as prepared by W.K. Dickion & Co., Inc. This survey identifies conditions of existing construction prepared primarily for use of Engineer in establishing extent of new versus existing work. Proposed *ork, by Georgia Regents University (GRU), currently under way in the project area was included in thisurvey drawing as an aid to the Engineer to represent site improvements planned by theoutside entity. These improvements were last updated per thi August ld, zots GRIJ phn revisions. The extent of improvements completed by GRU is rrup.t to change as timi passes and subsequently, so will the conditions of the site. End of Section The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Available Project Information 00 31 00 _ I INTENTIONALLY LEFT BLANK Yog Mqgt comploro 3nd Rgtura lle-2 panog ol Athgh$oq! B w$h your submlttaL pqcunre{l Murr Ba },lotarLe4. 4fgy:tr Georgia Augusta procurement Department ATTN: Procurcment Dlrector 635 Telfah Streel, Sutte 605 Augusta, Georgla 30901 Name of Propo,lsnl; lnsituform T Street Address: 17988 Edison Avenue Cl9, State, Zp Code:MO phone: (636) 530-8000 Fax: Do You Havc A Budner Llccnrc? doartridoe@aeoion.com Bld 18-160 Camp Hancock Outfall Sewer Rehabllltatlon Bid Due: Tuesday, March 6,2OIg @ 3:00 p.m. Page 5 of lE Butlncer Ltccnrc # for your Company (Musl&ovldol: UC300736-Company must be ilcansed in.the Governmdtii?ifffiffiffi_rn ,. o,Local) doas nol requlre " b-TlTf:,,P3:,tg,lt_frfnt-tlt'bo ,!ui"!_i.;_iiirri" Rtd;;il Cilnry Eismcea ltcmae lr ewarded a Btd,Far fi rr{har lrtah-ll^- --.For tudher lnlbmadon oontad the tlconsCi,io lnrp"il"ribliiat irij rb-io'o'g1';;b51]""rrur, L'eu'rlv eugrtrcsE 'DonEo r 8warooo a Eld State of Georoia Acknowledgoment of Addenda: (#tl_(: (trz!-z(#g)_: (#aL -, Stelemcnl of llon.Dhcrlmlnetton Tha undenslgned urderauusrnesswrrr-r;r-d'i";'ffiifliifi$3,3iJH.'lf.afilrffiHi:"Jtr1[#ll,;l'.trfr',i:*ffiJH::,ty,,i:l:lffix'"ff1ffi orlgln or elhnld.ty-, rvrlhfg:rdjqrm: conrradng, ruucondaffi,iprrt rr:16 opportrnruee.lno unooElg|rod mvsnants and.agrees t9 mlkt good faflh efiori tb-sneure maxtmum prac0cauo pg]ldpaum of local smalbuslnsssos on lha Ud ortu"vfi ,iltuliliiffi -,;mf rrffi*r,':"#ffi r#rsBi,m,ffi*g;;rr,rlrmr"'rffi ,",ft iLiilErrv'no Tho undenlgnod turlheicovenantr and agreee not to-engaoo n arrrcrrmrnironj;nei;ff;ny iipo agatnet tocal smal bustnsss*,ln oonbmlty wfih Augusts, Georgte'e Loel SmetiBudnelJ Oiifirrlnliir-Frograr, 6er-forrrr--6iow.ls,rhe olgnaturc of rn oficer ot thepropose/oontracdng en0ty wl$r hCauhorlty to blnd ho en[ty.Ths undorshncd adrnowl^odge eid waranl lhal.uria.compa4y hae been made anare of underatrande end agrreee to take effirmauveacllon lo provlde euclr oompanles wllhihe mardmum practlcabls onffinlue"t6 ao 6u;inooiilth'oi"-co-rip"nv;Thal thls promhe of non{lscrlmlnallon as mado and e"iiorrii rreriri-ddflt; ilili,ft"fi;irii.no ahaltrmratn tn fu1 torce andeffecl wltroul lnlonupUon; Thal lha pmmbes of non'dlscrlmlnallon aa made -on! rcl loilr hereln shall be and- arc iereby dcemed lo be made ae parl of andlncorporatgd bv referenoe lnto anv contract or portton th+Fft4u[irii;ii6iiiiiiv m"v heraafter obtatn and;That lhe hllun of thls company lo iauehdorlly dlsddte!;ny;i-uti-rtoni,ro ot nonJt*rlmrniflon as made and set fodr hsretnshell conetltute a malerlal breadr of'contract entuhe AufiiJ'o*r6r. r,i'iia"re 0re ciiiuirdil,i'o'ir"rn and to oxerctse any and a,applicaHe dghb lqnedlee lndudlng but not llmlted b-can&ffarfin-of ifiJce-ni"ot t"*tnrton oi itre conuoct, suepenslon and dobsrmonlfrom future contncdng opportunlllei, ano wfihtrJlding ano oriorrilture oicorirleirsaton due and owlng on a contract. Non.Collurlon of Prlme prooonenl By submleelon of a bld. lhe- vgrldor 6n{s: uMer ponalty ol p.[ury, hat to the besr of [s knowtedge and beltef:(a) The prloes ln ttre ud have been anlveri ei tnoripenodnuviiiriiii brirrinnl Lnsutranon, ;;il;ndirns, or asreemeni, for the purposeof reeflcung contpellUon, as to.any mater retatnsibiuoh prtcd fiIi il;ffi;;il;;;l,ih;ry ffi;[lrr.(b) unlcso olherulse requlred bv llw, the prlo"s ftiicrr navlioJon iiibr.ii t-, fi; LE h;r;;;r iI,# ffiffi;i tlsdosed by rhe vendor prlor to,"Lr$q.9]r*Iy or lndkeclly, toany olher rrondor or to sny oompeft'Oi. ' "'- - (c, No altempl has becn n it[Tff3y,,g,*.Hi*]jl*uyF"ffill#:3tffif,i:xt%"#,i,["niBfli3l;,[fl;r,ir.T#r,T,yli,:,,1,.r5%]1!l: Gonlllct ol lntcrccl By.aubmlaslon of a bld, the respondtng llrm cer{fcs., ,ffi mmn#;m"$t*h,Hfi*t{fr s##iili'"ff #'*ffi,#,ffiffi #*,*,,,,*r*,* 41fl:TH,fffH#i",J:H.:flXH:lfl3#l%Tf.ffir,hTif,ff'#*i',,Hfm.,;;:,1g,:"Jfl, asreqnon,,,or he purposeil,tx1i:yff:ffii*m:1";u'l*r**gml*:'m,tl,l"fi##rff1,#,rxffim*t,1,**by,revendorp,orro :ffi lli3i:IT1l^:'10]{1tr,r"-v;.ffi ;,ffi""I#"Lnp*ro,.s, rru Ergflrpt nE6 Doan made, -or Wll bc made, Oy ne,vcnCoi to lnducs eny olh nllffi fl il:,%ll:,,ffi",T*Hr'-rfr fr"#T#,il#Iffi ,#:liFdffi ?ffi ;t8ffi,#:fHH#*iamount of eudr fee, oommleston, piLrtigi'gffiJy.*t o, oor,"u"r"ton. Conlmclor Atfldrylt lnd Aor.€ment '?Ifi f, fr ";:*,tf JH""T,.,'#;H#"ff ffi,fffi :f "ff ffi*m,S#Ji"ffi #li,#ffi ,ffi,ffiffia fcderal work auhoitzal*-n'*ffi-mts[*m*,: s r**ltim,t:fffi$-Et#ffiffi iiffiWr#Iffi .mr*l'l#i1*mi.r'**ilEdnnffi9fi3#r*;ffi$roflf""fgj,qU-fiil.;i'J;H;,ffi';ffiff''u,cru,iii -sri,i,;i';XyAffi#,$##T,'r: Groryb lrw rcqulrcr your oomPlrry to hlur an E'vcrlfy'urcr ldmtlflcrtlon l{umbrr {comprny l.D.t on or rftcr July 1r 20ol.For addr,onar rnformatron or to enroil your company, vrslt the st.to of G.o'rr webrlte: httos://e.verifv.uscls,qov/eoroll/ .nd/o, r +C.Vcrlfy . Urrr tdtntlflotlon t{umb:r (Gomfrny t.O.; J 9959l!QIE:E.VERlFYU'ER1DrNflFlcA'lorlalur.aaenrc;-ffiDlTloI\,,THERgcoMMENoED 3firHiffi::rfirirtt BE RIQUTRTD 7o PRovroE A copy or xoMerano srcuRrw,s r,nrrr,lonrrvounn or The underslgned fufther agrees to submlt a notarhed copy of Atiachrnent B and any requrred documentsron noted as part o, theAususta' Geo6la Board of commlsslons rperrn.atroir wr,dr, gov"ro ihi;;;;;;; T .9dtrpl, rhe undersrgned asrees ro 3ubmlt a,Hff.'"lTHj!,:1Tilffi[:1T'J;ilS:"".0 and or riqutrea. idir,*,,dc..nd ti* iv i,i,iirrwur be dermcd iron. Contracting and Attesting Officer Tltle of Authorhed Offlcer or Agent of Contraaoi Dian ePartridge Prlnted Name of Authorlzed Offi.., "rng"nt ME oN THrs rHE 6th DAy oF March 2ojg ,,r*,, u /ll/c o Ys$-f!4vrt c-c,prgtc arr tsrur n the 2 prrreror arl!$!u*x! p urLrh yourlcb,dllar gsr,orlr! r!!-uj! ,{OTARY SEAI. JANETIt H.r..: NotaryPublic . Nt-.rary S;al St louis Counly . 5t.rte of Mi. ]ouriCommisslon Nu;ltir:r I 2i,29::M istinn E>..rirr'. -..rv 2., 1020 18-160 Camp Hancock Outfall Sewer Rehabllltaflon Bld Due: Tuesday, March 6, ZO1S @ g,0O;.;. Page 6 of l5 JANET W HASS -. . Norarypublic - Notaiy Seal :t-:#H,!ff I'r;,;'i:; ijli F;#',My C9lmlrston eloiiii iov U, zozo ew,slclzot Affldavlt verlfylng.status for Augusta, Georgla Beneflt Appllcatton By execusng thrs affrdavrtunder oath' as an applicant for an Augusta, Georgla Buslness Llcense or occupagon Tax certlflcate, Alcohol ljr,ffii;J'"' tj,lr,r .::,::i or other n1,rr. o.::.0,.ri"i"i"n.. ii o.c.e.a. section so-36-1, r am statrng the yA[Mull Como,AElod ilGturn wfrtryeurlCu!0llaLlegoenl !!gst 8e No-tarired $ystematrc lllen lerrflcatlon for fntrtlements (savEl program lnB ptdBct Numbu ontl ptottr/. NctrntDiane Partridge, Contracling and Attesting Officer ltulntfiyp: Nornc oln*urot pcrsonoe ^tWlnsituform Technologies, LLC lklmfiypt: Nomo o! buttnes, *rpwotton, p@ 1) { I am a ciflzen of the Unlted states. OR 2.) - I am a legal permanent resldent 1g years of age or older. OR 3')- I am an otherwise quallfied allen (8 5 usc 1641) or nonimmlgrant under the Federal lmmlgratlon and Natlonallty Act (8 usc 110x etseg.) 18 years of age or older and lawfully present ln the Unlted states.* ln maklng thc above rcprcsentoilon under ooth, I undentand thot ony person who knowlngly ond wllffulty:::S: !:,:Z!f::!::1^":!:::o:*!,, !:rr.^ent or rcprcsentatton tn an atfidovtt shoil bc suilty ot a vtotartonol Codc Sectton t6-t&20 o! the Olflctal Code ol Georgio, *Atlea Retlstratlon Number for Non-Cltlrens Note: THrs F0RM tvfiJsr BE coMpLETED AND RETURNED wfi-H you{ suBMtrrALREv,2lt7l1ot6 Diane Partridge, Contracting and Attesting Oflicer Prlntrd t{rmc Bld 18-160 Camp Hancock Outfall Sewer Rehabilltatton Btd Due: Tuesday, March O ,Or, flj;Tj;ll ME ON 1915116 - 6th DAY OF NOTARY SEAL DOCUMENT OO4I43 BID FORM - I.JMT PRICB Proposalof lnsitrfot.f"chnologies.LLc (Bidd*) - Bidder acknowledges reccipt of the following Addenda: (hereiaaft er called',Bidder,); organized and existing under the laws of tho state of Georgia, doing business as 67f,".[*!*tion, ( ) apartnership, ( ) an individual for The city ofAugustr utifiiiir o"prn *t, (lerelon"r called ,,owner,,). In compliance with your Invitati*:o.Bid.l Pidder hereby prqposes to perform all work for theconstruction of the camp Hancock outfall Rehauiiitationphasei project, in strict accordancc with thecontract Documents, within the time sct forth th"*h-;;J"tG prir* stated betow. By submission of this Bi4 each Biddercertifies, and ia the case of a joint Bid each party theretoccrtifies as to his own organization, that this Bid has been *ira rt rndependently, without consultation,communication, or agreemcnt as to any matter relating to this Bid with any otno ixaJ", or with anycompetitor. Bidder hereby agrees lo commence work under this polrtlact on or before a date to be specified in theNotice to hocced and to fully complete the project with* lX5- consecutive calendar days thereaftcr.Bidder further agroes t9- pay as liquidated damages, the sum-fFiro0o.00 for eacbro*."utin, calendar daythat the contractor lails n comilete the worh katuea trt r*h"r. contract Documents - Are defined in theAgreement Form @ocument 00-52 15) and standard a""r"uri"iaitions @ocument 00 T2ls). A{dcndum No. l, dated 2127118 , Signature Addendum No. 3, dated -, sigr"tr.Addendum No. 4, datea -, sigmt rAddendum No. 5, dated _, Sigo"rrr" Dirnchrtidgc Gourui4 & Aucsting Oficrr T" Ci! of Augusta Utiliries Deparrnetrr Camp Hancock Outfall Rehabilitation phase IWKDProjoctNumber: 20l60ZeO.OO.aC - Bid Item #18-t60, Addendum I Bid Form - Unit price 004t 43 - I ITEMI,ZDD PROPOSAL f,'ORM t' I I t_ Unit Price Unit Atv. 7 2 3 4 !+1 !s-2 I^S-4 ls-7 L$8_. $22 Installation of Cured-in-place pipe _Li+ing (cxpp) 2t5_ch_cryT L_ining- Removal of Protruding Servicc ConnectiorE $i11!1!racur:!s,i_g lf!_o4 L-*n,uo-t\a}.too 9HoX.xo |Hrrts" 7 t2 I 8 720 I 9 10 f -- --- lb*""ui G"mbi, i*tai.a or, Service72 I s-zt I'.-..- i ilaterals l___- MANHOLE REHABILITATION ''l_'_ _- '_'19 j - q:?q Lqr."qqgous Mortar Li"i"B _14 ) *29 i neUuitd Bench and ftnverril .l _.>29 | Rebuild Bench and Invertrl_-.__. J.. .-._ .__......_____l_ G-RAVITY II{AIN POrNr NNPINs I IS g3O I Point Repairs to lvlainSewere (lGFeet i in Length) The City ofAugusta Utilities Dcprtncat pamp Haocock Ortfall Rchabilitation phasel IVKD Projoct Numba: 2016@66.00.A0 -- - .to )b. os \grt.ro Bid It€m#lt-l6e Addcndum I Bid Form - Unitprice o04t43-2 - MGF' Section (01 21 00) ItemNo. 27 22 The City of Augusta Utitities D4artsncnt Camp thncock OurfElt Rchebilitation phrsc IWKD Projcct Numbfi 20t 60j66.00.Ac ? b Btd IItem I uo.l I - _ .t__ I I I--i- !--i. ItemDeectlptlon Unir Qty. Unit Pde 1_ _1 7 I ,6urluj uqu"o. \5,8 I t\\.r. oo i4Repair BASE BTD TOTAT: ADDITTVB ATTERNATE A%Ertend Rehabilitation ltmits to SfrH m fiolly St) Item Deocrfi*ion Unit Oty. 1 1 7 I1_ 7 Unit Pdce l-_-t i ,us.tJsl f,t\o.o.* $b:\o."p ulro".o -\5ft8 *- $19,900.005r\Kh'^ $loro,wi :5!o,e, \rrq.E irg,goo.oo I Iq,u$_':, Bid ltem #18-160, Addadum I Bid Form - Unir pricc 004t 43 - 3 Conhact Time: I45 Calcndar Days M&P Section (01 21 0o) ItmrNo. i :&tr PAVEMBNT STRUCTT.IRES P-U u :!4:i1g! Iv! nryl!.t':_lg'deep) c I 4{q foq2!-inch DIP (any depth) Item Deoctipdon Add for 2&indr DIP Tee within point d / Re2air . Reinstate Active Service tateral r $IPP Product Tests --l I 1 )r )o I 40 bla,* ! so_ E^)-o\s Bid Item No. ;I ffi, 1 4 \5lrI 5\-,gh.Eol\,Ur)-,S 5.ts-e;o. Asphalt Roadway pavement , Restomtiory B" Concrete cap and 2" I ifrf--1g€ 99lrs:F9e D.gtail {,1-,2 Asphalt Overlav | ,urunnert e fOrer, lhc CiU of Augueta Utilitios Dopartmurr Carnp Hancock Outfail Rchabilitation pbase IWKD Project Nurnbcr: 20 I 602OS.OO.AA E'e$,$dFs5,our,ol s},ou.O_ n,trr,eis)6qtooqItrrJ' -j oot-\vv-t I lF+{*.Ihspl- Us)rr.bc [t]sto.* Bid Itcut #l t-l60, Addqrdum I BidFonn - Unir pricc 00 4t 43 - 4 SY Untt Ptlce Unit Qg. Btd Item No, M&P Secdon $t21W) ItemNo. Item Dercription IN WORDS: Contact Tine: 20 Calendar Days u'\\t5'<q.b 7 7 1 Is Is Is LS )$ur.ot Tgry. _Epsion and Sediment C-onhoi Traffic Conhot Orunels Allowance 41".h Diameter lv{ain Sewer M,t=$\*+l\oE,\s,f,\a-5\.6S P" Cig of Augusta Utilities Ocparrrrart -$y_n _IIanmck Outllrlt Retrabifn Uon phle fIYKD Prcject Number: 20t602Oe.OO.eil'' Bid ltem#18-160, Addcndum I Bid Form - Llnit price 004t43_5 I5 !Isj ItemDeacripdon Unlt qry. tpl Bid Iiern #l E-160, Addcndurn I Bid Form - Uait hice 0041 43 - 6 Unit PAVEMENT SII'UCTURES P-11 P-1 ' Asphalt Roadway pavement j Restoration, S" Concrete cap and 211,, I surfact course lput"it+.rr SY ------t ---isY 400 ii IN WORDB: ' C.onbactTlme 20 Calerrdar Days ) o^,\. TOTALBIDPRICE Haviag examined the contact DocumcnB for the above aentioned projccq wg the undcrsigned, hereby ofrerto enter irro a conhact to perfora the work for the folowingiorur gfr'prio, on rsh}}}}-,S-r Thc undersigned hereby agreos that, qrcn written acceptance of this bid, he will within l0 days of receip ofsuch notice ex@ute a.formal *or"dt agrecment wia tne owner, and that he will provide the bond orguarantecs re.quircd by the confrac.t documents. ,,$\ lhe Citf of aueuea Utilitics D€ptuart 9amp Hancock Outlbll Rdrabilitetion phasc IWKD Pmju Numbcc 20160266.00.Ac - The undersigned hereby agroes that, if awarded the sontracf he will commence the work inaccordance with required contract perfornrance. dates based upon a written notice to proceed per eachqualilied task order' The undersigned hercby also agrces tnaithe work will ue comptaea within a timefiame reasonabte to accomplish the work, oi that wftch has been mutually agreed upoa by the Augustautilities Department, based on the scope for work for the task order as assigned. Enclosed is a bid guarantee eonsisting of the Bid Bond Amount of Ten percent of Amount Bid Respectfir I ly submitted: lnsituform Technologies, LLC Businass Name Diane Partridge Printed/Typed Name Contracting and Attesling Officer Title State of Georgia - UC300736 N/A Name of Liccnsing-State and Lic"r6e Number Corporate (Parranhipi Aadress (636) 530-8000 Delaware Telephone Number State oflncorporation (636) 530-8000Seal - If Bid is by a Corporation TelephoneNumber Note: For a valid bid, rhe Bid Form and Bid Bond must both be pmperty sigped by the president of the f'm or anofticer authorized to sign contacls for the firm. The City of Augusta Utilities Departnenr Camp Hancock Outfall Rehabilitation phase IWKD Project Number 201602dd.00.AG Bid ltern #18-160, Addendum I Bid Form - Unit price 0041 43 - 7 17988 Edison Avenue, Chesterfield, MO 63005 March 15,2A19 DOCUMENT OO 4213 MEMORANDUM OF NEGOTIATION OF CONSTRUCTION CONTRACT GENERAL (attach to executed contrac) (for proposed contract award less than bid amount) OWNER: City of Augusta Utilities Department CONTRACTOR: Insituform Technologies. LLC CONSULTANT: W. K. Dickson & Co.. tnc. CONTRACT # 18-160 BID AMOUNT: $853.333.40 BID DATE: March 15. 2018 BRIEF DESCRIPTION OF CONTRACT AS BID: Camp Hancock Outfall Rehabilitation Phase I The Owner and Contractor acknowledge and agree that the bid(s) received on the above project have resulted in the project budget being exceeded and that a contract(s) cannot be awarded based on the amount ofthe bid(s) received. This memorandum documents that both parties to the contract entered into and completed negotiations in order to arrive at a mutually acceptable amount on which the construction contract(s) is to be awarded. It is hereby agreed that the terms and conditions as stated in this document shall be binding on all parties and it shall become a part of the terms and conditions of the contract, subject only to the Owner beine The following changes in the contractor's bid and the following changes in the terms / provisions of the contract are hereby incorporated into the proposed contract award. See below "Summary of Mutually Agreed Cost Reduction Items,,. PROPOSED NEGOTIATED CONTRACT AWARD AMoUNT: $ 9]4I33]CI It is further understood and agreed by all parties that should additional funds become available within the contract time or extension thereof, the Owner shall have the right to add back to the project any items deleted above or to otherwise revise the contract as originally bid based on the same prices for deletions / revisions as noted above, subject only to any additional costs to which the contractor is entitled to per the terms of the contract. This memorandum shall be valid and binding up to and inclusive of 6111/18 (date). we agree to the terms and conditions of this document: OWNER date CONTRACTOR date ENGINEER date City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20 I 60266.00.AG Mernorandum of Negotiation of Construction Contract 00 42 13-l CAMP IIANCOCK OTITFALL REHABILITATION PHASE I AUGUSTA. GEORGIA *t*** SUMMARY OF MUTUALLY AGREED COST REDUCTION ITEMS FOR ATTACHMENT TO THE Prepared: Date GRAND TOTAL OF COST REDUCTION FOR ALL ITEMS, [1] TIIROUGH t2] ABOVE: finsert above amount spelled out] llnsert Option Herel: 1. [Description of Change] 2. [Description of Change] City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20 I 60266.00.AG DEDUCT: $ DEDUCT: $ Memorandum of Negotiation of Construction Contract 00 42 t3_2 -t_@r*r*rr*rtqgr"tu*t %.&*@*,u,qt*e" EIiAILED dpartrido e@aep ion.con! Diane Partrldge I nsituform Tech nologles 6792 Business Park Bl Jacksonvllle,FLS22SA Ref: Bid Openlng ltem #18-160 Camp Hancock OutFal! Rehabllitation Phase 1 for Augusta, Georgia- Utilities Department Bld Due: Thursday, March 15, 2018 @ 11:00 a.m. Dear Ms. Partridge, Thank you for your submittal in response to bld item #18-160, Camp Hancock Outfall Rehabilitation Phase 1 for Augusta, Georgia- Utiltties Department. Afler the department reviewed your package, il was noted that the qlmulative total that you have listed on the bld sclredule form that was submltted is lnconect. The otmulative base bid total should be $559,152.60 lnstead of the amount which is listed as $498,152.60. This will result in a revlsed cumulative totat lncludlrig Aternate 1 and 2 of $914,333.40. I have attached a copy of the Extended Tabulation Sheet for your revlew. I wish to call your attention to Artlcle 6, 1-1tr50 (h) (3) of the Augusta Rlchmond County Code as it relates to the submission of lour brd. ...(3) A{ter the bld opaning, correcflons to blds shall be permtttsd only as to bld prlce andonly to the extent that thc bldder can show by clear and convinclng euldence that i mlrtaksof a non-Judgtttorrtsl clraractar was made, the naturs of the mlalake, and the bld prlca actually lntendad. Othetwlse, no c{rangec ln bid prloes or olher provlslona of blds etri[ Upermtttad. Please be advlsed that the clty would like to give you the option to approve or reject tfre change to theContractot's Bid Tab to reflect the revised amount of $914,333.40. Please be advteed thls ig not a bldawald We are requesling- that you reply to thls request by slgnlng below and faxing this page back to 706-821-2811 by Wgflncc{ay, June 13, Z0l8 @ 3:00 p.m. Date: the rev$ed total Contracting and Attesting Officer Any Correspondence concerning thls mattsr or questions concernlng future procurements must be submitted vla mall, fax or email as follows: Augusta ProqrBment Departnent Ath: Geri A Sams, Dkec{or of Proarremont 535 TelfairStreet, Room 605, Augush, GA A0901 Or Fax 70G821-2811; Emath procbidandmntract@augustaga.gov "ff{&wo*,, Procurement Department GAS/nw Attachments (as indicated) cc: Tom Wledmeier, Utilltles Department Room 605 - 535 Telfair Street, Augusta Georgia 30901 (706) 82t-2422 - Fur (706) 82r-28l r \1 R/\\'. 3 U! USl.its t..-l ()\/ Register al www.demandstar.com/supplier for automatic bid notification Scan tNs QR ode with your snar$honc or camera cqulpped tablet to vasit lhe Augusta. Geogia June 11,2018 ffi BIDTABT'IJ\TION Camp Hancock Outfall Rehebllltation Phaee I BID Item No. 18-160 BID DATE: Marc[1s,2018 wKD# 2fi16t255r10-Ac ktsituf orrr Tedrnologiee 17988 EdlsonAve Chersbrftel4MO6Sq)5 ticenseNo. Gll7O75' lilm Iteur Irnit Ouadifcr GENEN.AL CONSTBUCTION. LT'MP ST'M ITEMS 1 L^9l ItvtoUttizaUur (not to ex@d 3% of base Bid)LS 1 $10,725.00 s570.00 $1i2s0.00 s61,oo0.oo $90,260.oo 2 W2 Bondsrlnsurane LS 13 lS-4 TraIficConhol LS 14 L97 OwnersAllowance _!p LS 15 I,$B Bvoase Pumoine Iegt $21 ISPECTION ia"* &CCntlr"p".tio *t*iuting Sewereprfor to lRehabiliation6 a b 'indr Diamebr Maln Sewet LF 1,380 @ ss.eol $F6o.o0 w826A.W $5,408r0 03,260.40 w849.60 $rr7 awCleanlnc, add to 1a above LF 400 PtrtsLINING (CIPP) s-22 fnstalation of Crrled-in-pd Pi .-pe f,t ir,c f@I I i'8 a 923 24-indtCIPPLhing LF 1780 Removd of Protnrding Sertie Cormectiono BA 7 9 10 s-24 s-G Reinstate Acdve Semice Lateral EA t9 8-CIPP Product Teetg EA 11 *26 Lateml CIPP with curnecdon repatr a lateral cornection repair with the first Fft of Iaterat CIPI EA I b Ea& additiqral foot of lateral CIPP LF u0 iSAMTARYSEI1TBR - lr--T 9r? lCf"*,o"terr*,Ufvfr"tafuaorrSort""t turat,EA 10 $1,051.101 $221.001 $5oe.sol $10,611.00 $2sps7.00 92,+39.20 $2"880.001 $xe{o.o0l $1000.001 0z115.ool $30s.001 $46.r01 $83.801 $247.001 $2,880.00 $3,940.00 f,5,000.00 $2115.00 $6/100.00 $375.20 $838.00 $1,235.00 MANHOLBREHABruTATION t3 $28 929 "Cementitiors Itrtortar Lining Rebuild Bench and Invert __tr EA - ]77 474 GBAvTry! _ lll --] I AVEMENT,-l t7 18- 19 LAINPOINT ETRUCflN-1, P-11 l, .RBPAIBS l"Ttr"Pry9l9@[-r"r' PvC ni" fo-rO a""pl EA EA EA EA ,ES fspir"ft n*a*ay Pavement Resto.id*, -o.utu C"p 8" thick) and Asphatt Surfaces Couree (2" thicl) Detail ,.72 -sYlEsY---.l - 10IsY I- s nreete Drivenray Repalr for 24-indr DIP Tee within Polnt Repair BIDTABT'LATION Canrp Hancock Ouffall Rehabilitation Phaee I BID Item No, 1&160 BIDDATE:March 15.2018 wKDf 2n60256.00.AG Comr,ete Cutb & Gutter INWORDS: ConkactTime: 145 Calendar Days Insihrbrrr Tedrnologiee 17988 Edison Ave Chereterfiel4 MO 63005 UenseNo. G717075 BID TABUTATION Camp Hancoc.k Outfall Rehabilitation Phase I BID Iten No. 1&160 BID DATE March lt 2018 wKDf 20150266.00.AG lnsihrlomr Tedrnologies 17988 Edison Ave Chersterfid4 MO 63005 LictnseNo Cl77U75 Item ADDITTVE Extend Rehabilitation limite to SMH MC059M0I94 GEMRAL CONSTRUCTION. LUMP sUM ITEMS L$l lt{obilization (not to excc.ed 3% of Alt A total} L9,2 Bonds,Insurane [S.il Temp. Erosiur and Sediment Cmtrol I"S.t TrafficCurtrol L*7 OwnedsAllowance I.S-8 BypassPumplng GNAvTry MAIN POINT REPAIRS $30 Point Add for 24-indr DIP Tee within Point AddittuBl l(epatu tength (Over l0-feet);Add to itsr A$ 1 above. lZ+in t f,VC np" (O'-10' d".p) [z+*a, wc np" dor - rs' a*pl _-.=- ]@-- t29 992 ReplaeExisting Servicelateral a 6in& Service Iateral (any depth) I{eplaceurent b Add for DIP Service Lateral CLEAMNG & CCTV INSTECTION o0l 001 001 001 ml 0ol IS LS rs LS LS LS 21 22 23 24 25 26 I I 1 1 1 1 $4000, fi70. $eo. $4,550. s19,900. $14f60. $4000.00 $67000 $s60,00 $4,55000 $1%9oo.oo $14,860.00 $2,880.00 $3,940.00 $5,0m.00 $28,460.00 $6,o80.oo $16640.00 $25,400.00 s2260.00 $625.00 $3,551.00 $51,087.50 $1,063.00 $605.00 $2210.00 $2,034i0 $1o.60l EA EA EA BA LF LF LF 1 L 1 4 2 1 5 $2,880.00 $3,%0.00 $1000.00 s2115.00 $3,040.00 $4160.00 05280.00 LF LE 100 28 335 f72.60l szs.ool q_r1 Clean & CCTV Inspectior of Exlsting Sewers prio,r to Rehabilitation a 24-lnch Diameter Main Sewer CI,RED-IN-PLACts PIPS LINING (CIPT) 31 S-22 kratallationofCured-in-PlacePipelining(Clpp) a 2&in&CIPPLining 3.2 S.21 ReinstateActive Senricelateral 33 S25 CIPP Product Teste MANHOLE REHABILITATION 34 $28 C-emmtitious Mortar Lining MIsCBLLAMOT'S CONSTRUCTION 35 M-{ Select Backfi\ GA DOT l}pe t Class I & tr LF LF EA EA I il :ll s152s0 $212.fr $60s.00 $22l.oolVF CY $1301 EIDTABUIJ\TION Canp Hancoc& Ouffall Rehabilitation Phase I BID lhn No. 19160 BID DATB March 15,2018 wKDf 2an50266.00i.c Ineifu forrr Technologiee 17988 EdisonAve ChssErffel4 MO 63005 LtangeNo. c117075 PAVBMBNT STAUCTT'RES 35 37 P-l AsphaltOverlay rr_11 Asphalt Roadway Pavement Restoration, 8" C-ontrete Cap and 2" surlace ourse. See Detail 4.1.2 s]r sY 350 ADDTITYE ALTENNATB A GRAND TOTAL! $322.001 $2o.1ol $12,880.00 $7p3s-oo iry2etfi INWORDS: C;onhact Time: 20 CalerrdarDays ADDITIVE ATTERNATE B Item Deecription GENERAL CONSIRUCIION - LIJMP SUM IfEI\,IS L$1 lMobiti",6ot ,to, to o<ceed 3% of Alt B ConEoL Allowance L$8 BypassPum-ping GBAWIY MAIN TOINT RBPAIBS U S€0 Point Repairs to Main Sewers (I0-feet in leneth) a fzl-inarrvcprpe (up to 1s'dery) ----l CLEANING & CCTV INSPECTION 45 921 Clean & CCTV krspection of Existing Sewere pr{or to- Rehahilitattur a 24-in& Dameter Main Sewer CTJRED.IN.PIJICB PIPB LINING (CIPP) # *n Ineta[a6e1 olGrred_in-placapipe Lining (CIpp) a 2,kin&CIPPLining 47 *24 Reinstate Active Service Lateral48 925 CIPP Product Tests MANHOLE REHABILITATION 49 $28 CementitiousMortarlining MISCETLANEOUS CONSTRUCTION 50 M4 Select Backlilt GA DOT Type I, Ctass I & tr EA LF $l.oM.20 $d04d.20 s3,800.00 $570,10 $ss850 841750.70 $18,000,00 $20,96350 s3,800,00 $670.10 $ss8.50 w76,o.zo $18,000,00 $20,96350 $2,899.30 $41'214.r0 $947.40 $3,029.00 $10,166.00 30 $7.eol 367 6 5 LF EA EA \{F II il $112.30 $157.90 $60580 $22r.ool Brosion and Sediment Control _1 1 CY 30 $3130J BIDTADULATION Curp Hancoc& Ouffall Rehabilitation Phaee I BIDIten No. 18-160 BID DATE: Mardr 15,2[}18 wKD# 20150256J0-A.G Insituform Tedmologies 17988 Edison Ave Chersterfield lvfO 63005 LicenseNo. G117075 PAVEMENT STAUCTT'RXS P-11 Asphalt Roadway Paveurent Restoration, 8" Concrete sr 9Y C-ag aad2-112" sudacr course. $ee Detail4.12 AsphaltOverlay ADDITTVB ALTERNAIT B GNAND TOTAL: $rrrrl $le868.00 $8,040.00 $134889A{' 400P-152 INWORDS: Cqrtract Tlme: 20 Calendar Days BaeeBldGr*dTrhll I AltemateA:l I Nternate B:l Iqffi F PIP . +! ILTEIN4IESII $s59,152.60 $2A2e7,N $132,889.80 $914,333.40 $8s3,333.40 DOC[ MENToo43 13 BID BOND KNOW ALL MEN BY TIIESE PRESENIS, that ri,e, the Indtuforrn Technolosiec. LLC Travclerr Carurlty rnd Surety C.ompanyl79tt Edison Avcnuc, therterfigld, Mo 63005 , . as Priacipal, ofAm*{ca, one Tower Squere 8nd as Surcty, Hertford, CT06tE3 ar€ heroby held and fimly bound uoto the Augueh, Gcorgia Commission of Augusta, Oeorgia as Owner in thc pend 6um o@ for the palment of which, well and tnrly to be made, we hereby jointly and severally bind ourselws, our heirs, executors, adminielrators, suooessors and asrigrs. Sigpad this e day of ,,20 l8_. The condition of the above obligation ic suc.h that whereas the Prinoipal has $bmitted to the Augueta, Georgia Coomission of Augustq Georgia, a sertain Bid, attaclred hereto and hcreby made a part hereof to enter into a contract in writing for the Camp Hancock Outfall Rebabilitation Pl[ forAugusta, Georgia in accordance withplans and speoifications of tho AUGUSTA UTILITtsS DEPARTMENT. NOW, THEREFORB, (a) If said Bid shall be rejected, or in the altcnrate, (b) If said Bid shall be acceptod and the Principal shall exccute and deliver a contract in the Form of Contract attached hpreto (properly completed in accordance with said Bid) and shall firnrish a bond for hic faithful performance of said mnhact, and for tho payment of atl pcrcons perforning labor or firmiehing materials in connection therewith, and shall in all other respecte perfonn the agreement crcated by the acseflance of said Bid, then thie obligation shall be void otherwise the eame shall remain in force and effect; it being expessly understood and agrccd thqt the liability of the Surety for any and all claims hereurder shall, in no evenL expeed the pcnal amount of this obligation as hcrein etated. Augusta tlt llities f)qrannrcnt Caurp tlnncrxk Outlbll Mrohilitorioo Phaso I \4'1il) Prcjcct Nunrbcr: 20I60266.00.AG Bid Bond 0043 13. r The Surety , for value r@eivc, hereby stipulates and agrees that thc obligations of said Suety and its boad shall be in no way impaired or affocted by any cxtcnsion of the time within wbich thc Owner may accept such Bid; and said Surety does heraby waive notise of any such extension. IN W|1NIiSS WIJI'IRF,OF, lhe l'rincipal and the Surcly have hersunlo set thoir hands arrd seals, and sucb of tlretn as ale cotporalioru havc causctl lhcir corporatc seals lo bc herclo aflixed and llrcsc presents to be signed by lheir propff oflicers, the day and year first set forth above, Signed and sealcd this _ o __day of _March A. D,20 ts . lnrituform Technologier, LLC (Seal) (Principal) ,, ,,i*or.QA4*.,, Diane Pertridge, Contractint & Attesting Offfcer Travelers Casudty and Surety C.ompany of America (Scnl) (Surety) Attest (Title) Donna Robson, Ailorney-in-Fact AsNcyMiller, Witness .Atlguslu I ltilitics I )cpartnrorrl ('ant;r lJ611soc1 ()rrtlirll ltc'lmbilitrrinn Phosc t \\'K D I'rojcct Nurnlle,r': 20 I 6t,206.00.AG Bid Bond 0043 13-2 manda L. trYilliams, lyitncss State of Missouri County of St. Louis On 310612018' before me, a Notary Public in and for said County and State, residing therein, dulycommissioned and sworn, personally appeared Donna Robson known to me to be Attoriey-in-Facr of TUvnLERS casu.l,LTy ANn sunprv coupaNy oF,Aunnrca the corporation described in and that executed the within and foregoing instrurnent, and known to meto be the person who executed the said instrument in behalf-of Juia .orporation, and he dulyacknowledged to me that such corporation executed the same. IN WITNESS WHEREoF, I have hereunto set my hand and affixed my official seat, the day and yearstated in this certificate above. My Commission Expires: Amanda L. Williams, Notary public TRAVELENJT Travelerc Caouatty anaTurety Offiffi lgyelerc Casualty and Surety CompanySt Paul Fire and Marine fnsurance bompany POWER OF ATTORT{EY #,?H,}}y=#f,,: lffi:="fff|]"l #:*9;,:.!1r,:kf-s^1g_,"_Tfqt "of:nicl.rrav€l9p casuany and surery company, and st.tSffHfJi l:ilii"",iH:Effi"f,g::,"."f":*":,P*:1":ly^iifll9],*:'-,ffio'T"xeEffi'H;e1lH ir#:$"?*ffi"r,ffi';:;?Hfff:;HT:13:1",3Tf"*:,.:,'g::rji*:,*:*9";is"_E{E;ilf"HoT,ii'"Hj':,.}ffi:[:]l.;T,l:fi31#?'jl*,jhfrfi.."[fl#i[*Jt#ffijr,,ii.*#,1mim,.m*f:ji*lgr*:qriir;;?.&"rfii[Ei,il:x,1";,ffi'.#txislffillo"S'r3ffiri,?j,*"!,:"11f'#,m*#,,1,*1i$*={*EiE;tff,i#?.,f-,if'HHfl,H""ffilffin"fr""Sff"HXl$Siffilgtland ero,ung or suarant€erns oono" andunoertarins;;ilffi;;;'ffiil:"d;ri[I3t"J,ffi.13frlt#itll1"?l lNWTilEssWHEREoF'lhocompanieshavecausedthlslnslrumentlobeslgned,andtheircorporatesearstobehereroaftred,rhlss iltdayotFobrurry,2017. State of Coflneclicut Cily of Hartfod ss. In wlhesr $Jtrereof. t hereunlo sel my hand antl oftohl seal. My Conmlssion erpires the S0th day of June.202l YY\qur C trnau,;kMarfuc.rer@ ilitffiifl-IX?ii3i:T:rXJ,llit*l'flff"s:l#.:1,ffif:'H[3ffi3f8ffi*itT,gil3,Hl'Jjt**-nJ:8"::casuatvandi,",,'flffiffiTffii?l;l',il:1tr c**rili,csilil'dffi;i.l.Ii''sffi;lliEiHffit'?.3;[,ffi'.X,?:ff3ilJ35"[*Tf'ffiil Daled lhis oo day o( r{ardr , 2orr on th's lhe Srd day of February,2a1,, before me persooallyappealod Roos.r L. Reney, wio acknowtedged himseilto be lhe senior vrc6 Ftesaded dTravel€rs casualtv and sucty companv ot lrnerrin, rravei"ri6il,[y ;;i'sr]"rib;p"ny, and st. piri i-rr" "ro Martne rnslrrance company, and[],"1,I1.1ii131ffffi:H.g#rflro io. executeo'heioregotng lns.;.ent biG; irrrces trerern contarned by srgnins on beharrorrhe coiporations RESOLVED, that the Chaarman,-tF^I?ridTf,.".nyVlce Chatrman, arry Executive Mce prestden! any Sentor Vlce predden!.any Vlce ftesadent, anysecond Mce Preddent' lhe T.reasurer, any Assistanl rreasurer, rhe coiporere air"t ry or rny aigirnt-s"i*try may appoint Attorneys.i*Facl a,rdAgents lo ac{ br and on behalf.of ue comianv-ano rji.sF;r6;;pp"fiil;;;'r"rr,ny as rirs oi-r,eiceiriiii oraunoriry may prescrr6 ro sign *,rhthe canpanfs name and T.:l wP ttt" clti"nit;aib",d.' rffiil;-il;;'ffirg^"r or rroem.ity, ffi';rfi wflrngs oblssrory rn rhe nature or arfJ|ffi,lffffi' $ #,'jlfl,iiJnoertarin6' aiJ"=,v or*u im."E "' n "Ei.LIilr Direclors ar aryume may remo,e any srch appoinreo ad revor€ FURTHER REgoLvED' lhat lhe chairman, the Ptesldent, iny vice chairman, anv lxecuriye Mce preddenr, any senior vrce presrdenr o. any vicePresidentmay delegate a,l rI' in *ii,,g;d ;;;iffi,i$[Iffi[,f;i::?#1??,:Hfljlffi;'nT.* "** oremprovees oru,i'-6ii,ii i, p'.o,ro"o ri,,ieaiiisuirioereearion FURTHER REgoLvED' that any.bond, recognizance, contract of indemnhy, or wiling ouigaory In ttc nature of a bond, r€cognizanca, or condnronarunderlaklns ehalr b€ €l'd and bi'iolng uion urE i,*ip"itv ,,tt* t3i 9,iii- iiini' eiliiioir.ti,],1 vi,icfiffi,;il-Erecrnive Mce prcsrdenr, any seniorMce pr.stdenr or any Mce prestdoir, ;r, s-6ilU[ presirieiri -rrre-r-,iasrr"l, Ly egslanr rre"*r"i in-".ilrpor.te secrerary or any Assasrantsecrelary and outv attesteo-1y- ++;i'ff;ii"frr. .or ti " S"i-,Gilli i*;,c".iii#"r;rr ,rtffid exocured (under sear, I r6qurred) uy.fli i:il,ffi11T1ffi;fi[i"1##?Hf"1ffi'#,t lt;trH; it';ffi fri ilT' n", ceruncate # u,"iiti,riiicik;;i#,i;;ily'#L ,o,. FURTHER RESoLVED' that the slgnature of each of the !9!g*p. orygn: Precdent, any Executrve Mce p€ddfit,.any senior vre p.suent, any wsP'esidenl' anv Asslslant uce nq'cioe.1r i.v s*rit"rv, "rv 4lsrient s*r.t"rv, "ni'rie';il;1i; c;ii^i'iii r" "m*d by facdmire ro any poreror AttortEv or lo anv certlficate retating tfedto-a-ppotnir,ie R"uudi viL- i-rii,iiiiiiri, i ir,aenr asssunr diE "rlnd.'. nnorneys.rn-Facr for purpoles on ryorexecullru and attes[ns bondc and utdertakh6S ""J-dil*.yq,rgs obr6rfrHil'"ii"trre.uBre"]:;,rd ;ry-#-ilrer of eflorney or cerriricite bearingsuch facsimile signaturt or facslmlle seal shafl 6- rrlio "no unoin-s ,#G;'d;;i and any such po*J,;";rt"d and certiried by such racsrmiresisnature and facsim,e s€6r sha, be rra'o ano t"di"d;rdCff#fi iii iltr1* #ir,, *rp*r .o ";ry bJio ir?*.r"ndtns to whlch tr ts atracied.l' Kevln E' Hughss' the undersigned, Asslstant s.o.q11 of rrawters c,asualty and surety ?pp"ny of America, Trarchm casuarty and suretyf,#il'#:l ff3:,'J6"'Ji"Tf,T;^[tg;"gr,ru,X ffi;L;rvTi],,L "0o," il-r,"o;";'d;;;. ad cor.ocr copy orirre porcr or By: ro rcrlly tltc authenWty dthls Power otAttqrtey, paasc calt as at l-i(D421-3g&tHe'se tElts't to the ebow'nemd ltiuney'n-rii ato ae *itis a un ut a a whldt ttn pwer ts eltadrc.r, DOCUMENT OO 5I OO NOTICE OF AWARD DATE: CONTRACTOR: ADDRESS: lnsituform Technologies, LLC 17988 Edison Avenue Chesterfield MO State PROJECTNO: dey of 63005 City PROJECT: Camp Phase Z$Code Hancock Outfall Rehabilitation I At a meeting of the you were awarded the Contract for the following Project: held on (Date) Enclosed please find copies of the Contract Documents for your execution. Please complete the necessary pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and retum to this office within l0 days from the date ofthis letter, excluding Legal Holidays. The Certificate of Insurance must be complete. Power of Attorney must be submitted in triplicate; an original and two copies are permissible. Very truly yours, Augusta Program Managernent Team Project Engineer Receipt of this NOTICE OF AWARD is hereby acknowledged this, the ,20 Contractor By Please sigrl and retum one copy of this Notice of Award Acknowledgement to: Augusta Utilities Department Attn: Program Managers 452 Walker Street, Suite 200 Augustg GA 30901 The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation - Phase I WKD Project Number: 20 I 60266.00.AG Notice Of Award 00 51 00 - I INTENTIONALLY LEFT BLANK DOCUMENT OO 52 15 AGREEMENT AGREEMENT This AGREEMENT, made on the _ day ot_,2018, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COI]NTY COMMISSION, party of the fust part, hereinafter called the OWNER, and Insituform Technologies, LLC., party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: CAMP HANCOCK OUTFALL RETIABILITATION PHASE I and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION - LIOUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner or the Contractor to proceed. All work shall be fully completed within the number of calendar days from the date of the Notice to Proceed, as indicated below, based on the portions of the work awarded. The contract durations for each portion of the project in the bid package are listed below: 1. Base Bid - 145 calendar days2. Bid Altemate I - 20 calendar days3. Bid Alternate 2 -20 calendar days The contract duration will be established based on the amount of work awarded. The contract duration shall reflect the above listed amount of calendar days for the respective project scope of work. Therefore, the contract duration shall be 185 calendar days. All work shall be fully completed within this number of calendar days from the date of the Notice to Proceed with all such extensions of time as provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder areESSENTIAL CONDITIONS of this contract. Contactor agrees that said work shall be prosecuted regularly, diligently, and unintemrptedly at such rate of progress as will ensure full completion thereof within the time specifiei. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration thi average climatic range and construction conditions prevailing in this locality. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Agreement Form 00 52 15 - r IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contactor does hereby agree, as a part of the Consideration for the awarding of this contract, to pay the Owner the sum of one thousand and no/100s (S1000.00) Dollars, not as a penalty, but as liquidated damages for such breach ofcontract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the additional time is allowed for the completion of any worlg the new time limit fxed by extension shall be the essence of this contract. ARTICLE III -PAYMENT (A) The Contract Sum The Owner shall pay to the contractor for the performance of the Contract the amount as stated in the BID FORM and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (B) Prosress Payment On no later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the preceding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 9Oo/o of the amount of the estimate on units accepted in place. The l0% retained perceniage may be held by the Owner until the final completion and acceptance of all work under the Conffact. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (A) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall withinl0 days made such inspection, and when he finds the work acceptable under the Contract and the Contact fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Confactor ,including the retained percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final certihcate. (B) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where- such payment has not already been guaranteed by surety bond. (C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Agreement Form 005215-2 (D) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineero and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Eich payment shall be made under the terms and conditions governing final pal,rnent, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. OWITIER: AUGUSTA. GEORGIA ATTEST:SEAL By:By: By:By: The Ilonorable Hardie Davis Mayor Date: APPROVED AS TO FORM: Attorney Date: CONTRACTOR: INSITUFORM TECHNOLOGIES. LLC. Name: Title: Date: The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Lena J. Bonner Clerk of the Commission Date: DEPARTMENT APPROVAL: Thomas D. Wiedmeier Director, Augusta Utilities Departrnent Date: ATTEST: Name: Title: Date : SEAL By:By: Agreement Form 00 52 15 - 3 INTENTIONALLY LEFT BLANK DOCUMENT OO 55 OO NOTICE TO PROCEED TO: Insituform Technologies, LLC. DATE: Attn:Firm Contact 17988 Edison Avenue Chesterfield, MO 63005 PROJECT: Camp Hancock Outfall Rehabilitation Phase I PROJECT NO: You are hereby notified to commence woRK in accordance with the Agreement dated on or before , and you are to complete the WORK within 185 consecutive calendar days thereafter. The date of completion of all woRK is therefore Very truly yours, Project Engineer Receipt of this NOTICE TO PROCEED is hereby acknowledged This, the Contractor: day of , 2018 By: Title: Please sign and return one copy of this Notice to Proceed Acknowledgement to: Augusta Utilities Department 452 Walker Stree! Suite 200 Augusta, GA 30901 The City of Augusta Utilities Department Camp Hancock Ouffall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Notice To Proceed 005500-l INTENTIONALLY LEFT BLANK DOCUMENT OO 6I 13 PERFORMANCE BOND (NOTE : THIS BoND IS ISSUED SIMULTANEoUSLY wITH PAYMENT BOND ON PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY TTIESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of ,with its principal office in the City of ,State of as Surety, hereinafter called Surety, are held and frmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA COMMISSION as Obligee, herei amount of nafter called the Owner, in the penal Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, frmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the Camp Hancock Outfall Rehabilitation Phase I in accordance with the drawings and specifications issued by the Augusta Utilities Department and the Augusta- Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT . NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions, or(2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default a succession of The City of Augusta Utilities Department performance Bond Camp Hancock Outfall Rehabilitation Phase I 60 6l 13 _ t WKD Project Number: 20160266.00.AG defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor Any suit under this bond must be instituted before the expiration of two (2) years from the date on which.final payment under the GoNTRACT falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Signed and sealed this day of A. D.20_. Witness (Seal) (Contractor) Attest By (Seal) (Title) Witness (Seal) (Surety) Attest (Seal) (Title) By The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Performance Bond 00 6l 13 - 2 DOCUMENT OO 6I 15 LABOR AND MATERIAL PAYMENT BOND NOTE:THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-I, IN FAVOR OF T}IE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of with its principal office in the City of State of Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND TIIROUGH THE AUGUSTA, GEORGIA COMMISSION, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as herein below defined in the amount of Dollars (S__________J for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner forthe Camo Hancock Outfall Rehabilitation Phase I in accordance with drawings and specifications issued by the Augusta Utilities Department and Augusta-Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT . NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gos, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the coNTRACT . The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such (l) (2\ The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Payment Bond 00 6l 15 - I claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses ofany such suit. (3) No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer . After the expiration of one ( I) year following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. (b) The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Payment Bond 0061 ls-2 Signed and sealed this Witness Attest Witness Attest The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG day of A. D.20 (Contractor) By (Seal) (Title) (Surety) By (Seal) (Title) Payment Bond 00 6r 15 - 3 (Seal) (Seal) INTENTIONALLY LEFT BLANK DOCUMENT OO 6I 16 CONTRACTORS AFFIDAVIT RELATED TO LIENS, CLAIMS STATE OF GEORGIA COUNTY OF RICHMOND On this day,, being duly sworn, deposes and says that he is the of (Contractor) who entered into a contract, Cantp Hancock Outfall Rehabilitation Phase I dated , with The City of Augusta Utilities Department (Owner) for furnishing materials and labor in the erection and construction of facilities defined in the Contract Documents, such erection and construction having been completed. Further, that in accordance with the Contract Documents and applicable Statutes of the State of Georgia the undersigned hereby declares that the claims of all subcontractors, materialmen, laborers, and all other persons and parties furnishing labor and materials with respect to the above mentioned Contract have been paid in full except as follows: Affiant further states that, by execution of this affidavit, he agrees to indemnifr and save harmless the Owner from any liability for payment of said deficiencies in the stated amounts or any part thereof. Contractor Subscribed and sworn to before me this - day of Notary Public My Commission Expires: 20 The City of Augusta Utilities Departrnent Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG Contractors Affidavit Related To Liens, Claims 00 6l 16 - r INTENTIONALLY LEFT BLANK DOCUMENT OO 6275 CONTRACTORS APPLICATION FOR PAYMENT The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Contractors Application for Payment 006275-1 Contractor's A lication for Pa t No. {pplication )eriod' Application Date: nt rrom (Contractor):Via (Engineer): rabilitation Project - Phase I lontract: lonfractor's Project No. :Ensineer's Proiect No.:20160266.00.AG Application For Paymenl o the best of its knowledge, the following: eived from Owner on account ofWork done under the Contract rge Contractor's logitimate obligations incurred in connection with s for Paymentl ipment incorporafed in said Work, or otherwise listed in or ,ass to Owner at time of payment fre€ and clear of all Liens, :xcept such as are covered by a bond acceptable to Owner Liens, security interest, or encumbrances); and cation for Pa),rnent is in accordance with the Contract Docum€nts )artment ltion Phase I ;.00.AG a. b. Work Completed.......... Stored Meteriel.......-..... $ $ $ $ $ $ c. Total Retainage (Line 5.r + Line 5.b)....... AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5.c)........... LESS PREVIOUS PAYMENTS (Line 6 from prior Application).......... AMOUNT DUE THIS APPLICATION... BALANCE TO ['INISH, PLUS RETAINAGE (Column G totel on Progress Estimates + Line 5.c above)....................... $ Payment of is recommended by Payment of: is approved by: Approved by: (Line 8 or other - attach explanation ofthe other amount) (Engineer)(Date) (Line 8 or other - attach explanation ofthe other amount) (Owner)(Date) Funding or Financing Entity (ifapplicable)(Date) Contractors Application for Payment 006275-1 x x Contractor's Application )artrnent ltion Phase ;.00.AG EJCDC@ C-620 Conbacto/s Application for Payment @ 201 3 Natronal Socrety of Professional Engineers for EJCDC. All righs reserued Page 2 of3 Contractors Application for Payment 006275-2 Contractor's Application Hancock Outfall Rehabilitation Project - Phase I Description ofMaterials or Equipment Stored EJCDC@ C-620 Contractor's Application for payment O20l3NationalSocietyofProfessionalEngineersforEJCDC. Allnghtsreserued. Page 3 of3)artment rtion Phase I r.00.AG Contractors Application for Payment 00627s_3 INTENTIONALLY LEFT BLANK DOCUMENT OO 72 15 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-1 Revision DateAugu6t 2001 GENERAL CONDITIONS ARTICLE I-DEFINITIONS Wherever used in these General Conditions or in the other Conhact Documents the following terrns have the meanings indicated, which are applicable to both the singular and plural thereof: Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by OWNER to prospective Bidders prior to the time of opening of Bids. Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Applicationfor Paymenf-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. Bid-T\e offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work to be performed. Bonds-Bid, perforrnance and payment bonds and other instruments of security furnished by CONTRACTOR and its Surety in accordance with the Contract Documents. Change Order- I document recommended by PROFESSIONAL, which is signed by CONTRACTOR and OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the contract Time, issued on or after the Effective Date of the Agreement. Contract Documents-T\eAgreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after execution of Contract together with all amendments, modifications and supplements issued pursuant to paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement. Contract Price-The moneys payable by OWNER to CONTRACTOR under the Conffact Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the Agreement for the completion of the Work. CONTMCTOR-T\e person, ftrm or corporation with whom OWNER has entered into the Agreement. COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the Augusta, Georgia commission, and its authorized designees, agents, or employees. Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-2 King Day, Memorial Day,4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday, and Christmas Day. Defective-An adjective which, when modifuing the word Work, refers to Work that is unsatisfactory, faultyor deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROFESSIONAL's recommendation of final pa)ment, unless responsibility for the protection thereofhas been assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10). Drawings-Tlte drawings which show the character and scope of the Work to be performed and which have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but ifno such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia. Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division I of the Specifications. Laws or Regulations-Laws, rules, regulations, ordinances, codes andlor orders. Notice of Award-Tlte written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copyto PROFESSIONAL) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. OWNER- Augusta, Georgia, and the Augusta, Georgia Commission. Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a related purpose) before reaching substantial completion for all the work. PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to perform the design and,lor resident engineer services for the Work. PROGRAM MANAGER - The professional firm or individual designated as the representative or the OWNER who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is part of an OWNER designated program. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. Proiect Area-The area within which are the specified Contract Limits of the improvements contemplated to be constructed in whole or in part under this Contract. Project Manager-T\e professional in charge, serving OWNER with architectural or engineering services, his The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20 I 60266.00.AG Standard General Conditions 007215-3 successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having in charge the work embraced in this Conkact. Resident Project Representative-The authorized representative of PROFESSIONAL as pROGRAM MANAGER who is assigned to the site or any part thereof. Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specificallyprepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specificatio,ns-Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other SUBCONTRACTOR for the performance of a part of the work at the site. Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions-The part of the Contract Documents which amends or supplements these General Conditions. supplier-Amanufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. Unit Price ll'ork-Work to be paid for on the basis of unit prices. lVork-Tlte entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as required by the Contract Documents. Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended byPROFESSIONAL, ordering an addition, deletion orrevision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work ChangeDirective may not change the Contract Price or the Contract Time but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequentiy issued The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-4 Change Order following negotiations by the parties as to its effect, if any, on the Contract price or ContractTime as provided in Article 10. llritten Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non- engineering or non-technical rather than strictly Work-related aspects of the Contract Documents. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-5 AugusE 2001 ARTICLE 2-PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these Contract Documents. Copies of Documents: 2.2. Aftet the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (l) complete set of the Contract Documents for execution of the work. Additional sets of the project manual and drawings and/or individual pages or sheets of the project manual or drawings will be nrrnisnia by COUNTy upon CONTRACTOR's requestand aTCONTRACTOR's expense, which will be OWNER's standard charges for printing and reproduction. Commencement of Contrarct Time, Notice to proceed: 2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed may be given at any time after the Effective Date of the Contract. Starting the Project: 2.4' CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR. B efo re S tarting C o n stru ctio n : 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully studyand compare the Contract Documents and check and veriff pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if coNTRACToR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review: 2.6-1. an estimated progress schedule indicating the starting and completion dates of the various stages of the Work: 2.6.2. a preliminary schedule of Shop Drawing and Sampre submissions, and 2.6-3. apreliminary schedule of values for all of the Work which will include quantities and prices ofitems aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-6 of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at the time of submission. 2.7 . Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, an original policy or certified copies of each insurance policy (and other evidence of insurance which OWNER may reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with Article 5. Pre-constru ctio n C o nference : 2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER ,PROFESSIONAL and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling Shop Drawings and other submittals, processing applications for payment and maintaining required records. Finalizing Schedules: 2.9. At least ten days before submission of the first Application for Payment, a conference attended by CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10) calendar days to make corrections and adjustments and to complete and resubmit the schedules. No progress payrnent shall be made to CONTRACTOR until the schedules are submitted and acceptable to OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by PROFESSIONAL as to form and substance. CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as compared to scheduled progress on work. Schedule updates shall accompany each pay request. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG Standard General Conditions 007215_7 Revision DateAugust 2001 ARTICLE 3.CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding asif called for by all. The Contract Documents will be construed in accordance with the law of the State of Georgia. 3.2. lt is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. AnyWork, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be supplied whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. 3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7,the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). Clarifications and interpretations ofthe Contract Documents shall be issued byPROFESSIONAL as provided in paragraph 9.4. 3.4. Reference to standards, specifications, manuals or codes of anytechnical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.5. Il during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and anyprovision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall notbe liable to OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Conhact Documents unless CONTRACTOR had actual knowledge thereof or should reasonablyhave known thereof. Amending and Supplementing Contract Documents : 3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-8 AugusE 2001 3.6.1. aformal Written Amendment, 3.6.2. a Change Order (pursuant to paragraph 10.3), or 3.6.3. a Work Change Directive (pursuant to paragraph 10.4). As indicated in paragraphs 1 1.2 and l2.l,Contract Price and Contract Time mayonlybe changed by a Change Order or a Written Amendment. 3.7.In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized in one or more of the following ways: 3.7.I. a Field Order (pursuant to paragraph 9.5). 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and 6.26), or 3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of documents: 3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the Project or any other project without written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by PROFESSIONAL. The City of Augusta Utilities Departrnent Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-9 ARTICLE 4-AVAILABILITY OF' LANDS, PHYSICALCONDITIONS; REf,.ERENCE PoINTs Availability of Lands: 4' 1' owNER shall furnish, as indicated in the contract Documents, the lands upon which the work isto be performed' rights-of-way and easements for access thereto, and such other lands which are designated forthe use of coNTRAgfo.R^I""essaryeasements orrights-of-waywill be obtained and expenses will be borneby owNER' If coNTRACToR and bwNBR -" u"u'ur" ,o us"e on entitlement to or the amount or extent ofany adjustments in the contract Price or the contract ri*", ^-u result of any delay in owNER,s furnishingthese lands' rights-of-way or easements, the coNTRACion -uv make a claim therefor as provided inArticles I I and 12' The coNTRACToR shall provide ro. u[ uaaitonal lands ura u"L.. thereto that mayberequired for temporary construction facilities o. .torug" oi*""ii"r, and equipment. Physical Conditions: 4'2'l ' Explorations and Reports:Reference is made to the supplementaryconditions for identificationof those reports of explorationt u,d tests of subsurface "onaiii*, at or contiguous to the site that have beenutilized in preparing the contract Documents and those drawings of physlar conditions in or relating toexisting surface or subsurface structures at or contiguous to the site (except underground Facilities) that havebeen utilized in preparing the Contract Documents. 4'2'2' coNTRACToRmayrelyupon the general accuracyof the "technical data,'contained in suchreports and drawings' Such "technical datai' is idenlified in the iupprementary conditions. Except for suchreliance on such "technical data," coNTY9Igl -uv o., ,"rv upon or make any claim against owNER,PR.FESSI.NAL, or any of pRoFESSI.NAL's consultants #tn respect to: 4'2'2'l ' the completeness of such reports and drawings for coNTRACToR,s purposes, including butnot limited to' anyaspects of the means' metlods, tech;i;:."qrences and procedures of construction to beemployed by coNTRACToR and safety precautions and programs incident thereto, or 4'2'2'2- other data, interpretations, opinions and information contained in such reports or shown orindicated in such drawings, or ","n aur?,?lr.,|fffi:X:ffif* ili:H:l?:f: oror concrusion drawn rrom any ,,technicar data,, or any 4'2'3 ' rf conditions are encountered, :T"-lullq existing utilities, at the site which are (l) subsurface orotherwise concealed physical conditions *t i"t difier mat#uiry r.oo, those indicated in the contractDocuments or (2) unknown physical conditions or * urr.rui **.", which differ materially from thoseordinarily found to exist and generally recognized as inherent in construction activities of the characterprovided for in the conhact Documents, then coNTRACToRshall give owNER;";;;" thereof promptlybefore conditions are disturbed and in ," "** later than +s hours after first observance of the conditions. 4'2'4' The owNER and PRoFESSIoNAL shall promptly investigate such conditions, and, if theydiffer materially and cause an increase or decrease in ioNinacroRf ,ori.i-"r',ime required for,performance of any part of the work, the owNER *d pRoFEisIoNAL shalr recommend an equitableadjustment in the contract Price or contract Time, or both rr,t " ciwi.rER and PRoFESSIONAL determine T" Ciry of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase IWKD Project Number: 201 60266.00.AG Standard General Conditions 007215_10 August 2001 that the conditions at the Site are not materially different from those indicated in the Contract Documents or are not materially different from those ordinarily found and that no change in the terms of the Contract is justified, the PROFESSIONAL shall notiff CONTRACTOR of the determination in writing. The Work shall be performed after direction is provided by the PROFESSIONAL. Physic al Co nditio ns-Undergroun d F acilities : 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others. unless it is otherwise expressly provided in the Supplementary conditions: 4.3-l-1. OWNERand PROFESSIONAL shall not beresponsible forthe accuracyorcompleteness of any such information or data; and 4.3-1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for reviewing and checking all such information and data for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with theOWNER'S of such Underground Facilities during construction, for the safety and protection thereof asprovided in paragraph 6.20 and,repairing anydamage thereto resulting from the Work, the cost of all ofwhichwill be considered as having been included in the contract price. 4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22,identifu the OWNER of such Underground Facility and give written notice thereof to that OWNER and toOWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the conse-quences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRAifOn shall be allowedan increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they areattributable to the existence of any Underground Facility that was not shown or indicated in the ContractDocuments and which CONTRACTOR could not reasonably have been expected to be aware of. If the partiesare unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor asprovided in Articles ll and,12. Reference Points: 4'4' OWNER shall provide Engineering surveys to establish referencepoints forconstruction which inPROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the W;.k.CONTRACToR shall be responsible for laying out the Work (unless otherwise specified in the GeneralRequirements), shall protect and preserve the established reference points and shill make no changes orrelocations without the prior written approval of OWNER. CONTRACTOR shall report to pROFESSIONAL whenever any reference point is lost or destroyed or requires relocation because ofnecessary changes in gradesor locations, and shall be responsible for the accurate replacement or relocation of such referenie poiit, by The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 00 72 15 - I I professionally qualified personnel. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to ttre site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notifr OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice (i) specifuing that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifuing any special conditions under which such Work maybe resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have deleted such portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, pCBs, petroleum, Hazardous waste or Radioactive Material uncovered or revealed at the site. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-12 Revi6ion DateAugust 2001 ARTICLE s-BONDS AND INSURANCE Performance and Other Bonds: 5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equalto the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligationsunder the Contract Documents. These Bonds shall remain in effeciat least until one year after the date whenfinal paYT nent becomes due, except as otherwise provided by Iaw or Regulation or by tire Contact Documents.CONTRACTOR shall also furnish such other Bonds as are requirea Uy ttre Supplementary Conditions. AllBonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed bysuch sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended)by the Audit Staff Bureau of Accounts, U.S. Treasury Department. Alf Bonds signed by an agent must beaccompanied by a certified copy of the authority to act. Licensed Sureties and Insurers; Certificates of Insurance 5.2.1 All bold_s and insurance required bythe Confact Documents to be purchased and maintained byCoNTRACToR shall be obtained from surety or insurance companies that are duly licensed or authorized inthe State of Georgia to issue bonds or insurance policies for the iimits and "or".uj", so required. All bondssigned by an agent must be accompanied by a certified copy of authority to act. iuch surety and insurancecompanies shall also meet such additional requirements and qualifications as may be irovided in theSupplementary Conditions. 5'2'2' CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in5'3, an original or a certified copy of the complete insurance policy for each policy required, certificates ofinsurance (and other evidence of insurance requested by OWNnn or any other additional insured) whichcoNTRACToR is required to purchase and mainkin in accordance with 5.3. 5'2'3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomesinsolvent or its right to do business is terminated in any state where any part of the project is located or itceases to meet the requirements ofparagraph 5.1, CONTRACTOR shall within five days thereafter substituteanother Bond and Surety, both of which must be acceptable to owNER. CONTRACTOR's Liability Insurance: 5'3' CoNTRACTOR shall purchase and maintain such comprehensive general liability and otherinsurance as is appropriate for the Work being performed and furnished and as ,uilifroria" protection fromclaims set forth below which may arise out of or result from CONTRACToR's performance and fumishing ofthe Work and CoNTRACToR's other obligations under the Contract Documents, whether it is to beperformed or furnished by CONTRACToR, by any Subcontractor, by anyone directly or indirectly employedby any of them to perform or furnish any of the work, or by anyone fo, wlose acts any of them may be liable: 5'3'l' Claims under workers'or workmen's compensation, disability benefits and other similaremployee benefit acts; The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215_13 5-3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death ofCONTRACTOR's employees; 5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of anyperson other than CONTRACTOR's employees; 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by anyperson as a result of an offense directly or indirectly related to the employment of such p"r.o" UyCONTRACTOR, or (b) bV any other person for any other reason; 5.3.5' Claims for damages, other than to the Work itself, because of injuryto or desffuction oftangibleproperty wherever located, including loss of use resulting therefrom; 5'3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury ordeath of any person or for damage to property; and 5'3'7. Claims for damages because of bodily injury or death of anyperson or property damage arisingout of the OWNERSHIP, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverage's and be written for not lessthan the limits of liability and coverage's provided in the Supplementary Conditions, or required by law,whichever is greater. The comprehensive general liability iosu.ance shall include compleied operationsinsurance. All of the policies of insurance so required to bepurchased and maintained (or the certificates orother evidence thereof) shall contain a provision or endorsement that the coverage afforded will not becanceled, materially changed or renewal refused until at least thirty days prior writte;otice has been given toOWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remainin effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing orreplacing defective Work in accordance with paragraph l3.lz.In addition, CONTRACTOR shall maintainsuch completed operations insurance for at least two years after final payment and furnish OWNER withevidence of continuation of such insurance at final payment and one year thereafter. C o ntractu al Liability f n s u ran c e : 5.4. The comprehensive general liability insurance required byparagraph 5.3 will include contactualliability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33. OWNER's Liability fnsurance : 5'5' OWNER shall be responsible forpurchasing and maintaining OWNER's own liabilityinsurance,and/or Risk Retention Program, and, at oWNER's option, may purchase and maintain such insurance as willprotect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary conditions,maintain properfy insurance upon the work at thssite to the full insurable The City of Augusta Utilities Departrnent Camp Hancock Outfall Rehabilitation phase IWKD Project Number: 20160266.00.AG OWNER shall purchase and value thereof (subject to such Standard General Conditions 007215_14 deductible amounts as may be provided in the Supplementary Conditions or required by I-aws andRegulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors,PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief, collapse and water damage, and such other perils as may be provideJ in the Supplementary Conditions, and shall include damages, losses and expenses arising out of or resulting from anyinsured loss oiincurred in the repair or replacement of any insured property (including but not limited to fees and charges ofPROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk"insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase andmaintain similar property insurance on portions of the Work stored on and offthe site or in transit when suchportions of the work are to be included in an Application for payment. 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional propertyinsurance as may be required by the Supplementary Conditions or Laws and Regulations which will includethE iNtCTEStS Of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIoNAL,s consultants in the Work, all of whom shall be listed as insured or additional insured parties. 5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be purchasedand maintained by owNER in accordance with paragraphs 5.6 and 5.7 will "ortui, a provision orendorsement that the coverage afforded will not be canceled or materially changed or renewal refused until atleast thirty days prior written notice has been given to coNTRACToR by certified mail and will containwaiver provisions in accordance with paragraph of 5.11.2. 5'9. owNER shall not be responsible for purchasing and maintaining any property insurance toprotect the Interests of CONTRACTOR, Subcontractors or others in the Work to the exteni of anydeductibleamounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount willbe borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishesproperty insurance coverage within the limits of such amounts, "u"h *uy purchase and maintain it at thepurchaser's own expense. 5'10' IfCONTRACTORrequestsinwritingthatotherspecialinsurancebeincludedintheproperty insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will Ue cnargeO toCONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work atthe site, owNER shall in writing advise CONTRACToR whether or not such other insurance has beenprocured by OWNER. lVaiver of Righ*: 5' l 1' l ' owNER and CoNTRACToR waive all rights against each other for all losses and damagescaused by any of the perils covered by the policies of insuru*" pr*ia"d in response to paragraphs 5.6 and 5.7and other property insurance applicable to the Work, and also waive all such lgt ts again.t the Subcontractors,PRoFESSIONAL, PRoFESSIONAL's consultants and all other parties named as insureds in such policies forlosses and damages so caused. As required by paragraph 6. I I , each subcontract between CONTRACToR anda Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER,CoNTRACToR, PRoFESSIONAL, PROFESSioNAL's consultants and all otherpartiesnamed asinsureds.None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds ofinsurance held by owNER as trustee or otherwise payable under any policy so issuid. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215_15 5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests mayappear, subject to the requirements of anyapplicable mortgage clause and ofparagraph 5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. Receipt and Application of Insurance Proceeds 5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper performance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained byCONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the contract Documents, owNER shall notit, coNTRACToR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with p*ugruph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the folicies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not complying with the Contract Documents, CONTRACTOR shall notifu OWNER inwriting thereof within ten days of the date of delivery of such certificates to CONTRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional informationin respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insurance purchased by the other as complying with the Contract Documents. Partial Utilizatio n-P rop e ret Insurance : 5.15. If owNER finds it necessary to occupy or use a portion or portions of the Work prior to The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215_16 Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or lapse on account of any such partial use or occupancy. Indemnifrcation 5.16.1. CONTRACTOR shall indemniff and hold harmless OWNER, PROGRAM MANAGER" and its employees and agents from and against all liabilities, claims, suits, demands, damages,losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury sickness, disease or death, or injury to or destruction of tangible properfy, including the loss of use resulting therefrom and (b) is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by at y of them, or anyone for whose acts any of them may be liable, whether or not it is caused in whole or in part by the negligence or other fault of a parly indemnified hereunder. 5 .16.2. In any and all claims against OWNER or any of its agents or employees by any employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or other employee benefit acts. 5.16.3. CONTRACTOR shall indemnifu and hold harmless OWNER and anyone directly or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys' fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in connection with any alleged infringement of such rights. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AC Standard General Conditions 007215-17 *;ili:i 3ili ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solelyresponsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, metlod, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons orthe Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR willnot permit evening work or the performance of Work on Saturday, Sunday or any legal holiday withoutowNER's written consent given after prior written notice to pROFESSIONAL. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish andassume full responsibility for all materials, equipment, labor, transportation, construction equipment andmachinery tools, appliances, fuel, power, light, heat, telephone, watei, sanitaryfacilities, temporaryfacilities and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing,initial operation, and completion of the Work as required by the Contract Documents. 6.5. All materials and equipment shall be of good qualityand new, except as otherwise provided in the Contract Documents- If required byPROFESSIONAL, CONTRACTOR shall fumish satisfactoryevidence(including reports of required tests) as to the kind and quality of materials and equipment. All materials andequipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with theinstructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no pro-vision of any such instructions will be effective to assign to PRoFESSIoNAL, or anyofpRoFESSIoNAL's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions oiparagraph 9.14 or 9.15. A dj u sting Prog re ss S c h edu le : 6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated inparagraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; thesewill conform generally to the progress schedule then in effect ind additionally will comply with any The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 00 72 15 _ l8 Revision Date AugusE 2001 provisions of the General Requirements applicable thereto. Substitutes or "Or-Equal,, ftums: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents byusing the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended toestablish the t1pe, function and quality required. Unless the name is followed by words indicating that nosubstitution is permitted, materials or equipment of other Suppliers maybe accepted bypRoFESSIoNAL ifsufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that thematerial or equipment proposed is equivalent or equal to that named. The procedure for review byPROFESSIONAL will include the following as supplemented in the General Requirements. Requests forreview of substitute items of material and equipment will not be accepted byPROFESSIONAL from anyoneother than CONTRACTOR' If CONTRACTOR wishes to fumish or use a substitute item of material orequipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof,certifuing that the proposed substitute will perform adequatelythe functions and achieve the results called foiby the general design, be similar and of equal substancJto that specified and be suited to the same use as thatspecified' The application will state that the evaluation and acceptance of the proposed substitute will notprejudice CoNTRACToR's achievement of Substantial Completion on time, whither or not acceptance of thesubstitute for use in the Work will require a change in any of the Contract Documents (or in the provisions ofany other direct contract with OWNER for work on the Project) to adapt the design to tLe proposed substituteand whether or not incorporation or use of the substitute in ionnection with the Work i. subiect to payment ofany license fee or royalty. All variations of the proposed substitute from that specified will be identified in theapplication and available maintenance, repair and replacement service will be indicated. The application willalso contain an itemized estimate of all costs that will result directly or indirectly from acceptance of suchsubstitute, including costs of redesign and claims of other contractors affected Uyitre resulting change, all ofwhich shall be considered byPRoFESSIoNll!. In evaluating the proposed substitute, pRoFESSIouai *uyrequire CONTRACTOR to furnish, at CONTRACTOR's expinse, additional data about the p.opo."i substitute. 6.7 .2. lf a specific means, method, technique, sequence or procedure of construction is indicated in orrequired by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,sequence' technique or procedure of construction acceptable to PRoFESSIoNAL, if coNTRACToR submitssufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to thatindicated or required by the contract Documents. The procedure for review ty rirornssloNAl will besimilar to that provided in paragraph 6.7.1 as applied uy rnornsSloNAr and as maybe supplemented in theGeneral Requirements. 6'7'3' PROFESSIoNAL will be allowed a reasonable time within which to evaluate each proposedsubstitute' PRoFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installedor utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a ChangeOrder or an approved Shop Drawing. OWNER may requiie CONTRACTOR to furnish, at CONTRACTOR,sexpense, a special performance guarantee or other surety with respect to any substitute. pROFESSIONAL willrecord time required by PROFESSIONAL and PRoFESSIoNAL's consultants in evaluating substitutionsproposed byCoNTRACToR and in making changes in the ContractDocuments occasioned thereby. Whetheror not PROFESSIONAL accepts a proposed substitute, coNTRACToR shall reimburse owNER for thecharges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute. Concerning Subcontractors, Suppliers and Others : The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 0072ls_19 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection. CONTRACTOR shall not be required to ernploy any Subcontractor, Supplier or other person or organization to fumish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations including those who are to furnish the principal items of materials and equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Workunder a direct or indirect confactwith CONTRACTORjusI as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6. 10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.1 l. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subconkactor which specifically binds the Subcontractor io the applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5. I I . CONTRACTOR shall pay each Subconffactor ajust share of any insurance moneys received by CONTRACTOR on account of losses under policies issuedpursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6. 12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product ordevice which is the subject of patent rights or copyrights held by others. CONTRACTOR;ha[ indemnify andhold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either ofihemfrom and against all claims, damages, losses and expenses including attorneys'fees and-court and arbitration costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of theWork or resulting from the incorporation in the Work of any invention, design, process, product or device not The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-20 specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits: 6. 1 3. CONTRACTOR shall obtain and pay for all construction and encroachment permits, licenses, governmental charges and inspection fees, and all public utility charges which are applicable and necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permiuing process will be considered for time extensions only and no damages or additional compensation for delaywill be allowed. Laws and Regulations: 6.14.1 . CONTRACTOR shall give all notices and comply with all I-aws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such laws, rules, and regulations, it will notifu the Project Manager promptly in writing. Any necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Project Manager, it shall bear all related costs. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted bythe Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Any loss or damage to CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attemptto settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemniff and hold OWNER harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-21 6.17. During the progress of the Worlq CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-22 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger them. Record Documents: 6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all changes in red made during the construction process. These shall be available to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final payment. S"feU and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessaryprecautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all employees on the Work and otherpersons and organizations who maybe affected thereby; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site;and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Iaws and Regulations of any public body having jurisdiction for the safety ofpersons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notifii OWNERs ofadjacent property and of Underground Facilities and utility OWNERs when prosecution ofihe Work may affect them, and shall cooperate with them in the protection, removal, relocaiion and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2o1 6.20. j caused, directly orindirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by *y of them to perform or fumish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage oilos attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER orPROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may beliable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CbN-TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. CONTRACTOR shall designate a responsible member of its organ izationwhose duty shall be theprevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to the project Manager. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-23 Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give PROFESSIONALpTompt written notice if CONTRACTORbelieves thatanysignificantchanges in theWork or variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Change Directive or Change Order be issued to document the consequences of the changes or variations. 6.22.1- CONTRACTOR shall immediately notifu PROFESSIONAL of all events involving injuries to anyperson on the Site, whether or not such person was engaged in the consfuction ofthe Project, and shall file a written report on such person(s) and any other event resulting in property damage of any amount within five (5) days ofthe occurrence. 6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to document the consequences of such action. Shop Drawings and Samples: 6.23 - After checking and veriffing all field measurements, CONTRACTOR shall promptly submit toPROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and samples required by the Contract Documents. All submittals and samples shall have been checked by and stamped with the approval of coNTRACToR and identified as PRoFESSIoNAL may require. The data shown on or with the submittals will be complete with respect to dimensions, design crite;a, materials and any other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal orsample may have from the requirements of the contract Documents. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review andapproval shall be only for conformance with the design concept of the Project and compliance with theinformation given in the Contract Documents. The approval oi a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTORwiI1 make anycorrections required byPROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR,s stamp of approval on any submittal or sample shall constitute its representation to pROFESSIONAL andoWNER that CONTRACTOR has determined and verified all quantities, dimensions, field constructioncriteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed orcoordinated with the requirements of the Work and the Contract Documents. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission hasbeen approved byPRo_FESSIONAL. A copyof each approved submittal and each approved sample shall bekept in good order by CONTRACTOR at the site and shatt be available to pROFESSIONAL and OWNER.Any delays associated with the submittal process will be considered for time extensions only, and no damagesor additional compensation for delay will be allowed. 6'24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determinedand verified all quantities, dimensions, specified performance ..it".iu, installation requirements, materials, The City of Augusta Utilities Departrnent Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 0072 t5 _24 catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.24.3. At the time ofeach submission, CONTRACTOR shall givePROFESSIONAL specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific noktion to be made on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such variation. 6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of consfuction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 6.27. PROFESSIONAL's approval of submittals or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such variation at the time of submission and the OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from responsibility for errors or omissions in the submittals. 6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work performed prior to PROFESSIONAL's review and approval of the pertinent submiffal will be at the sole expense and responsibility of CONTRACTOR. Continuing the ll/ork: 6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed orpostponed pendingresolution ofanydisputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise agree in writing. Cleaning Up: 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and other debris or contaminants resulting from the work on a dailybasis or as required. At the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools, construction equipment and machinery and surplus materials and will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition to any other rights available to OWNER underthe Contract Documents, CONTRACTOR,s failure to maintain the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of the site not designated for alteration by the Confract Documents. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 1 60266.00.AG Standard General Conditions 007215_25 Indemniftcation: 6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemni$ and hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, anyperson ororganization directlyorindirectlyemployedby any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. 6'33. InanyandallclaimsagainstOWNER,PROGRAMMANAGERorPROFESSIONALoranyof their consultants, agents or employees by any employee of CONTRACTOR, any Subconfactor, anyperson or organization directly or indirectly employed by any of them to perform or fumish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organi zationunder workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-26 Revision Da[e Augu6r 2001 ARTICLE 7-OTHER WORI( Related Work at Site: 7. 1 . OWNER may perform other work related to the Project at the site by OWNER's own forces, have other work performed by aided OWNERs or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereol CONTRACTOR may make a claim therefor as provided in Articles ll and 12. 7. 1 .2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERS and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility OWNERs and other contractors. 7 .2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in respect of such coordination. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-27 Revlsion DateAuqust 2001 ARTICLE 8---OWNERIS RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL. 8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such appointment shall be subject to arbitration. 8.3. OWNERshallfurnishthedatarequiredofOWNERundertheConfactDocumentspromptlyand shall make payments to CONTRACTOR promptlyafter theyare due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identiffing and making available to CONTRACTOR copies ofreports of explorations and tests of subsurface conditions at the site and in existing structures which have been utilized byPROFESSIONAL in preparing the Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-28 Revision Dale AuquEt 2001 ARTICLE 9---PROFESSIONAL'S STATUS DURING CONSTRUCTION O WNE R's Representative : 9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and PROFESSIONAL. Wsi* to Site: 9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of construction to observe the premises and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified desigr PROFESSIONAL, PROFESSIONALwiII keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Proj ect Rep rese ntatio n : 9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will fumish a Resident Project Representative to assist PROFESSIONAL in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations : 9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract Documents (in the form of Drawings or otherwise) as maybe determined necessary, or as reasonablyrequested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to an increase in the Conhact Price and/or Contract Time, CONTRACTOR may make a claim as provided for in Articles ll or 12. Authorized Variations in Work: 9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These maybe accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG Standard General Conditions 00't215 - 29 CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 1l or 12. Rej eaing D efective Wo rk : 9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL believes to be defective and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. ln connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11 and 12. 9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payrnent, etc., see Article 14. Determinations for Unit Prices: 9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from such a decision. Decisions on Disputes: 9.1 1. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 1 1 and 12 in respect of changes to the Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days afterthe occurrence of the event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim. 9. 12. When functioning as interpreter and judge under paragraphs 9.1 0 and 9. 1 1 , PROFESSIONALwill not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 0072ls-30 interpretation or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant to paragraphs 9. l0 and 9. 1 I with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitatio n s o n P RO F E S S IO NAL's Re sp o n sib ilitie s : 9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees. 9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any of the Work. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 00 72 ls - 3r Revision DaEeAugusr 2001 ARTICLE Io.-CHANGES IN THE WORK 10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions, deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request, identifoing the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable conditions of the Contract Documents. 10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions contained in these Contract Documents. 10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be signed byPROFESSIONAL and CONTRACTOR and submitted to OWNER for approval. 10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with Section I 1.3. The Work Change Directive will speciff a price, and if applicable a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONTRACTOR may submit a claim in accordance with Articles 1l and 12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the Work Change Directive. 10.5. CONTRACTOR shall proceed diligentlywithperformance ofthe Work as directed byOWNER, regardless of pending claim actions, unless otherwise agreed to in writing. 10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required bythe provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-32 Revlslon DateAugust 2001 ARTICLE 11.CHANGE OF CONTRACT PRICE 1 1.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments) payable to CONTRACTOR forperforming the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the parfy making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occulrence (unless PROFESSIONAL allows an additional period of time to ascertain more accurate data in support ofthe claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined byPROFESSIONAL in accordance with paragraph 9.1 1 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 1 1.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined by the following procedures: 11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are approximations prepared by OWNER for bid purposes and that the actual compensation payable to CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual quantities of items involved as measured in the field and required to complete the Work as originally defined in the Contract Documents. 11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as defined in these Contract Documents, is required and affects the quantities required for items designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item required to complete the Work as defined in the Contract Documents. 1 1.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order. ll-3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount of increase or decrease in the lump sum price shall be established by mutual agreement of the parties. I 1.3.5. If the pricing methods specified in 1 1.3 are inapplicable, or if the parties are unable to agree on a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance with I I .4 and 1 1 .5. OWNER shall then process a unilateral Change Order, specifoing the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 1 60266.00.AG Standard General Conditions 007215-33 Augu6! 20ol Change Order. 1 1.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions. Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph I 1.5: ll.4.l. Payroll costs for employees in the direct employof CONTRACTOR in the performance of the Work under schedules ofjob classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment fumished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTORunIess OWNERdeposits fundswith CONTRACTORwith whichto make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then deterrnines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. ll.4-4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attomeys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: I 1.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC- The City of Augusta Utilities Departrnent Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-34 Rewislon Da!eAugust 2001 TOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5 .4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. I 1.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them maybe liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the performance and fumishing ofthe Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost ofthe Workforthe purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and ilsurance required because of changes in the Work and premiums of properly insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.6. 11.5. The term Cost of the Work shall not include any of the following: I 1.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and otherpersonnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-35 referred to in paragraph I 1.4.1 or specifically covered by paragraph 1 1.4.4-all of which are to be considered administrative costs covered by CONTRACTOR's Fee. 11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 1 1.4.5.9 above). 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. I 1.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expresslyincluded in paragraph 11.4. CONTRACTOR's Fee: I1.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: I I .6.1. a mutually acceptable fixed fee, or if none can be agreed upon; 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: ll .6.2.1 . for costs incurred under paragraphs I 1 .4. I and ll .4.2, CONTRACTOR's Fee shall be fifteen percent, 11.6.2.2. for costs incurred under paragraph I 1.4.3, CONTRACTOR's Fee shall five percent; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on account ofoverhead and profit ofall Subcontractors shall be fifteen percent, ll .6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 1 1 .4.4, I I .4.5 and I 1.3, 11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and 11.6.2.5. when both additions and credits are involved in any one change, the adjustment in CON- The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-36 TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through | 1.6.2.4, inclusive. 1I.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved in anychange, the combined overhead and profit shall be calculated on the basis ofthe net change, whetheran increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of equipment, material byunits of measure and price per unit, other costs specifically itemized, plus the overhead and profit markup. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL CONTRACTOR agrees that: I 1.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to reflect actual amounts due CONTRACTOR on account ofWork covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Prtce Work: I 1.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made byPROFESSIONAL in accordance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-37 materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article 1l if the parties are unable to aglee as to the amount ofany such increase. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-38 Revision DateAugus! 2001 ARTICLE I2.CHAIIGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7) calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond CONTRACTOR's control or fault. 12.2. lf CONTRACTOR is delayed at any time in the performance, progress, coilrmencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an ernployee of either, or by uny separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR's conhol or fault, then the Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay which OWNER may determine to be due solely to such causes and only to the extent such occurrences actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract Documents to the contrary no intemrption, interference, inefficiency, suspension or delay in the performance, progress, commencement or completion of the Work for any cause whatsoever, including those for which OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for intemrption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the procedures set forth herein. The City of Augusta Utilities Deparhnent Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-39 Revision Da!eAuqu6r 2001 ARTICLE I3-WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORI( Warranty and Guarantee : 13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner, free from faults or defects, and in accordance with the requirements of the Contract Documents and any inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all applicable building, construction and safety requirements shall be considered defective. Notice of all defects shall be given to CONTRACTOR byPROFESSIONAL. All defective work, whether or not in place, may be rejected, corrected, or accepted as provided in this Article. Access to ll'ork: 13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of the Work and also for any inspection or testing by others. Tests and Inspections: 13.3. IftheContractDocuments,laws,ordinances,rules,regulationsorordersofanypublicauthority having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore. 13.4. The testing firm(s) (if assigned by OWNER to this WorD and all such inspections, tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense including additional expenses for inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled awayfrorn the site, CONTRACTORwiII fumish PROFESSIONALwith therequired Certificates of Inspection, testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organizations as maybe required by law or the Contract Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of PROFESSIONAL and at CONTRACTOR,s expense. 13.5. All inspections, tests or approvals other than those required by Laws or Regulations of anypublic body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by PROFESSIONAL if so specified). 13.6. If any Work (including the work of others) that is to be inspected, tested or approved is coveredwithout written conculrence of PROFESSIONAL, it must, ifrequested byPROFESSIONAI-, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-40 not acted with reasonable promptness in response to such notice. 13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or approvals bypersons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the work in accordance with the requirements of the contract Documents. Uncovering lYork: 13.8. If any Work required to be inspected, tested or approved is covered prior thereto without theprior written approval of PROFESSIONAL, or if any Work is covered cooirury to the request ofPROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection, testing or approval and replaced at coNTRACToR's expense. 13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed byPROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shailuncover' expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may require, that portion of the Work in question, fumishing all necessary labor, material and equipment. If it i;found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but notlimited to fees and charges of PROFESSIONALs, architects, attorneys and other pROFESSIONALs), andOWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable toagree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, sirchWork is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract price or anextension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof,coNTRACToR may make a claim therefor as provided in Articles ll and, lz. Orl/NER May Stop the Work: I 3. I 0. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen orsuitable materials or equipment or make prompt payments to Subcontractors ioi labor, materials, or equipmentor if CONTRACTOR violates any provisions of these Contract Documents, OWNER may orderCONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right ofOWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for thebenefit of CoNTRACToR or any other party. CONTRACTORshaII have no right to claim an increase in theContract Price or Contract Time or other damages for a stop work order under this paragraph. Correction or Removal of Defective lVork: l3.ll. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost toOWNER and as specified by PROFESSIONAL, either correct the defective Work whether fabricated,installed, or completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not correct such defective Work or remove and replace such defective Work within a reasonable time, asspecified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All directand indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment toCONTRACTOR. CoNTRACTOR will also bear the expense of correcting or removing and repiacing all The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215_41 Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work. One Year Conection Period: 13.12. If, after approval of final palrnent and prior to the expiration of one year after the date of substantial ssmpletion or such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any Work or materials are found to be defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective Work. IfCONTRACTORdoesnotpromptlycomplywiththetermsofsuchinstructions,OWNERmayhave the defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attomeys and other professionals) will be paid by CONTRACTOR. Acceptance of Defective ll/ork: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges oiingineers, architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 1 l. If the acceptance occurs after such recommendation, an appropriate amountwill be paid by CONTRACTOR to OWNER. OWNER May Conect Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice ofPROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as required byPROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to perforrn the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents, OWNER may, after seven days'written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR iomall or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machineryat the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paidCONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER'srepresentatives, agents and employees such access to the site as may be necessary to enable OWNER toexercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-42 in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessaryrevisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof OWNER may make a claim therefor as provided in Article I l. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal orreplacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Conffact Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Neglected Work by CONTRACTOR 13.15. If CONTRACTOR neglects to execute the Work in accordance with the Confact Documents, including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not limited to, employing additional workmen and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the Work done by others. The cost of completion under such procedure shall be clarged against CONTRACTOR. A Change Order shall be issued incorporating the necessaryrevisions in the Contract Documents, including an appropriate reduction in the Confact Price. Ifthe payments due CONTRACTOR are not suffrcient to cover such amount, CONTRACTOR shall pay the difference to OWNER. 13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs to OWNER of associated inspection, construction management and resident engineers shall be identified to CONTRACTOR and the Contract Price reduced by a like amount via Change Order. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-43 Revi6ion DaleAugu6! 2001 ARTICLE I4.PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payrrent acceptable to Project Manager. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payrnent: 14.2. At least twenty (20) calendar days before the date established for each progress palnnent (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application for Payment filled out and signed by CONTRACTOR covering the work completed as of the dateof the application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Workbut delivered and suitably stored at the site or at another location agreed to in writing, the Application for payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNBR has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest the.iir, all of which will be satisfactory to OWNER. Payment is subject to a ten percent (l0o/o)retainage that will be held until the final payment or acceptance by OWNER. The amount of retainage with respect to progress pa)mentswill be as stipulated in the Agreement. CONTRACTORTs Waruanty of Title: 14.3- CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER nolater than the time of payment free and clear of all Liens. Review of Applicationsfor Progress Payment: 14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application forPayment, either indicate in writing a recommendation of palanent and present the application to OWIIIER, orreturn the application to CONTRACTOR indicating in writing PROFESSIONALIs reasons for refusing torecommend payment. ln the latter case, CONTRACTOR may make the necessary corrections and resubmit theapplication. OWNER shall, within thirty-one calendar days of presentation to him of the application forpayment with PROFESSIONAL's recommendation ofthe amount for payrnent, pay CONTRACTOR amount recommended. 14.5. PROFESSIONAL's recommendation of anypayment requested in an Application for payment will constitute a representation by PRoFESSIONAL to OWNER, based on pnOi-BSSIoNAL's on-siteobservations of the work in progress as an experienced and qualified design PRoFESSIONAL and on pRoF- ESSIoNAL's review of the Application for Payment and the accompanying data and schedules, that the Workhas progressed to the point indicated; that, to the best of PRoFESsIdNeys knowledge, information andbeliei the quality of the Work is in accordance with the Contract Documents subject to in evaluation of the The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-44 Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that CONTRACTOR is entitled to palrnent of the amount recommended. However, by recommending any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTORTo bepaid additionallybyOWNERorOWNER to withhold payment to CONTRACTOR. 14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL may also refuse to recommend any such pa5rment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullifu any such payment previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7 .3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14. or 14.7 .4. of PROFESSIONAL's actual knowledge of the occurence of any of the events enumerated in paragraphs I 5.2. 1 throu gh 15.2.9 inclusive. OWNERmayrefuse to make payment of the full amountrecommended byPROFESSIONALbecause claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for such action. Substantial Co mpletion : 14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notifu OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue acertificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR andPROFESSIONAL shall make an inspection of the Work to determine the status of completion. IfPROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will noti$rCONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially The City of Augusta Utilities Deparhnent Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG Standard General Conditions 0072 15 - 4s *ffi:i H;; complete, PROFESSIONAL will prepare and deliver to owNER a tentative certificate of SubstantialCompletion which shall fix the date of Substantial Completion. There shall be attached to the certificate atentative list of items to be completed or corrected before final payment. OWNER shall have seven days afterreceipt of the tentative certificate during which to make writien objection to PROFESSIONAL as to anyprovisions of the certificate or attached list. If, after considering such obiections, PROFESSIONAL concludesthat the Work is not substantiallycomplete, PRoFESSIoNAiwill, wiihin fourteen days after submission ofthe tentative certificate to oWNER notifu CONTRACToR in writing stating the reasons therefor. If, afterconsideration of oWNER's, objections, PROFESSIONAL considers the Work substantially complete,PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR adefinitive certificate of Substantial Completion (with a revised tentative list of items to be completed orcorrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified afterconsideration of any objections from OWNER. At the time of delivery of the tentative certificate of SubstantialCompletion, PROFESSIoNAL will deliver to OWNER and CONTRACTOR a written recommendation as todivision of responsibilities pending final payment between owNER and coNTRACToR with respect tosecurity, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER andCONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to pROFESSIONAL,s issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation willbe binding on OWNER and CONTRACTOR until final payment. l4'9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date ofSubstantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correctitems on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which(i) has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, andCoNTRACToR agree constitutes a separately functioning and usable part of the Work that can be used byOWNER for its intended purpose without significant interference with CONTRACTOR,s performance oftheremainder of the Work, maybe accomplished prior to Substantial Completion of all the Work subject to thefollowing: 14' 10. I . owNER at any time may request CONTRACTOR in writing to permit OWNER to use anysuch part of the Work which owNER believes to be ready for its intended use and substantially complete. IfCONTRACTOR agrees, CONTRACTOR will certifu to OWNER and PROFESSIONAL that said part oftheWork is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completionfor that part of the work. coNTRACToR at any time may notifu owNER and PRoFESSIoNAL in writingthat CoNTRACTOR considers any such part of the Work ready ior its intended use and substantially completland request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. withina reasonable time after either such request, owNER, coNTRACToR and PRoFESSIONAL J;ll ;"[;;inspection of that part of the work to determine its status of completion. If pRoFESsIoNAL does notconsider that part of the work to be substantially complete, pRoFESSIoNAL will notiff owNER andCONTRACToR, in writing, giving the reasons therefor. irpRorBssIoNAL considers that part of the workto be substantially complete, the provisions of paragraphs 14.8 and 14.9 willapply with respect to certificationof Substantial Completion of that part of the Work and the division orr".ponrilility in respect thereof andaccess thereto. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-46 Augu6! 2001 14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final paynent between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. 14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial Occupancy. Final Inspection: l4.ll. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR andwill notifu CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Fin al App lic atio n fo r P aym e nt : 14.12. After CONTRACTOR has completed all such corrections to the satisfaction ofPROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by 5.2, certifrcates of inspection, marked-up record documents and other documents, CONTRACTOR rnay make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and asapproved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit ofCONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected withthe Work for which OWNER or OWNER's property might in any way be responsible have been paid orotherwise satisfied- If any Subcontractor or supplier fails to fumish such a release or receipt in full, The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 0072t5-47 *ffii:: r;i CONTRACTORmayfurnish abond or other collateral satisfactoryto OWNERto indemnifyOWNERagainst any lien. 14.12.1. No application for final payment will be accepted by OWNER until approved as-built documents by coNTRACToR are accepted and approved by PRoFESSIONAL. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215_48 14-12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider, Subcontractor, laborer or other party to ensure that payrnents due and owing by CONTRACTOR to any of them are or will be made. Such parties shall rely only on CONTRACTOR's surety bonds for remedy of nonpa)ment by him. CONTRACTOR agrees to defend and resolve all claims made by Subconhactors, indemni$ring OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material men or laborer services in connection with this project. 14.12.3. General Indemnity: CONTRACTOR shall indemnifyOwNER and PROFESSIONAL for any damages sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the work required by these contract documents. Final Payment and Acceptance: 14.13. If, on the basis of PROFESSIONAL's observation ofthe Work during construction and final inspection and PROFESSIONAL's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of payment and present the Application to OWNER for payment. At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to OWNER of the application and accompanyrng documentation, in appropriate form and substance and with PROFESSIONAL's recommendation and notice ofacceptabilrty, the amount recommended by PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if bonds have been fumished as required in Article 5, the written consent of the surety to the paynent of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation: 14.15- CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or finalpayment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payrnent by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 00't215 - 49 nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16. The making and acceptance of final payrrent will constitute: 14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled liens, from defective Work appearing after final inspection pursuant to l4.l I, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-50 Revi6i,on DateAugu6t 2001 ARTICLE Is-SUSPENSION OF WORI( AND TER]VIINATION OWNER May Suspend l{ork: 15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period ofnotmore than ninetydaysbynotice in writing to CONTRACTORandPROFESSIONALwhich will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension ofthe Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Termination For Cause: 15.2. Upon the occurrence of any one or more of the following events: 15 .2. f . if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2. if apetition is filed against CONTRACTORunderanychapteroftheBankruptcyCodeasnow or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed underapplicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due; 15.2.6.if CONTRACTOR fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply suffrcient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 asrevised from time to time); 15 .2.7 . if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8. if CONTRACTOR disregards the authority of pROFESSIONAL; or 15'2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents, The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-51 Revision Da!€Augu6t 2001 OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days'written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially determined that there was no cause for termination, the termination for convenience provision will be the means for disposition of the balance of the contract obligations. Terminatio n for Convenicnce 15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. ln such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on suchWork; 15.4-2. For expenses sustained prior to the effective date of termination in performing services andfurnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, suppliers and others; and 15.4.4. For reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination willnot affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafteraccrue. Any retention or payment of moneys due CONTRACTOR by OWNOn will not release The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20 I 60266.00.AG Standard General Conditions 007215_52 CONTRACTOR from liability. CONTRACTOR May Stop Work or Terminate: 15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working days' written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days after it is submitted or OWNER has failed for thirty- one calendar days after it is submitted to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due CONTRACTO& including interest thereon. The provisions ofthis paragraph are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.30 to carryr on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Standard General Conditions 007215-53 Revision DaEeAugu6r 2001 ARTICLE I6.DISPUTE RESOLUTION 16. I . All disputes arising under this Contract or its interpretation whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the facts surrounding the claim in sufficient detail to identifu the claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) working days of its commencement, the claim will be considered only for a period commencing ten ( I 0) working days prior to the receipt by OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by registered or certified mail, return receipt requested, directed to his last known address. 16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia Iaw in the Superior Court of Richmond County, Georgia. CONTRACTORbyexecution of the Confact consents tojurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest same. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215-54 Revision Da!€August 2001 ARTICLE IT.MISCELLANEOUS Giving Notice: 17 .1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17 .2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. General: I 7.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any elror, omission or act of the other party or of any of the other parfy's employees or agents or others for whose acts the other party is legally liable, claim should be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17 '4. T\e duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees andobligationsimposeduponCONTRACTORbyparagraphs 6.32,13.l,13.l2,13.l4,l4.3and15.2andall of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if ripeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Confact Documents will survive final payment and termination or completion of the Agreement. 17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of five (5) years from the date of final completion or termination of this Conffact. OWNER shall have the right to audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during tfreperiod of the Contract and for a period of five (5) years thereafter provided, however, such activity shall beconducted only during normal business hours. OWNER, during this period of time, shall also have tle right toobtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the aforesaid records and supporting documentation. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Standard General Conditions 00 72 15 - 55 Revision DaEeAugus! 2001 17 .6. The Contract Documents are intended by the Parties to, and do, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-l I -1, et seq. In the event any provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract Documents shall control. 17 .7 . Notwithstanding any provision of the law to the confary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and CONTRACTOR specifically waives any claim to same. Substitutions: 17.8. Notwithstanding anyprovision of these general conditions, there shall be no substitutions of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. Sanitary Sewer OverJlow Prevention : 17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction: 1 7.9. I The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited. 17 .9 .2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. Thisplan will include a list of key personnel with 24-hour contact information who will respond during an emergency situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite.Any changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT REPRESENTATIVE prior to implementation. 17 .9.3In the event by,pass pumping is required to facilitate new sewer conskuction, bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department for rivie* prior to establishment of the blpass. All bl,pass systems will include complete redundancy in pumping systems, if failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the State. 17 .9 .4 Blpass pumping will be monitored continuously by a person knowledgeable in pump operation and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater towaters of the State. 17 .9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following actions: l. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.2. Immediately notiff the Utilities Department dispatcher (706.796.5000) and the RESIDENT PROJECT REPRESENTATTVE (contact information will be provided at the preconstruction conference). 3. Maintain a chronicle of relevant information regarding the incident including specific actions The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215_56 taken by the CONTRACTOR and estimates of the discharge volume. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if appropriate. 17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATTVE and the OWNER, the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be the responsibility of the CONTRACTOR. 17.9.8 Following a discharge ofuntreated wastewater, a downstream inspection will be conductedby the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR. PROGRAM MANAGER: 17.10 The PROGRAM MANAGER for the project is Augusta Utilities Department, Engineering Division. The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in any way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authoritytoexercise anycontrol over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM MANAGER'S own personnel. The presence ofPROGRAM MANAGER's personnel atthe construction site is forthe purpose ofprovidingto OWNER a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers of materials incorporated into the construction work. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Standard General Conditions 007215_57 END OF SECTION INTENTIONALLY LEFT BLANK DOCI]MENT OO 7314 INDEX TO SI]PPLEMENTARY CONDITIONS SECTION SC-01 Scope of the WorkSC-02 List of DrawingsSC-03 BondsSC-04 Contractor's Liability InsuranceSC-05 Project SignSC-06 Protection of the EnvironmentSC-07 Temporary ToiletsSC-08 Plans and Specifications FurnishedSC-09 Record DrawingsSC-10 Shop Drawings SC-l l Existing StructuresSC-12 Salvage MaterialSC-I3 Referenced SpecificationsSC-14 Traffic ControlSC-15 SurveysSC-16 Construction Order and ScheduleSC-17 Consulting EngineersSC-18 lnspection and Testing of WorkSC-19 Site AccessSC-20 Tree SaveSC-21 Georgia Prompt Pay ActSC-22 City AcceptanceSC-23 DisputesSC-24 Specified MaterialsSC-25 Interest Not Earned on RetainageSC-26 Basis of PaymentSC-27 Compliance with Laws, Codes, Regulations, Etc.SC-28 Equivalent MaterialsSC-29 After Hours InspectionSC-30 Supplement to the Agreement The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Supplementary Conditions 007314-t DOCT MENT 00 73 14 ST]PPLEMENTARY CONDITIONS -01. SCOPE OF THE WORK: The project consists of rehabilitation of approximately 2,450 LF of 24-inch diameter gravity sewer line via Cured-In-Place Pipe (CIPP). The project also includes trenchless lateral rehabilitation, open-cut repairs, limited service lateral improvements, installation of cleanouts, and all associated surface restoration. .02. LIST OF DRAWINGS: The following drawings, prepared by The Augusta Utilities Department comprise the plans for the project. -03. BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 201 60266.00.AG Supplementary Conditions 007314-2 SHEET LIST TABLE SIIEET NO.SHEET TITLE ORIGINAL / REVISED DATE REVISEI) G-01 COVER SHEET G-02 GENERAL NOTES AND LEGENT G-03 BYPASS G-04 GRAVITY MAIN AND MANHOLE REPAIR TABLES CEOl SEDIMENT AND EROSION CONTROL DETAILS c-01 PLAN A AND B c-02 PLAN C AND D c-501 CIVL DETAILS c-502 CNIL DETAILS c-503 GDOT CONSTRUCTION DETAILS c-503 TRAFFIC CONTROL DETIALS -04. CONTRACTOR'S LIABILITY INSI]RANCE : Insurance shall be written with limits of liability shown below or as required by law, whichever is greater: Commercial General Liability (per occurrence) Each Occurrence General Aggregate Products Personal & Adv Ioj,rry Fire Damage Automobile Liability (any auto) Combined Single Limit Excess Liability (any auto) Each Occurrence Workers Compensation Employer Liability -05. PROJECT SIGN: The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG $ 1,000,000 $ 2,000,000 $ 2,000,000 $ 1,000,000$ 500,000 $ 1,000,000 s 5,000,000 Statutory Limits $ 1,000,000 The Contractor will provide and install one (1) project sign at prominent location on the construction site as directed by the Engineer. The sign will carry in a prominent manner the name of the project, the Owner, and the name of the Contractor and the Engineer and a 24-hourphone number for the Contractor in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 7-feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project sign in the Total Base Bid. -06. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimi ze thetransportation of silt and other deleterious material from the project area onto adjacent properties or into adjacent water courses. All chemicals used during project construction or furnished for project operation, whether herbicide,pesticide, disinfectant, pol5rmer, reactant or of other classification, must show approval of either EpA or USDA. Use of all such chemicals and disposal of residues shall be in conformance *ith prirrted instructions. -07. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workrnen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean andsanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. .08. PLAITIS AITID SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Additional sets ofplans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his writtenrequest. -09. RECORD DRAWINGS: Supplementary Conditions 007314_3 The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes in red ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction and at the completion of construction. Prior to submitting his estimate for final payment, as-built drawings are to be prepared and submitted by the contractor to the engineer. As-built drawings shall include tap locations and manholes located to a minimum of two separate surface features. .10. SHOP DRAWINGS: The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel details and other descriptive data on every item, where shown on the drawings or specified herein. The Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of submittals will cover only general confonnity with the project requirements, while responsibility for detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the results of the submittal reviews within ten (10) days of the receipt by the Engineer thereof. -11. EXISTING STRUCTTIRES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. -12. SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor. .13. REF'ERENCED SPECIFICATIONS : Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specifications as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. -14. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MLIICD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. -15. STIRVEYS: The Engineer has established base lines for locating the principal component parts of the work, together with a suitable number of bench marks adjacent to the work. From the information thus provided, the-Contractor The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Supplonentary Conditions 0073 t4 - 4 shall develop and make all detail surveys needed for construction lines and elevations. The Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes, reference points and bench marks after they are set and, in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. -16. CONSTRUCTION ORDER AITID SCHEDT]LE: A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified. B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: ( 1 ) Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. (2) A statement of the order of procedure to be followed that will result in the required protection and completion of the work within the overall contract time. (3) A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. C. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. D. Progress Schedule Requirements (l) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate stage of Work as specified and shown, to include at least: (a) Identification and listing in chronological order of those activities reasonably required to complete work, including, but not limited to, subcontract work, major equipment design, factory testing and startup activities, project close out and cleanup and specified work sequences, constraints, and milestones, including Substantial Completion date(s). Listings to be identified by Specification section number.(b) Identiff: (i) horizontal time frame by year, month, and week, (ii) duration, early- start, and completion of each activity and sub-activity and (iii) critical activities and Project float.(c) Provide sub-schedules to further define critical portions of the work.(d) Monthly schedule submissions: show overall percent complete, projected and actual, and completion progress by listed activity and sub-activity.(e) Identifu the critical path on the schedule. (2) General: The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG Supplementary Conditions 007314-5 (a) Schedule(s) shall reflect work logic sequences, restraints, delivery windows, review times, contract times and milestones set forth in the Agreement, and shall begin with the date of Notice to Proceed and conclude with the date of Final Completion. (b) The schedule requirement herein is the minimum required. Contractor mayprepare a more sophisticated schedule if such work will aid Contractor in execution and timely completion of work.(c) Base schedule on standard 5-day work week.(d) When bar chart or network analysis schedules are specified, use Primavera Project Planner, latest version, SureTrak latest version or a compatible and approved software. (e) Adjust or confirm schedules on a monthly basis as follows: Contractor shall submit to Engineer for acceptance proposed adjustments in the progress schedule that will not change the contract times (or milestones). Such adjustments will conform generally to the progress schedule then if effect and additionally will comply with any provisions of the General Requirements applicable thereto. Proposed adjustments in the progress scheduled that will change the contract times (or milestones) may only be a Change Order. Use offloat suppression techniques such as preferential sequencing or logic, special leadllaglogic restraints, and extended activity times are prohibited, and use of float time disclosed or implied by use of altemate float-suppression techniques shall be shared to proportionate benefits to Owner and Contractor. Pursuant to above float-sharing requirement, no time extensions will be granted nor delay damages paid until a delay occurs which (i) impacts project's critical path, (ii) extends work beyond contract completion date. -1 7. CONST]LTING ENGINEERS: The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the Engineer, by preparing plans and specifications for the work and by providing certain services during the bidding and construction phases of the project. The consulting engineer, W.K. Dickson & Co.. Inc. is authorized to represent the Director of Utilities within the limits ofthe various duties delegated and assigned to the frm by the Director. Nevertheless the Director of Utilities remains the final authority hereunder and is the "Engineer" as used throughout the Contract Documents. The presence or duties of Consulting Engineer's personnel at the construction site, whether as onsite representatives or otherwise, do not make personnel in any way responsible for those duties that belong to Owner and/or the Contractor or other entities, and do not relieve the Contractor or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health and safety precautions required by such construction work. The Consulting Engineer's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty ofinspecting, noting, observing, correcting, or reporting on health or safety deficiencies of the Contracto(s) or other entity or any other persons at The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Supplernentary Conditions 007314-6 the site except Consulting Engineer's own personnel. The presence of the Consulting Engineer's personnel at the construction site is for the purpose of providing to Owner a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s). Consulting Engineer neither guarantees the performance of the construction contractor(s) nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this Agreement only, construction sites include places of manufacture for materials incorporated into the construction work, and construction contractors include manufacturers or materials incorporated into the construction work. .I8. INSPECTION AND TESTING OT'WORK: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufftcient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall fumish the inspector with all required assistance to facilitate thorough inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspector shall, at all times, have fulI permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and is in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the Owner shallpay the cost of re-examination and replacement. If such work is not in accordance with the Contract Documents, the Contractor shall pay such cost. The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory, to monitor more fully on the Owner's behalfthe quality of materials and work, and to perform such test. ur *uy The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 201 60266.00.AG Supplernentary Conditions 007314-7 be required under the Contract Documents as conditions for acceptance of materials and work. The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of the Laboratory will be coordinated by the Engineer through his duly authorized inspector. The Owner will bear the cost of testing a particular material or ar€a of the work once. Where retesting is required following corrective measures or under other circumstances, the Contractor shall reimburse the Owner for the cost of additional testing. -19. SITE ACCESS: ln order to minimize damage to existing paving and landscaping, access to the site for the contractor's personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be required to use on those routes unless written approval is given by the owner. -20. TREE SAVEI Prior to beginning grading operations, the Contractor is to notifu the Owner and the Engineer so that those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor shall take every precaution, including tree protection fence, to save these trees. -21. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreemeniis inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. -22. CITY ACCEPTAITICE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction ofthe Augusta Utilities Department and the Engineer. This provision ihall not relieve the Contractor of hisresponsibilities for guarantees. -23. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of orrelating to the Agreement, or the breach thereof shall be decided in the Superior Court ofRichmond County,Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Ri"h*orrd County, Georgia. -24. SPECIFIED MATERIALS: Attention is drawn to the specification of certain brands or manufacturers of construction materials on thedrawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation fromthe product specified will be allowed. Notwithstanding any provision ofthe general conditions, there shall beno substitution of materials that are not determined to be equivalent to those indicated or required in thecontract documents without an amendment to the contract. -25. INTEREST NOT EARNED ON RETAINAGE: The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20160266.00.AG Supplernentary Conditions 007314-8 Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. -26. BASIS OF PAYMENT: As explained in the section "lnstructions to Bidders" and in the "General Conditions", payment will be made based on the per cent complete per the contractor,s breakdown. -27. COMPLIANCE WITH LAWS. CODES. REGT]LATIONS. ETC.: Supplementing the provision ofthe GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents andrequirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments andregulations pursuant thereto", and the Contractor shall comply therewith. 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules andRegulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit tlie Contract either to work, to store materials, or to stage operations, and B' that the Contractor has obtained from the Owner of the aforesaid electric power lines advice inwriting as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for thecompletion of the safety measures which are required by Section 3 of the high voitage act beforeproceeding with any work." The Contractor agrees that prior to the completion of piecautionary measures required by the high voltage act he will neither bring nor permit the bringing of anyequipment onto the site (or onto any area or areas onto which the contract documents require orpermit the Contractor to work, to store materials, or to stage operations) with which it is possible tocome within ejsht feet of any high voltage line or lines pursuant to operations arising out ofperformance of the Contract. The foregoing provisions apply to power lines located (a) orithe siteand (b) on any area or areas onto which the contract documents require or permit the Contractoreither to work, to store materials, or to stage operations, or (c) within working di.t n"" for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit orreducethe duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractoragrees that the foregoing provisions supplement provisions of the General Conditions. The The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation phase I WKD Project Number: 20 I 60266.00.AG Supplernentary Conditions 007314-9 Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation oflaw but shall also be a breach ofcontract and specific violation ofthe provisions of the General Conditions which pertains to safety precautions. 3. Occupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. -28. EOUTVALENT MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. -29. AFTER HOI]RS INSPECTION: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Righrof-way Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Planning Commission Development Documents dated Septemb er, 7999, or latest version. If inspectors of Augusta- Richmond County are needed to work outside normal business hours, Augusta-Richmond Countyneeds to be notified in advance. .30. SUPPLEMENT TO THE AGREEMENT a) Defective nricins To the extent that the pricing provided by CONTRACTOR is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. b) Specified excuses for delav or non-nerformance CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts ofnature. ln any such event, the contract price and schedule shall be equitably adjusted. c) Termination of the contract for default Failure of the CONTRACTOR, which has not been remedied or waived, to perform or otherwise comply with a material condition of the Agreement shall constitute default. Augusta, Georgia may terminate this contract is part or in whole upon written notice to the CONTRACTOR pursuant to this term. d) Prohibition against contingent fees There shall be no contingent fees allowed under this contract. e) An acknowledsement bv all parties contractins with Aususta. Georsia as follows: The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG Supplernentary Conditions 007314-10 "Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characteized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. f) Use of Aususta. Georsia Landfill All contracts for contractors performing demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. g) Federal Work Authorization Prosram All contractors and subcontractors entering into contracts with Augusta, Georgia forthe physical performance of services shall be required to execute an Affidavit verifoing its compliance with O.C.G.A. $ 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authoization program. All contractors and subcontractors must provide theirE-Verifunumberandmustbe incompliancewiththe electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization progrcm operated by the United States Department of Homeland Security to veriff information of newly hired employees, pursuant to the Immigration Reform and Control Act of I 986 (IRCA), P .L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G'A. $ 13-10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontracto(s) each subcontractor's E-VeriS number as evidence of verificationofcompliancewithO.C.G.A. $ 13-10-91onthesubcontractoraffidavitprovidedinRule300-10- 01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Supplementary Conditions 007314-ll h) Owner Insoections All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part ofthe plant, place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. D Local Small Business: ln accordance with Chapter l0B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE $ l-10-129(d) (7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the forrnat specified by the Director of minority and small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. END OF SECTION The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 1 60266.00.AG Supplementary Conditions 0073 t4 - l2 2. 3. l. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20 I 60266.00.AG DOCUMENT OO 80 OO SPECIAL PROVISIONS CONSTRUCTION SAFETY In order to protect the lives and health of his employees under the contract, the Contractor shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended. This Act is commonly known as the Construction Safety Act and pertains to health and safety standards. The Contractor shall also maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from Work, arising out of and in the course of employment on Work under the contract. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his construction products, appliances, and methods and for any damage that may result from their failure or their improper construction, maintenance, or operation. BUILDER'S RISK The Contractor shall assume entire responsibility for all work, materials, and equipment provided by him until final completion and acceptance of the project, and he shall be held responsible and liable for their safety in the amount paid to him by the owner on account thereof. PUBLIC TRAFFIC The Contractor shall maintain, in a safe and practical way, the roadways that are now used by the public or individuals that neither may be unnecessarily delayed or inconvenienced on account of the work being carried on by the Contractor. The Contractor will be responsible for all injuries and damages to persons or property incurred by such person or persons, firm, or corporation on account of the acts or claims of negligence by the Contractor to the aforesaid while passing over the public or private roadways. The Contractor will be required to repair or make reparation for any damages that he may have caused to the roadways, public or private, immediately after discontinuing traffii along such route or when authorized to do so by the Georgia Department of Transportation. BARRICADES AND LIGHTS Travel upon streets, commercial driveway, or residential driveway shall not be inconvenienced needlessly. Whenever a street is closed, the Contractor shall cause plainly worded signs, announcing such fact, to be placed with proper barricades at the nearest cross street upon each side of obstructi,on and upon intersecting streets. The Contractor shall maintain sufficient warning lights during the hours of darkness in and about thework which is underway, and it is his responsibility to see that such lights are lit and kept lit from sunset to sunrise. 4. Special Provisions 008000-I The Contractor shall also provide and maintain suitable detour signs so as to warn the public of work underway and to guide them around the work in progress where it would be dangerous for them to proceed through the work area. 5. UNDERGROI.IND UTILITIES All underground utilities may not be shown on the plans relative to type and/or location. The Contractor shall be responsible for locating all existing utilities prior to excavation. The Contractor shall have all utilities located at least one week prior to the planned date for excavating in the areas of interest. The Contractor shall immediately infonn the Engineer of unforeseen problems related to the types and/or locations of underground utilities and shall allow for a minimum of seven days for the Engineer to revise plans in the event revisions are necessary based on underground utility findings. All costs for temporarily or permanently relocating overhead or underground utilities shall be paid for by the Contractor. 6. GDOT SPECIAL PROVISIONS All work in the GDOT right-of-way is subject to the provisions of the GDOT Regulations for Driveway and Encroachment Control dated October 10,2009 or latest edition. The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Special Provisions 008000-2 .4 G MAILED/FA)GD TO: FROM: DATE: SUBJ: BID ITEM: From: lo: @*r,*rrr-rl q/"Nr*rrl %. @"*@rora, @d*, AllVendors Nancy Williams, Quality Assurance Analyst Tom Wiedmeier, Utilities Department 8,il.ilil:^,r,,Wryq February 27,2018 New Bid Opening Date, Clarifications to Specifications and Responses to Vendor's Questlons Bid ltem #18-160 Camp Hancock Outfall Rehabilitation - Phase 1 for Augusta Utilities Department BrD opENtNG DArE: Thursday, March 15, 2018 @ 11 :00 a.m. ADDENDUM 1 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above-named Bid Package. The changes and clarifications shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on Attachment B within the Specificatione package. The Bid Opening Date for Bid ltem #18-160 Camp Hancock Outfall Rehabititation - Phase I for Augusta Utilities Department has been changed: Tuesday, March 6, 2018 @ 3:00 p.m. Thursday, March 15,2A18 @ 11:00 a.m. Clarifications to the Speclfications: when you are instructed to ADD, DELETE, or MAKE CHANGES to A BID ITEM PAGE oR PAGES, these additions, deletions, or changes MUST be made on the bid item pages you submit with your bidding proposal. CHANGES TO OTHER PAGES When you are instructed to DELETE something which is NOT on a Bid ltem Page, you may line through the text diagonally and/or print or write the word "DELETE" on the text being deleted. Physically removing the page(s) is not necessary. when you are instructed to ADD A NON.BID ITEM PAGE{S), oR poRTtoNS THEREOF, you MUST CONSIDER iUthem in developing your bid. Resoonses to Vendor's Questions: 1. Willthe City provide a list of qualified LSB's? Response: The LSBOP directory is accessible online via AuqustaGA.GovlLSBOp.Directorv Room 605 - 535 Telfair Street, Augusta Georgia 30901 (7 06') 82t -2422 - F ax (706) 82 I -28 I I \\\\: t\, !t u r ilili{ a, 9(.1\- Register at www.demandstar.com/sun nl ier for automatic bid notifi cation Scan lhis QR code with your smartphone or elmerEl equipped tablet to visit the Augusla, Georgia Addendum I Bld hem *18.160 Gamp Hancock Outfal Rehaburatlon - phase I 2. ls the 185 day completion period including or excluding Alternate Bld ltems? Response: The contract duration is revised to reflec{ the amount of work in the base bid and each alternate. The new contract duration for each are as follows: a. Base Bid - 145 calendar daysb. Bid Alternate 1 - 20 calendar daysc. Bid Alternate2- 20 calendardays This change is also reflected in the attached revised Section 00 52 15 - Agreement Form. Remove Section 00 52 15 in its entirety and replace with the attached revised Section 00 52 15. 3. What is the budget for Base and Alternates? Reeponse: No. The Engineers opinion of probable construction cost will not be released prior to the Bid opening. 4. Which EPMS system will be used on this project? Response: Upon further review, the EPMS is determined to be unnecessary for this proiec't. All references to the EPMS shall be removed from the Contrac{ Documents. This results in the following changes to the Contrast Documents:a. Remove Specifications Sec'tion 01 2201in its entirety.b. ln Specifications Section O0 21 14, remove item lB-09 - Electronic Projec't Management System.c. Remoye Specifications Sec{ion 00 33 01 in iG entirety and replacement with Section 01 33 01, attached.d. Remove all references to EPMS in individual Technical Specifications. 5. ls CCTV available for the pipes scheduled for rehab and if so, how do we get a copy of the video? Response: GCTV data is available upon request and can be obtained by contacting the Engineer, W.K. Dickson, by phone or via email at nkasey@wkdickson.com. The data will be sent via physical hard drive via overnight shipping. Data cost will be $50.00. 6. There are no provisions for point repairs in the base bid. lf needed, with the pay item for the work be attributed to one of the Altemates? Response: The Bid Form is revised to address this issue by providing pay items for point repairs under the Base Bid. Specifieations Section 00 41 43 - Bid Form shall be removed in its entirety and replaced with the revised attached Sec{ion 00 41 43. 7. lf awarded, will the Altemates be awarded as a total or in a line item by line item basis? Response: lf awarded, the Alternatives will be awarded as a total. The awarded scope shall not consist of individual line items representing portions of the work in the Alternatives. 8. Does the prime contractor have to have an employee of the prime contractor acting as a site supervisor at all times during execution of work? Response: Yes. Article 6.2 of the General Conditions states the "Contractor shall keep on the work, at all times during lts progress, a competent resident superintendent." The Prime Contractor shall maintain continuous competent supemision of all work on the jobsite during work hours, including supervision of all subcontractors. 9. Will the engineer approve air inversion I steam cure as an acceptable method prior to the bid? Response: Yes. While Specifications Sec{ion 33 01 30.72, Articles 3.7 and 3.8 states wriften approval is required for any method other than water inversion and curing, our intent is to allorv air inversion and steam curing of the CIPP. lt is hereby clarified that air inversion and steam curing methods are acceptable and this shall selve as wriften approval for these methods. 10. There is a FIVE years warranty on CIPP lining - correct? Response: Yes, this is correct. 11. Willthe 2014 CCTV logs and video be available to the bidders? Response: Please the response to question 5 above. 12. Can you show on the proposed by pass plan, where the 36" storm drain that was refened to in the pre-bid for by-pass under the live rail road tr:acks? Addendum I Bld ltem *18.160 Gamp llancock Outfall Rehabllltatlon - Phaca Iard. ? .{ ? Response: The existing storm drain croeaes under the rail road tracks near the crossing on Poplar Street. The storm drain is oriented parallel to Poplar Street and is located on the north side of the street in this area. lt is in the right-of-way and just outside the edge of pavement. The upstream storm drain manhole is approximately 70 feet west-north-west (in the direction towards the intersection of Poplar Street and Holley Street) from the rail road crossing. The downstream storm drain manhole is approximately 45 feet east-south.east (in the direction towards the intersec'tion of Poplar Street and Augusta Avenue) from the real road crossing. 13. Will steam curing and inversion be allowed on this contract? lt states that the Engineer must give written approval. ls it approved for this job? Response: Please the response to question I above. 14. Will the city provide a water meter and access to allfire hydrants in the area for the Contractor to use? Response: Yes. The Owner will place a hydrant meter on a fire hydrant within the project area for the Contractors use. The Contractor will be charged a $1,500 refundable deposit for the meter. The Gontractor shal! not remove or rulocate the meter. lf it is necessary to relocate the meter, the Oryvner can do so at the Contractor's request. The meter will be removed by the Ovvner after the proiect. The Contrac{or will not be otherwise charged forwater uaage. 15. !f more than one manhole to manhole section is lined at one time, can a sample be taken once at the most downstrearn manhole and used for both segments? Response: Yes. One test sample shall be obtained for each CIPP segment or "shot." lf one CIPP "shot" covers more than one segment of pipeline, only one test is required. Testing of CIPP is addressed further in Specification Section 33 01 30.72, Article 3.{2. ATTACHMENTS: Please acknowledge addendum in your submittal END ADDENDUM REVTSED SECTTON 00 5215 (PAGES 5) REVTSED TABLE OF CONTENTS (PAGES 2) REVISED SECTlOtl0l 33 0t (PAGES 6) REVISED SECTION 00 4t 'lil (PAGES 8) Addendum 1 Bld ltem #18-t80 Gamp Hancock Outlall Rehabtlttatton - Phase IPma3nf3 DOCUMENT OO 94 63 CONSTRUCTION CONTRACT CHANGE ORDER CO NUMBER BID ITEM DATE PROJECT TITLE ORIGINAL CONTRACT DATE OWNER AUGUSTA, GEORGIA Camp Hancock Outfall Rehabilitation Phase I PROJECT I\UMBER PO I\UMBER The following change is hereby made to the contract for the above project: Description of change (for a more detailed description see attached proposal): PAYEE TOTALAMOUNTOFTHISCHANGEORDER $ The contract time will be NCREASED by Q calendar days as a result of this change. ORIGINAL CONTRACTAMOUNT $ $PREVIOUS CHANGE ORDER (INCREASE) THIS CHANGE ORDER (NCREASE) $ TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER S FUNDING NUMBER/ACCOUNT NUMBER PROPOSED BY: REQUESTED BY: SUBMITTED BY: FINANCE ENDORSEMENT: RECOMMENDED BY: APPROVED BY: ENGINEER CONTRACTOR DATE: DATE: DATE: DATE: DATE: DATE: DEPARTMENT HEAD COMPTROLLER ADMINISTRATOR The City of Augusta Utilities Department Camp Hancock Outfall Rehabilitation Phase I WKD Project Number: 20160266.00.AG Sample Change Order 009463-r MAYOR TNTENTIONALLY LEFT BLANK Commission Meeting Agenda 8/7/2018 2:00 PM Memorandum of Understanding with Georgia Department of Transportation for GDOT Project PI 210327 I-20 at Savannah River Department:Augusta Utilities Department:Augusta Utilities Caption:Motion to approve Memorandum of Understanding to include Augusta Utilities Department’s water main, sanitary sewer main, and fiber optic cable relocations in the Georgia Department of Transportation contract, through competitive bidding, for GDOT Project PI 210327 I-20 at Savannah River, Richmond County. (Approved by Engineering Services Committee July 31, 2018) Background:The Georgia Department of Transportation is replacing the bridge along I20 over the Savannah River along with the Augusta Canal. Due to these improvements, Georgia DOT potentially will need to relocate existing lines that are in conflict with the DesignBuild GDOT project. At this time Augusta Utilities does not identify any utility conflicts. If conflicts are discovered during construction the cost to design and construction, any necessary relocations will be paid by GDOT. Analysis:Approving this memorandum of understanding will allow GDOT and Augusta Utilities Department to move forward with the plans to include the relocation of the water, sewer, and fiber optic cable in the GDOT project. Financial Impact:At this time, there will be no financial impact. Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommend the Commission agree to the terms of the memorandum of understanding with GDOT and request the Mayor’s signature. At this time, there will be no financial impact. Cover Memo Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo First Use: 7/16/2010 Revised: 09/26/2017 Page 1 of 6 PI # 210327 Georgia DOT Project: I-20 at Savannah River GDOT P.I. 210327 DESIGN-BUILD MEMORANDUM OF UNDERSTANDING between the Georgia Department of Transportation (hereafter the DEPARTMENT) and City of Augusta (hereafter the OWNER) Whereas GDOT, hereafter referred to as the DEPARTMENT, proposes to undertake a design-build project, hereafter referred to as the I-20 at Savannah River PROJECT, to widen Interstate 20 and replace the Savannah River and Augusta Canal bridges in Richmond County, Georgia and Aiken County, South Carolina by contract through competitive bidding procedures; and, Whereas the DEPARTMENT will accomplish the PROJECT through a Design Consultant, Design Consultant Team and/or Contractor, hereafter referred to as CONTRACTOR; and the utility owner hereafter referred to as the OWNER, and Whereas, where OWNER has property rights (“Prior Rights”) at the location of the PROJECT, OWNER will provide written evidence as to said prior rights within the area and will provide written documentation of prior rights relating to any individual crossing or Utility Facility, at the location of the PROJECT; and Whereas, OWNER acknowledges that, generally, absent a showing of prior rights, the costs of relocation, protection, removal, or adjustment performed by OWNER shall be borne by OWNER; and Whereas, pursuant to O.C.G.A. § 32-6-170(b), DEPARTMENT is authorized to pay or participate in the payment of the costs of relocation, protection, or adjustment of OWNER’S facilities where DEPARTMENT has made the determination that (i) such payments are in the best interest of the public and necessary in order to expedite the staging of the design-build project; and (ii) the costs of the removal, relocation, protection, or adjustment of such facilities are included as part of the Contract between the Department and the Department's roadway contractor for the design-build project; and 1. Type of Utility OWNER has the following utility facilities which may need to be adjusted or relocated as a result of the proposed PROJECT: Type of facility or facilities of OWNER: ______Domestic water mains and distribution lines and associated appurtenances __X___Sanitary Sewer facilities and/or Storm Drainage System ______Electrical Distribution (overhead and underground) wires, poles, etc. ______Electrical Transmission (overhead and underground) wires, poles, etc. ______Natural Gas Distribution Facilities (underground) ______Natural Gas Transmission Facilities (underground) ______Petroleum Pipeline (underground) ___X__Telecommunications facilities and equipment ______Cable TV facilities ______Street Lighting ______Internet Data Service ______Other Facilities (Description) _______________________________ First Use: 7/16/2010 Revised: 09/26/2017 Page 2 of 6 PI # 210327 2. New Utility Facilities Proposed (Betterment) OWNER desires the following to be installed as new additional facilities within the PROJECT. Insert here or attach a detailed description of proposed new additional utility installations: ____________________________________________________________________________________ ____________________________________________________________________________________ 3. Assignment of Responsibilities for Design and Construction This MEMORANDUM OF UNDERSTANDING and the following shall serve as a basis for assignment of responsibilities and costs for the DEPARTMENT, CONTRACTOR and the OWNER to enter into a Standard Utility Agreement (SUA) or Contract Item Agreement (CIA), if necessary, with OWNER once the PROJECT is awarded to the CONTRACTOR. For a PROJECT implementation, GDOT will not have in its possession exact costing plans to be utilized to determine exact locations of the removal, relocation, protection, or adjustment. However, Overhead/Subsurface Utility Engineering (SUE) investigations plans exist providing the best information and signifying the layout of known existing facilities. Please use these plans for developing the final determination of services as indicated below. The CONTRACTOR developed plans will be provided to the OWNER after the design build project is awarded by GDOT which shall be used by the CONTRACTOR as the final basis for the SUA or CIA. Betterment costs will be the OWNER’S responsibility. NOTE: Water and Sewer Design and Construction relocation work put in the contract will automatically be accomplished by the DEPARTMENT’S CONTRACTOR. The UTILITY OWNER will still have design approval authority. (No Pre-Approved Contractor/Consultant List required, leave page 6 blank). If you are a Water & Sewer Utility and choose to put your relocation Design and Construction in the contract, please check Design and Construction under Option 2 under 3B. Owner’s electing to perform their own design, at their own cost, please select design under 3C. OWNER hereby intends to: 3A. OWNER, at the DEPARTMENT’S cost through an Agreement, will provide the following services for the properties for which it has established prior rights (Check to signify): Design _____ Construction _____ First Use: 7/16/2010 Revised: 09/26/2017 Page 3 of 6 PI # 210327 3B. OWNER, at the CONTRACTOR’S cost, for any removal, relocation, protection, adjustment and/or design (Regardless of Prior Rights) will allow their facilities to be placed into the DEPARTMENT’S contract for the following services pursuant to O.C.G.A. § 32-6-170(b). The CONTRACTOR will add the removal, relocation, protection, materials, adjustment and/or design cost, excluding betterment, to the overall PROJECT’s cost. (Check to signify): Option 1: OWNER wants the work to be performed by the OWNER’s pre-approved Design Consultants and/or Contractors. Design _____ Construction _____ Option 2: OWNER wants the DEPARTMENT’S CONTRACTOR to perform the design and/or construction. (Check to signify): Design _X___ Construction _X___ If both are checked, please leave page 6 blank. As per this section, all work necessary for the removal, relocation, protection, or adjustment of the described utilities in accordance with the plans when approved shall be included in the project contract and accomplished by the CONTRACTOR except as follows (Check none or list any work items to be performed by the OWNER) None _____ Excluded Items _________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Comments:____________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 3C. OWNER, at OWNER’S cost, will provide the following services (Check to signify): Design _____ Construction _____ First Use: 7/16/2010 Revised: 09/26/2017 Page 4 of 6 PI # 210327 The following is hereby mutually agreed to and understood by both parties: 1. The identification of existing facilities including preparation of Overhead/Subsurface Utility Engineering (SUE) investigations plans will be accomplished by the DEPARTMENT prior to award of the PROJECT and thereafter supplemented by the CONTRACTOR. 2. The CONTRACTOR shall coordinate reviews of the utility relocation information and obtain acceptance from the OWNER and DEPARTMENT when required. However; the OWNER shall apply for and obtain any required permits from the DEPARTMENT and perform any final design or proprietary design needed to administer its own relocation work if the work will not be included in the contract If the preliminary plans indicate that no conflict exists, and the OWNER concurs with this information, the OWNER shall provide a letter of “no conflict” to the CONTRACTOR. 3. After award of the PROJECT, the CONTRACTOR will research any claimed compensable property interest for each OWNER claiming prior rights under section 3A and present the findings to the DEPARTMENT and OWNER for approval. The plans and estimate for the utility work shall be subject to approval of both the DEPARTMENT and the OWNER prior to construction. If the OWNER chooses to perform its own relocations and the OWNER holds no property interest as stated above; the OWNER shall confirm in writing that the OWNER will relocate its own facilities at no cost to the DEPARTMENT or the CONTRACTOR. 4. All construction engineering and contract supervision shall be the responsibility of the DEPARTMENT and the CONTRACTOR to ensure that all utility work included in the contract is accomplished in accordance with the PROJECT’s plans and specifications. The CONTRACTOR will consult with the OWNER before authorizing any changes or deviations which affect the OWNER’s facility. 5. For utility work included in the contract, the CONTRACTOR shall ensure that the design/construction and installation of the OWNER’S facilities is performed by a contractor/design consultant pre-approved/registered with both the DEPARTMENT and the OWNER. For any work included in the contract, excluding water and sewer, the OWNER will provide a list of pre-approved/registered contractors/design consultants on page 6 of the MOU. 6. For Utility work included in the contract, the OWNER or the OWNER’s Consultant shall have the right to visit and inspect the work at any time and advise the CONTRACTOR and the DEPARTMENT’S Engineer of any observed discrepancies or potential issues. The DEPARTMENT agrees to notify the OWNER when all utility work is completed and ready for final inspection by the OWNER. 7. Upon Maintenance Acceptance or Final Acceptance of the utility work included in the contract and upon certification by the DEPARTMENT’S Engineer and the OWNER that the work has been completed in accordance with the plans and specifications, the OWNER will accept the adjusted, relocated, and additional facilities and will thereafter operate and maintain said facilities located within the PROJECT right of way subject to the DEPARTMENT’S Utility Accommodations Policy and Standards Manual (UAM), current edition” and any agreements in effect without further cost to the DEPARTMENT or it’s CONTRACTOR. Final acceptance of the utility relocation work is accomplished by the execution of the Utility Facility Relocation Acceptance Form. The CONTRACTOR shall provide the OWNER with a complete set of “As- Built Plans” for review and approval reflecting the relocation work performed by the CONTRACTOR. Upon completion of the Utility Facility Relocation Acceptance Form and the exchange of the final OWNER approved “As-Built Plans”, the OWNER will operate and maintain the installed facilities going forward based on the date of execution of the Utility Facility Relocation Acceptance Form by the DEPARTMENT. 8. For utility coordination, relocation and reimbursement matters, the OWNER shall cooperate with the CONTRACTOR in the same manner as if coordinating directly with the DEPARTMENT in accordance with the laws of the State of Georgia, the DEPARTMENT’S UAM and any agreements in effect between the DEPARTMENT and OWNER. The OWNER agrees to cooperate in good faith with the CONTRACTOR and to respond to all requests for information or meetings required to reach a resolution of any disputed items. First Use: 7/16/2010 Revised: 09/26/2017 Page 5 of 6 PI # 210327 9. All Utility work included in the PROJECT’s contract and Utility work completed by the OWNER that is reimbursed by the DEPARTMENT through an agreement shall be in accordance with the BUY AMERICA requirements of the Federal regulations (23 U.S.C. 313 and 23 CFR 635.410) all manufacturing processes for steel and iron products or predominantly of steel or iron furnished for permanent incorporation into the work on this project shall occur in the United States. The only exception to this requirement is the production of pig iron and the processing, pelletizing and reduction of iron ore, which may occur in another country. Other than these exceptions, all melting, rolling, extruding, machining, bending, grinding, drilling, coating, etc. must occur in the United States. a. Products of steel include, but are not limited to, such products as structural steel piles, reinforcing steel, structural plate, steel culverts, and guardrail steel supports for signs, signals and luminaires. Products of iron include, but are not limited to, such products as cast iron frames and grates and ductile iron pipe. Coatings include, but are not limited to, the applications of epoxy, galvanizing and paint. The coating material is not limited to this clause, only the application process. b. A Certificate of Compliance shall be furnished for steel and iron products as part of the backup information with the billing. The form for this certification entitled “Buy America Certificate of Compliance” is attached to this agreement as “Exhibit A.” Records to be maintained by the Developer for this certification shall include a signed mill test report and a signed certification by each supplier, distributor, fabricator, and manufacturer that has handled the steel or iron product affirming that every process, including the application of a coating, performed on the steel or iron product has been carried out in the United States of America, except as allowed by this Section. The lack of these certifications will be justification for rejection of the steel and/or iron product or nonpayment of the work. The requirements of said law and regulations do not prevent the use of miscellaneous steel or iron components, subcomponents and hardware necessary to encase, assemble and construct the above products, manufactured products that are not predominantly steel or iron or a minimal use of foreign steel and iron materials if the cost of such materials used does not exceed one-tenth of one percent (0.1%) of the total contract price or $2,500.00, whichever is greater. The Memorandum of Understanding will be incorporated into the project contract by reference or Exhibit. APPROVED FOR THE OWNER BY: _____________________________________ ______________________ (Signature – Mayor Hardie Davis Jr.) (Date) _____________________________________ (Title) APPROVED FOR THE DEPARTMENT BY: _____________________________________ ______________________ (Signature) (Date) STATE UTILITIES ADMINISTRATOR First Use: 7/16/2010 Revised: 09/26/2017 Page 6 of 6 PI # 210327 Pre-Approved Contractor List Company Name: Address: Phone: Contact Person: E-Mail: Company Name: Address: Phone: Contact Person: E-Mail: Company Name: Address: Phone: Contact Person: E-Mail: Please provide a minimum of three. Pre-Approved Design Consultant List Company Name: Address: Phone: Contact Person: E-Mail: Company Name: Address: Phone: Contact Person: E-Mail: Company Name: Address: Phone: Contact Person: E-Mail: GDOT Design-Build Project Utility Analysis Disclaimer: This form is provided for information only. All attempts have been made to provide reliable information based on the Design-Build costing plans or other Design-Build scoping documents. Refer to the contract documents, which include the Utility MOUs, for the scope of work and for specific contract requirements. Project Contact Person - Name___________________________ Phone_______________ E-Mail__________________________________ County: ______________________ Project #: ________________ Utility Owner Name:___________________________________ Date___________ Form Purpose The purpose of this form is to provide proposing Design-Build teams with some additional information regarding possibly affected utilities. This form is in addition to SUE plans and MOUs; and is provided for information only. Days included in this form are Calendar Days. By providing as much of the requested information on one form below for each utility owner, it is expected to reduce some inquires made by the proposing Design-Build teams by providing consistent information to all proposed bidders. Existing Conditions (Please complete additional forms for multiple facilities) 1.General locations, to include material sizes, casings and other pertinent information: _______________________________________ ____________________________________________________________________________________________________________ 2.Has the SUE information been verified? No Yes 3.To the best of your knowledge are there any discrepancies in the SUE information? No Yes If so, please list: ______________________________________________________________________________________________ ____________________________________________________________________________________________________________ 4.To the best of your knowledge has anything been changed/added since SUE was completed? No Yes If yes please list: ______________________________________________________________________________________________ ____________________________________________________________________________________________________________ Proposed Resolutions 1. Describe potential conflict points: ________________________________________________________________________________ ____________________________________________________________________________________________________________ 2. Is there a potential for facilities to be retained? No Yes 3. Utility information was verified by: Utility Plat Maps/Records Yes No Field Located and Surveyed: Yes No 4. Will test holes be recommended? No Yes Resolution Conditions (As Determined by the Utility Owner) 1.Utility Facility is in: GDOT R/W Other Public R/W Easement (attach) Not in R/W TBD 2.Seasonal and/or Contractual Limitations? No Yes If yes, Describe: _____________________________________________ __________________________________________________________________________________________________________ 3.Do you have any material requirements? No Yes, list any utility owner material special requirements or comments: ___________________________________________________________________________________________________________ ___________________________________________________________________________________________________________ Who has material cost responsibility? Utility Owner DB Contractor 4.Estimated number of days required to perform relocation activities: Design: ______ Days Construction: ______ Days 5.Are there Construction Details and/or design manuals unique to this location? No Yes, describe: ______________________ _________________________________________________________________________________________________________ 6.Utility facility can only be disconnected for: _____ Days Hours 7.Estimated Conceptual Cost: Design $______________ + Construction $__________________ = $________________________ (Please refer to the MOU for cost responsibility) Comments Section/Notes: _________________________________________________________________________________________ ________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________ SVXO903390.00 RIVERWATCH PKWY W MARTINTO WN RD. LEGEND RIC H M O N D C O U N T Y GE O R GIA AIKE N C O U N T Y S O U T H C A R O LIN A SAVANNA H RI V ER S A V A N N A H RI V E R AUG USTA CAN AL LANA C A T SU G U A BEGIN PAVEMENT WIDENING BEGIN PROJECT END PROJECT P.I. No. 210327- BRIDGE REPLACEMENT I-20 AT SAVANNAH RIVER SVXO21178232.90 SVXO20760236.72 SVXO20771EP9235.96 SVXO20776EP8235.22 SVXO21179EP13233.32 SVXO20781EP9234.41 SVXO20772EP9235.19 SVXO20782EP9233.62 SVXO20791EP9232.84 SVXO20777EP8234.43 SVXO20786EP8233.66 SVXO20787EP8232.90 PROPOSED ROADWAY EXISTING RIGHT OF WAY & PROPERTY LINE PROPOSED BRIDGE NUMBER OF LANES WETLANDS WATERS P.I. No. 210327- Bridge Replacement I-20 At Savannah River TWO TIMES UP TO 8 WEEKS EACH RECREATIONAL USE RESTRICTION AUGUSTA CANAL TOWPATH TEMPORARY CONSTRUCTION WATER BODIES NATIONAL HERITAGE AREA AUGUSTA CANAL ONE TIME UP TO 8 WEEKS CANAL RECREATIONAL USE RESTRICTION TEMPORARY CONSTRUCTION AUGUSTA N EW S 33 1 33 1 33 3 1 231 1 1 4 2 3 4 1 WELCOME CENTER SOUTH CAROLINA INFORMATION CENTER GEORGIA VISITOR 3 NATIONAL HISTORIC LANDMARK AUGUSTA CANAL AND INDUSTRIAL STATE LINE c SCALE IN FEET 0 200 400 Commission Meeting Agenda 8/7/2018 2:00 PM On-Call Concrete Repair, Concrete Construction, and Emergency Repair Addition to the Current Contract Department:Engineering Department:Engineering Caption:Motion to deny addition of two (2) Contractors to Current Approved On-Call Concrete Repair, Concrete Construction, and Emergency Repair Contractor-List and accordingly Approve award of On-Call Concrete Repair, Concrete Construction, and Emergency Repair Contract to these two contractors (i- DJ Construction Company, and ii- Sitec, LCC) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. RFP 18-155 (Approved by Engineering Services Committee July 31, 2018) Background:Augusta Commission established Stormwater Utility (SWU) Program effective January 1, 2016. On-call services are integral part of SWU Program delivery as determined by AED that supplementing engineering maintenance resources with an on- call services is a practical approach to complete and sustain much needed maintenance services in a timely manner. Such services are essential to minimizing public safety risks, damages to public property and associated potential hazard liabilities. SWU service area consisted of nine (9) watersheds, accordingly AED intended to have nine (9) On-call Contractors on board (at least one per watershed). Accordingly, 2016 RFP (first round) states that the Department will select up to nine (9) separate companies, however, only seven (7) contractors were qualified in 2016 at first round of RFP. Second round of RFP was initiated in 2017 for getting remaining two (2) contractors onboard. Analysis:RFPs were evaluated on March 26, 2018 with DJ Construction Company, and Sitec, LCC being the selected firms. Firms were evaluated based on qualifications, relevant experience, and ability to provide requested services. Services will be provided per unit prices established at first round of selection in 2016. It is the recommendation of the Engineering Department to award this project to aforementioned firms. Cover Memo Financial Impact:N/A Alternatives:1). Do not approve and continue with current seven (7) under contract contractors. Recommendation:Approve addition of two (2) Contractors to Current Approved On-Call Concrete Repair, Concrete Construction, and Emergency Repair Contractor-List and accordingly Approve award of On-Call Concrete Repair, Concrete Construction, and Emergency Repair Contract to these two contractors (i- DJ Construction Company, and ii- Sitec, LCC) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. Funds are Available in the Following Accounts: On-Call Concrete Repair, Concrete Construction 329-044320- 5223110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Request for Proposal Request for Proposals will be received at this office until Wednesday, February 21, 2018 @ 11:00 a.m. for furnishing for the Augusta Engineering Department: RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of Way Mowing RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Mandatory Pre Proposal Conference will be held on Thursday, February 8, 2018 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 9, 2018 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies DJ Construction Co 611 Sea Isle Drive Augusta, GA 30901 Yes 911246 Yes Yes Yes Yes Sitec LLC 522 Railroad Avenue North Augusta, SC 29841 Yes 212379 Yes Yes Yes Yes HBJ Enterprises, Inc. 2124 Pepperidge Drive Augusta, GA 30906 Yes 850893 Yes Yes Yes Yes Stancil Brothers Construction 1644 Meadows Rd Newborn, GA 30056 Yes 1200389 Yes Yes Yes Yes Pyamara Construction Services, LLC PO Box 4383 Martinez, GA 30907 Yes 1218419 Yes No / Non- Compliant Yes Yes George Wilson Contracting 3608 Kentwood Dr Augusta, GA 30906 Yes 965518 Yes Yes Yes Yes RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair for Augusta, GA- Engineering Department RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 80 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): NA Total Number of Specifications Mailed to Local Vendors: 50 Mandatory Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 6 Total Noncompliant: 1 Page 1 of 2 OFFICIAL Fee Proposal Yes Yes Yes Yes Yes Yes RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair for Augusta, GA- Engineering Department RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 80 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): NA Total Number of Specifications Mailed to Local Vendors: 50 Mandatory Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 6 Total Noncompliant: 1 Page 2 of 2 C & H PAVING, INC ATTN: CRAIG NORRIS 167 KNOX RIVERS ROAD THOMSON, GA 30824 ATTN BARRETT BOWDEN CONTRACT MANAGEMENT INC 1827 KILLINGSWORTH AUGUSTA, GA 30904 MURPHY BROS. CONSTRUCTION P.O. BOX 459 APPLING, GA 30802 ATTN THERON SAPP QUALITY STORM WATER SOLUTIONS P. O. BOX 1847 EVANS, GA 30809 LANDSCAPE CONTRACTORS INC. 2725 MAYO RD AUGUSTA, GA 30904 ATTN PATRICK DILLARD BLAIR CONSTRUCTION PO BOX 770 EVANS, GA 30809 PALMETTO SITE 6542 ATOMIC ROAD AIKEN, SC 29803 BLOUNTS COMPLETE HOME 2907C TOBACCO ROAD HEPHZIBAH, GA 30815 ATTN: JEFFERY HARRIS HARRIS CONSTRUCTION 1736 BARTON CHAPEL ROAD AUGUSTA, GA 30909 SITEC LLC ATTN: DAVID MCGHEE 522 RAILROAD AVE NORTH AUGUSTA, SC 29841 J&B CONSTRUCTION & SRVC INC 3550 GORDON HIGHWAY GROVETOWN, GA 30813 BEAM’S CONTRACTING ATTN: BUDDY ROWLAND 15030 ATOMIC ROAD BEECH ISLAND, SC 29842 HORIZON CONSTRUCTION ATTN: HENRY HENDERSON PO BOX 798 EVANS, GA 30809 GA-CAROLINA PAVING 3020 MILLEDGEVILLE RD. AUGUSTA, GA 30904 WINSAY, INC. 6499 CARRIAGE LANE HARLEM, GA 30814 PAVEWAY OF AIKEN 306 SILVER BLUFF ROAD AIKEN, SC 29803 LARRY PITTMAN & ASSOC 1249 GORDON PARK ROAD AUGUSTA, GA 30901 PAVE-WAY INC 1353 GORDON HIGHWAY AUGUSTA, GA 30901 GEORGIA BOY CONCRETE 240 FLOWING WELLS RD AUGUSTA, GA 30907 DAVID SMITH CONSTRUCTION 3950 MIKE PADGETT HWY AUGUSTA, GA 30906 DWIGHT JOHNSON 611 SEA ISLE DRIVE AUGUSTA, GA 30901 ABOVE AVERAGE CONCRETE 2911 GALAHAD WAY AUGUSTA, GA 309 HBJ ENTERPRISES 2124 PEPPERIDGE DR AUGUSTA, GA 30906 TERRA EXCAVATING, LLC 1760 GORDON HIGHWAY AUGUSTA, GA 30904 Pyamara Construction Services, LLC PO Box 4383 Martinez, GA 30907 JHC, INC 1736 BARTON CHAPEL RAOD AUGUSTA, GA 30901 NINETY-ONE ENTERPRISE 3020 MILLEDGEVILLE ROAD AUGUSTA, GA 30904 TUFF MASTERS 2014 WESTSIDE COURT AUGUSTA RETURNED MAIL RFP ITEM #18-155 ON-CALL CONCRETE REPAIR, CONCRETE CONSTRUCTION AND EMERGENCY REPAIR FOR ENGINEERING DEPARTMENT MAILED 11/23/18 RFP ITEM #18-155 ON-CALL CONCRETE REPAIR, CONCRETE CONSTRUCTION AND EMERGENCY REPAIR FOR ENGINEERING DEPARTMENT RFP DUE: 2/21/18 @ 11:00 a.m. H.M LAWN 3515 EVAGELINE DRIVE AUGUSTA, GA 30906 FIRST CHOICE HOME INSPECTIONS & CONSTRUCTION 2222 WOODLAND AVE AUGUSTA, GA 30904 Randolph Scurry 2920 Meadowbrook Dr. Augusta, GA 30906 Barton and Barton Construction 3950 Mike Padgett Hwy Augusta, GA 30906 RISE AND SHINE LAWN CARE AND LANDSCAPING, LLC 1159 WALTONS TRAIL HEPHZIBAH, GA 30815 JACOBS LAND MANAGEMENT 733 SCOTT NIXON MEMORIAL DRIVE AUGUSTA, GA 30907 GARRETT ENTERPRISE 3070 DAMASCUS RD. SUITE R AUGUSTA, GA 30909 GREEN KEEPER LANDSCAPING 342 BOY SCOUT ROAD AUGUSTA, GA 30909 AUGUSTA LAWN & TURF 3618 PHILLIPS DRIVE MARTINEZ, GA 30907 COVENANT DISTRIBUTORS, INC. 1227 AUGUSTA WEST PARKWAY AUGUSTA, GA 30909 DBI SERVICES 100 NORTH CONAHAN DRIVE HAZELTON, PA 18201 SCOTTS LAWN SERVICE 2013 FRANKE CT, AUGUSTA, GA 30909 BULLDOGS CUTS ATTN: KEITH HARRISON 907 PARK AVE. AUGUSTA, GA 30901 CAINE LAWN CARE AND MAINTENANCE 304 COBBLESTONE COURT MARTINEZ, GA 30907 ATTN: TONY ROBINSON CSRA LANDSCAPING 2321-H PEACH ORCHARD ROAD AUGUSTA, GA 30906 HUDSON LANDSCAPE ATTN: JOHN HUDSON P. O. BOX 212477 AUGUSTA, GA 30917 YOUR LAWN CARE SERVICE ATTN: RONNIE STRIGGLES 1456 HEPHZIBAH-MCBEAN ROAD HEPHZIBAH, GA 30815 GEORGE JONES 1520 FLAGLER ROAD AUGUSTA, GA 30909 FRAILS LANDSCAPING 444 SANDY RUN ROAD HARLEM, GA 30814 BARRETT WALKER LANDSCAPING 1830 BEAVER CREEK LANE HEPHZIBAH, GA 30815 WATKINS TRUCKING & LANDSCAPE 3716 KINGSGATE DRIVE HEPHZIBAH, GA 30815 THE YARDSMITH 417 ASHLAND DRIVE AUGUSTA, GA 30909 LUMBER JACK LAWN ATTN: COREY HUFF 2430 NORFOLK STREET AUGUSTA, GA 30906 PRESCOTT INDUSTRIES ATTN: ARTHUR PRESCOTT 2404 OLD SAVANNAH ROAD AUGUSTA, GA 30906 LAWNS UNLIMITED ATTN: TRAVIS PRICE 2570 LOUISVILLE ROAD APPLING, GA 30802 PIEDMONT LANDSCAPE 2013 FRANKE CT. AUGUSTA, GA 30909 NORTHWOOD NURSERY ATTN: CHARLES W. NORTHWOOD, III 543 HIGHLAND AVE. AUGUSTA, GA 30904 RFP ITEM #18-155 ON-CALL CONCRETE REPAIR, CONCRETE CONSTRUCTION AND EMERGENCY REPAIR FOR ENGINEERING DEPARTMENT MAILED 11/17/17 RFP ITEM #18-155 ON-CALL CONCRETE REPAIR, CONCRETE CONSTRUCTION AND EMERGENCY REPAIR FOR ENGINEERING DEPARTMENT RFP DUE: TUE. 12.19.17 @ 3:00 P.M. ATTN: IVORY WHITFIELD LIVING WATER 3019 TOBACCO ROAD HEPHZIBAH, GA 30815 POND MAINTENANCE OF AUGUSTA 3707 COLBERT STREET AUGUSTA, GEORGIA 30906 JC LAWNCARE 1419 SUMMIT WAY GROVETOWN, GA 30813 KENDRICK’S CLEARING & HAULING CEDRICK KENDRICK 1247 NEW SAVANNAH ROAD, AUGUSTA, GA 30901 WELLS CO. 1002 TURPIN STREET AUGUSTA, GA 30901 PROMISE LAND CDC ATTN: SHEILA BOAZMAN 2409 AMSTERDAM DRIVE AUGUSTA, GA 30906 SOUTHERN DIRT 1693 OLD MITCHELL ROAD GIBSON, GA 30810 RELEAF PROFESSIONAL SOLUTIONS & LOGISTIS, ATTN: FRANKLIN HAGINS 6442 SWALLOWTAIL DRIVE STATESBORO, GA 30461 JENKINS & JONES ENTERPRISE 3002 HOLLINS DRIVE HEPHZIBAH, GA 30815 DJ CONSTRUCTION 611 SEA ISLE DRIVE AUGUSTA, GA 30901 ROBERT FORMAN’S LAWNCARE & LANDSCAPING 2815 LUMPKIN ROAD AUGUSTA, GA 30906 ROBERT PROFESSIONAL LAWNCARE 2405 CARPENTER AVE HEPHZIBAH, GA 30815 L-J, INC. 615 KNOX ABBOT DRIVE SUITE 200 CAYCE, SC 29033 AVERETTE COMPANY 1547 GORDON HIGHWAY AUGUSTA, GA 30906 AUGUSTA QUALITY, LLC. 1540 KERON WAY HEPHZIBAH, GA 30815 PRIORITY CONSTRUCTION GROUP, INC. 1578 HIGHWAY 56N WAYNESBORO, GA 30803 A&S ENGINEERING, LLC CIVIL ENGINNERING SERVICES PO BOX 2413 EVANS, GA 90809 I&R INSPECTION AND LAWN SERVICE 1751 BROWN ROAD MARTINEZ, GA 30815 Pete Alewine 5784 Columbia Rd. Grovetown, GA 30813 JAMCO 1249 Gordon Park Rd., St. 102 Augusta, GA 30901 Columbia Diversified 6677 Eubank Dr. Appling, GA. 30802 ATTN TIM MCELROY EAGLE UTILITY 1350 BRANCH ROAD BISHOP, GA 30627 JAMCO CIVIL ATTN: E.R. MITCHELL P. O. BOX 10710 ATLANTA, GA 30310 Paul Wells 1002 Turpin St. Augusta, GA 30901 MARSHALL CONTRACTING CO ATTN: MARSHALL BELL PO BOX 2204 AUGUSTA GA 30903 RETURNED MAIL KELLIE IRVING COMPLIANCE HAMEED MALIK AUGUSTA ENGINEERING DEPT. RFP ITEM #18-155 ON-CALL CONCRETE REPAIR, CONCRETE CONSTRUCTION AND EMERGENCY REPAIR FOR ENGINEERING DEPARTMENT MAILED 11/17/17 RFP ITEM #18-155 ON-CALL CONCRETE REPAIR, CONCRETE CONSTRUCTION AND EMERGENCY REPAIR FOR ENGINEERING DEPARTMENT RFP DUE: TUE. 12.19.17 @ 3:00 P.M. Commission Meeting Agenda 8/7/2018 2:00 PM On-Call Drainage Easements and Ponds Cutting / Cleaning Department:Engineering Department:Engineering Caption:Motion to deny addition of four (4) Contractors to Current Approved On-Call Drainage Easements and Ponds Cutting/Cleaning Contractor-List and accordingly Approve award of On-Call Drainage Easements and Ponds Cutting/Cleaning Contract to these four contractors (i-T Garrett Enterprise, ii-Augusta Quality, iii-Lumber jack Landscaping, and iv-Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. RFP 18-157(Approved by Engineering Services Committee July 31, 2018) Background:Augusta Commission established the Stormwater Utility (SWU) Program effective January 1, 2016. On-call services are integral parts of SWU Program delivery as determined by AED that supplementing engineering maintenance resources with on-call services such as drainage easement and stormwater pond cutting/cleaning is a practical approach to complete and sustain much needed maintenance services in a timely manner. Such services are essential to minimizing public safety risks, damages to public property and associated potential hazard liabilities. SWU service area consisted of nine (9) watersheds, accordingly AED intended to have nine (9) On-call Contractors on board (at least one per watershed). Accordingly, 2016 RFP (first round) states that the Department will select up to nine (9) separate companies, however, only seven (7) contractors were qualified in 2016 at first round of RFP. Second round of RFP was initiated in 2017 for getting remaining two (2) contractors onboard. However, adding the recommended four companies brings total on-call vendors to eleven (11). Three of the above listed four (4) companies evaluation scoring is too close to differentiate and for that reason, all three are recommended for award. Analysis:RFPs were evaluated on March 26, 2018 with T Garrett Enterprise, Augusta Quality, Lumber jack Landscaping, and Cover Memo Bulldogs being the selected firms. Firms were evaluated based on qualifications, relevant experience, and ability to provide requested services. Services will be provided per unit prices established at first round of selection in 2016. It is the recommendation of the Engineering Department to award this project to aforementioned firms. Financial Impact:On-Call Drainage Easements and Ponds Cutting 581-044320- 5211120 Alternatives:1). Do not approve and continue with current seven (7) under contract contractors. Recommendation:Approve addition of four (4) Contractors to Current Approved On-Call Drainage Easements and Ponds Cutting/Cleaning Contractor-List and accordingly Approve award of On-Call Drainage Easements and Ponds Cutting/Cleaning Contract to these four contractors (i-T Garrett Enterprise, ii-Augusta Quality, iii-Lumber jack Landscaping, and iv-Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. Funds are Available in the Following Accounts: On-Call Drainage Easements and Ponds Cutting 581-044320- 5211120 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Request for Proposal Request for Proposals will be received at this office until Wednesday, February 21, 2018 @ 11:00 a.m. for furnishing for the Augusta Engineering Department: RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of Way Mowing RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Mandatory Pre Proposal Conference will be held on Thursday, February 8, 2018 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 9, 2018 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies Stancil Brothers Construction 1644 Meadows Rd Newborn, GA 30056 Yes 1200389 Yes Yes Yes Yes T. Garrett Enterprise 3070 Damascus Road, Suite R Augusta, GA 30909 Yes 1215950 Yes Yes Yes Yes GA Water Consumer Safety 1002 Turpin St Augusta, GA 30901 Yes 900974 Yes No / Non- Compliant Yes Yes Sitec LLC 522 Railroad Ave North Augusta, SC 29841 Yes 212379 Yes Yes Yes Yes Augusta Quality LLC 1540 Keron Way Hephzibah, GA 30815 Yes 639585 Yes Yes Yes Yes HBJ Enterprises, Inc. 2124 Pepperidge Drive Augusta, GA 30906 Yes 850893 Yes Yes Yes Yes Winsay, Inc. PO Box 55 Harlem, GA 30814 Yes 494613 Yes Yes Yes Yes Southern Dirt 1693 Old Mitchell Rd Gibson, GA 30810 Yes 1255080 Yes No / Non- Compliant Yes Yes Lumber Jack & Landscaping 2430 Norfolk Street Augusta, GA 30906 Yes 465374 Yes Yes Yes Yes Bulldogs Cuts 907 Park Avenue Augusta, GA 30901 Yes 852742 Yes Yes Yes Yes RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services for Augusta, GA- Engineering Department Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 85 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): NA Total Number of Specifications Mailed to Local Vendors: 50 Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 14 Total Noncompliant: 2 Page 1 of 4 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services for Augusta, GA- Engineering Department Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 85 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): NA Total Number of Specifications Mailed to Local Vendors: 50 Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 14 Total Noncompliant: 2 A&S Engineering, LLC Civil Engineering Services PO Box 2413 Evans, GA 90809 Yes 340435 Yes Yes Yes Yes George Wilson Contracting 3608 Kentwood Dr Augusta, GA 30906 Yes 965518 Yes Yes Yes Yes Dexters Contracting 4875 Old Waynesboro Rd Hephzibah, GA 30815 Yes Exempt Yes Yes Yes Yes Terra Excavating 1760 Gordon Hwy Augusta, GA 30906 Yes 1114225 Yes Yes Yes Yes The following vendor did not respond: Pyamara Construction Services, LLC / PO Box 4383 / Martinez, GA 30907 Page 2 of 4 OFFICIAL Fee Proposal Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services for Augusta, GA- Engineering Department Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 85 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): NA Total Number of Specifications Mailed to Local Vendors: 50 Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 14 Total Noncompliant: 2 Page 3 of 4 OFFICIAL Fee Proposal RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services for Augusta, GA- Engineering Department Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 85 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): NA Total Number of Specifications Mailed to Local Vendors: 50 Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 14 Total Noncompliant: 2 Yes Yes Yes Yes The following vendor did not respond: Pyamara Construction Services, LLC / PO Box 4383 / Martinez, GA 30907 Page 4 of 4 MARSHALL CONTRACTING CO ATTN: MARSHALL BELL PO BOX 2204 AUGUSTA GA 30903 RETURNED MAIL BILL HARLEY COMPANY 588 GIBBS ROAD EVANS, GA 30809 PAUL JOHNSON DRAINAGE & EXECAVATING 2621 GLENN HILLS DRIVE AUGUSTA, GA 30906 FLOOD CONTROL 2803 WRIGHTSBORO RD., SUITE 12 AUGUSTA,GA 30909 EARTH-SCAPE 797 LOCKS WAY MARTINEZ, GA 30907 A BRAND NEW LANDSCAPE 1907 WARREN ST. AUGUSTA, GA 30904 POND MAINTENANCE OF AUGUSTA 3707 COLBERT STREET AUGUSTA, GEORGIA 30906 GEORGIA OUTDOOR SERVICES 3723 BELAIR RD AUGUSTA, GA 30909 RIGGINS PEST & MOISTURE CONTROL 241 STONINGTON DRIVE AUGUSTA, GA 30907 RISE AND SHINE LAWN CARE AND LANDSCAPING, LLC 1159 WALTONS TRAIL HEPHZIBAH, GA 30815 JACOBS LAND MANAGEMENT 733 SCOTT NIXON MEMORIAL DRIVE AUGUSTA, GA 30907 BYNUM & WILSON 3616 QUAIL HOLLOW DRIVE HEPHZIBAH, GA 30815 LARRY L. MCCORD LLC 2016 HIGHLAND AVE., AUGUSTA, GA 30904 LARRY PITTMAN & ASSOCIATES 1249 GORDON PARK ROAD, AUGUSTA, GA 30901 GARRETT ENTERPRISE 3070 DAMASCUS RD. SUITE R AUGUSTA, GA 30909 GREEN KEEPER LANDSCAPING 342 BOY SCOUT ROAD AUGUSTA, GA 30909 AUGUSTA LAWN & TURF 3618 PHILLIPS DRIVE MARTINEZ, GA 30907 Edward Carter Caine Lawn Care and Maintenance 304 Cobblestone Ct Martinez, GA 30907 SOUTHERN NATURAL LANDSCAPING 1059 FRANKE INDUSTRIAL DR AUGUSTA, GA 30909 SCOTTS LAWN SERVICE 2013 FRANKE CT, AUGUSTA, GA 30909 BULLDOGS CUTS ATTN: KEITH HARRISON 907 PARK AVE. AUGUSTA, GA 30901 HERMAN HAZEL 1820 FAIRVIEW AVENUE AUGUSTA, GA 30904 ATTN: TONY ROBINSON CSRA LANDSCAPING 2321-H PEACH ORCHARD ROAD AUGUSTA, GA 30906 HUDSON LANDSCAPE ATTN: JOHN HUDSON P. O. BOX 212477 AUGUSTA, GA 30917 YOUR LAWN CARE SERVICE ATTN: RONNIE STRIGGLES 1456 HEPHZIBAH-MCBEAN ROAD HEPHZIBAH, GA 30815 GEORGE JONES 1520 FLAGLER ROAD AUGUSTA, GA 30909 FRAILS LANDSCAPING 444 SANDY RUN ROAD HARLEM, GA 30814 TUFF MASTERS 2014 WESTSIDE COURT AUGUSTA RETURNED MAIL RFP ITEM # 18-157 ON-CALL DRAINAGE EASEMENT AND POND CLEANING/CLEARING SERVICES FOR ENGINEERING DEPARTMENT MAILED 1/22/18 RFP ITEM # 18-157 ON-CALL DRAINAGE EASEMENT AND POND CLEANING/CLEARING SERVICES FOR ENGINEERING DEPARTMENT RFP DUE: 2/21/18 LUMBER JACK LAWN ATTN: COREY HUFF 2430NORFOLK STREET AUGUSTA, GA 30906 PRESCOTT INDUSTRIES ATTN: ARTHUR PRESCOTT 2404 OLD SAVANNAH ROAD AUGUSTA, GA 30906 LAWNS UNLIMITED ATTN: TRAVIS PRICE 2570 LOUISVILLE ROAD APPLING, GA 30802 PIEDMONT LANDSCAPE 2013 FRANKE CT. AUGUSTA, GA 30909 AVERETT PLUMBING ATTN: DARLENE HIGGINS 1547 GORDON HIGHWAY AUGUSTA, GA 30906 Releaf Professional Solutions &Logistis, ATTN: Franklin Hagins 6442 Swallowtail Drive Statesboro, GA 30461 NORTHWOOD NURSERY ATTN: CHARLES W. NORTHWOOD, III 543 HIGHLAND AVE. AUGUSTA, GA 30904 WATKINS TRUCKING & LANDSCAPE 3716 KINGSGATE DRIVE HEPHZIBAH, GA 30815 GEORGIA’S GREEN LAWNCARE 1433 HUNTER STREET AUGUSTA, GA 30904 KENDRICK’S CLEARING & HAULING CEDRICK KENDRICK 1247 NEW SAVANNAH ROAD, AUGUSTA, GA 30901 HBJ ENTERPRISE, LLC ATTN: HENRY BRYANT 2124 PEPPERIDGE DRIVE AUGUSTA, GA 30906 PROMISE LAND CDC ATTN: SHEILA BOAZMAN 2409 AMSTERDAM DRIVE AUGUSTA, GA 30906 BARRETT WALKER LANDSCAPING 1830 BEAVER CREEK LANE HEPHZIBAH, GA 30815 DOUGLAS GLOBAL & ASS 704 SAGE COURT NORTH AUGUSTA, SC 29860 JENKINS & JONES ENTERPRISE 3002 HOLLINS DRIVE HEPHZIBAH, GA 30815 ATTN: CHEVIS STRANGE L-J, INC. 615 KNOX ABBOTT DRIVE CAYCE, SC 29033 Savage Hauling 1771 Gordon Hwy Augusta, AG 30904 THE YARDSMITH 417 ASHLAND DRIVE AUGUSTA, GA 30909 AUGUSTA QUALITY LAWNCARE 1540 KERON WAY HEPHZIBAH, GA 30815 BARRETT WALKER LANDSCAPING 1830 BEAVER CREEK LANE HEPHZIBAH, GA 30815 H.M LAWN 3515 EVAGELINE DRIVE AUGUSTA, GA 30906 FIRST CHOICE HOME INSPECTIONS & CONSTRUCTION 2222 WOODLAND AVE AUGUSTA, GA 30904 DBI SERVICES 100 NORTH CONAHAN DRIVE HAZELTON, PA 18201 CREW CABLE 1695 RICHLAND AVE EAST AIKEN, SC 29801 NaturChem Inc. 270 Bruner Road Lexington, SC 29072 Winsay, Inc. 6499 Carriage Lane Harlem, GA 30814 NINETY-ONE ENTERPRISE 3020 MILLEDGEVILLE ROAD AUGUSTA, GA 30904 Harris Lawn Care Attn: Lejuan Kelley 2706 Fawn Drive Augusta GA 30906 RETURNED MAIL0 RFP ITEM # 18-157 ON-CALL DRAINAGE EASEMENT AND POND CLEANING/CLEARING SERVICES FOR ENGINEERING DEPARTMENT MAILED 1/22/18 RFP ITEM # 18-157 ON-CALL DRAINAGE EASEMENT AND POND CLEANING/CLEARING SERVICES FOR ENGINEERING DEPARTMENT RFP DUE: 2/21/18 Pyamara Construction Services, LLC PO Box 4383 Martinez, GA 30907 A&S Engineering, LLC PO Box 2413 Evans, GA 30809 Priority Construction Group Inc. 1578 Highway 56N Waynesboro, GA 30803 Jamco Civil 1249 Gordon Park Road, Suite 102 Augusta, GA 30901 RETURNED MAIL + Georgia Carolina Paving 3020 Milledgeville Road Augusta, GA 30904 Columbia Diversified 6677 Eubank Dr. Appling, GA Gerald Hargrove Const. 5308 Meadowlark ln. Grovetown, GA 30813 Middle Georgia Road Builders & Developers 1007 Old Savannah Road East Dublin, GA 31027 Robert Formans Lawn Care Landscaping 2815 Lumpkin Rd. Augusta, GA 30906 Roberts Professional Lawncare 2815 Lumpkin Rd. Augusta, GA 30906 D.J. Construction 611 Sea Ste Augusta, GA 30901 Southern Dirt 1693 Old Mitchell Rd. Gibson, GA 30810 Patrick Dillard Blair P.O. Box 770 Evans, Gamm 30807 JHC Inc. P.O. Box 14311 Augusta, GA 30904 Paul Wells 1002 Turpin St, Augusta, GA 330901 JC Lawncare 1419 Summit Way Grovetown, GA 30813 Avrett Company 15701 Gordon Hwy Augusta, GA 30906 CMI 1827 Killingsworth Rd. Augusta, GA 30904 LANDSCAPE CNCEPTS ATTN: CHRIS EDENFIELD 800 SEE PINES LANE #221 AUGUSTA GA 30907 RETURNED MAIL HAMEED MALIK AUGUSTA ENGINEERING DEPT. KELLIE IRVING COMPLIANCE RFP ITEM # 18-157 ON-CALL DRAINAGE EASEMENT AND POND CLEANING/CLEARING SERVICES FOR ENGINEERING DEPARTMENT MAILED 1/22/18 RFP ITEM # 18-157 ON-CALL DRAINAGE EASEMENT AND POND CLEANING/CLEARING SERVICES FOR ENGINEERING DEPARTMENT RFP DUE: 2/21/18 Commission Meeting Agenda 8/7/2018 2:00 PM On-Call Maintenance Vegetation Control and Right-of-Way Mowing Addition to the Current Contract Addition to the Current Contract Department:Engineering Department:Engineering Caption:Motion to deny addition of four (4) Contractors to Current Approved On-Call Maintenance Vegetation Control and Right- of-Way Mowing Contractor-List and accordingly Approve award of On-Call Maintenance Vegetation Control and Right-of- Way Mowing Contract to these four contractors (i-T Garrett Enterprise, ii-Robert’s Professional Lawn Services, iii- Lumberjack Landscaping, and iv-Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. RFP 18-152 (Approved by Engineering Services Committee July 31, 2018) Background:Augusta Commission established Stormwater Utility (SWU) Program effective January 1, 2016. On-call services are integral part of SWU Program delivery as determined by AED that supplementing engineering maintenance resources with on-call services is a practical approach to complete and sustain much needed maintenance services in a timely manner. Such services are essential to minimizing public safety risks, damages to public property and associated potential hazard liabilities. SWU service area consisted of nine (9) watersheds, accordingly AED intended to have nine (9) On-call Contractors on board (at least one per watershed). Accordingly, 2016 RFP (first round) states that the Department will select up to nine (9) separate companies, however, only five (5) contractors were qualified in 2016 at first round of RFP. Second round of RFP was initiated in 2017 for getting remaining four (4) contractors onboard. Analysis:RFPs were evaluated on March 26, 2018 with T Garrett Enterprise, Robert’s Professional services, Lumberjack Landscaping, and Bulldogs being the selected firms. Firms were evaluated based on qualifications, relevant experience, and ability to provide requested services. Services will be provided per unit prices established at first round of selection in 2016. It is Cover Memo the recommendation of the Engineering Department to award this project to aforementioned firms. Financial Impact:On-Call Vegetation Control and ROW Mowing 581-044320- 5211120 Alternatives:1). Do not approve and continue with current five (5) under contract contractors. Recommendation:Approve addition of four (4) Contractors to Current Approved On-Call Maintenance Vegetation Control and Right-of-Way Mowing Contractor-List and accordingly Approve award of On- Call Maintenance Vegetation Control and Right-of-Way Mowing Contract to these four contractors (i-T Garrett Enterprise, ii-Robert’s Professional Lawn Services, iii- Lumberjack Landscaping, and iv-Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of signed contracts and proper insurance Documents. Funds are Available in the Following Accounts: On-Call Vegetation Control and ROW Mowing 581-044320- 5211120 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Request for Proposal Request for Proposals will be received at this office until Wednesday, February 21, 2018 @ 11:00 a.m. for furnishing for the Augusta Engineering Department: RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of Way Mowing RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Mandatory Pre Proposal Conference will be held on Thursday, February 8, 2018 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 9, 2018 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies Fee Proposal Lumber Jack Landscaping 2430 Norfolk St Augusta, GA 30906 Yes 465374 Yes Yes Yes Yes Yes George Wilson Contracting 3608 Kentwood Dr Augusta, GA 30906 Yes 965518 Yes Yes Yes Yes Yes T. Garrett Enterprise 3070 Damascus Road, Suite R Augusta, GA 30909 Yes 1215950 Yes Yes Yes Yes Yes HBJ Enterprises, Inc. 2124 Pepperidge Drive Augusta, GA 30906 Yes 850893 Yes Yes Yes Yes Yes Pyamara Construction Services, LLC PO Box 4383 Martinez, GA 30907 Yes 1218419 Yes No / Non- Compliant Yes Yes Yes Bulldogs Cuts 907 Park Avenue Augusta, GA 30901 Yes 852742 Yes Yes Yes Yes Yes RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of-Way Mowing for Augusta, GA- Engineering Department RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 87 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): Total Number of Specifications Mailed to Local Vendors: 50 Mandatory Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 12 Total Noncompliant: 4 Page 1 of 2 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies Fee Proposal RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of-Way Mowing for Augusta, GA- Engineering Department RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 87 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): Total Number of Specifications Mailed to Local Vendors: 50 Mandatory Pre Proposal Telephone Conference Attendees: 38 Total packages submitted: 12 Total Noncompliant: 4 A&S Engineering, LLC Civil Engineering Services PO Box 2413 Evans, GA 90809 Yes 340435 Yes Yes Yes Yes Yes Robert Formans Lawn Service 2815 Lumpkin Rd Augusta, GA 30906 Yes Exempt Yes Yes Yes Yes No / Non- Compliant GA Water Consumer Safety 1002 Turpin Street Augusta, GA 30901 Yes 900974 Yes No / Non- Compliant Yes Yes Yes Peach State Lawncare 2307 Overlook Rd Augusta, GA 30906 Yes Exempt Yes Yes Yes Yes No / Non- Compliant Robert's Professional Lawn Care 2405 Carpenter Avenue Hephzibah, GA 30815 Yes 1218260 Yes Yes Yes Yes Yes Terra Excavating 1760 Gordon Hwy Augusta, GA 30906 Yes 1114225 Yes Yes Yes Yes Yes The following vendors did not submit: Sitec LLC / 522 Railroad Ave / North Augusta, SC 29841 I&R Inspecition and Lawn Service / 1751 Brown Road / Hephzibah, GA 30815 Page 2 of 2 RISE AND SHINE LAWN CARE AND LANDSCAPING, LLC 1159 WALTONS TRAIL HEPHZIBAH, GA 30815 JACOBS LAND MANAGEMENT 733 SCOTT NIXON MEMORIAL DRIVE AUGUSTA, GA 30907 H.M. Lawn 3515 Evageline Drive Augusta, GA 30906 FIRST CHOICE HOME INSPECTION & CONSTRUCTION ATN: COREY JOHNSON 3610 BARBADOS DR AUGUSTA, GA 30909 RETURNED MAIL LARRY PITTMAN & ASSOCIATES 1249 GORDON PARK ROAD, AUGUSTA, GA 30901 GARRETT ENTERPRISE 3070 DAMASCUS RD. SUITE R AUGUSTA, GA 30909 RETURNED MAIL GREEN KEEPER LANDSCAPING 342 BOY SCOUT ROAD AUGUSTA, GA 30909 AUGUSTA LAWN & TURF 3618 PHILLIPS DRIVE MARTINEZ, GA 30907 Covenant Distributors, Inc. 1227 Augusta West Parkway Augusta, GA 30909 DBi Services 100 North Conahan Drive Hazelton, PA 18201 SCOTTS LAWN SERVICE 2013 FRANKE CT, AUGUSTA, GA 30909 BULLDOGS CUTS ATTN: KEITH HARRISON 907 PARK AVE. AUGUSTA, GA 30901 Caine Lawn Care and Maintenance 304 Cobblestone Court Martinez, GA 30907 ATTN: TONY ROBINSON CSRA LANDSCAPING 2321-H PEACH ORCHARD ROAD AUGUSTA, GA 30906 HUDSON LANDSCAPE ATTN: JOHN HUDSON P. O. BOX 212477 AUGUSTA, GA 30917 YOUR LAWN CARE SERVICE ATTN: RONNIE STRIGGLES 1456 HEPHZIBAH-MCBEAN ROAD HEPHZIBAH, GA 30815 GEORGE JONES 1520 FLAGLER ROAD AUGUSTA, GA 30909 FRAILS LANDSCAPING 444 SANDY RUN ROAD HARLEM, GA 30814 BARRETT WALKER LANDSCAPING 1830 BEAVER CREEK LANE HEPHZIBAH, GA 30815 WATKINS TRUCKING & LANDSCAPE 3716 KINGSGATE DRIVE HEPHZIBAH, GA 30815 THE YARDSMITH 417 ASHLAND DRIVE AUGUSTA, GA 30909 LUMBER JACK LAWN ATTN: COREY HUFF 2430 NORFOLK STREET AUGUSTA, GA 30906 PRESCOTT INDUSTRIES ATTN: ARTHUR PRESCOTT 2404 OLD SAVANNAH ROAD AUGUSTA, GA 30906 LAWNS UNLIMITED ATTN: TRAVIS PRICE 2570 LOUISVILLE ROAD APPLING, GA 30802 PIEDMONT LANDSCAPE 2013 FRANKE CT. AUGUSTA, GA 30909 NORTHWOOD NURSERY ATTN: CHARLES W. NORTHWOOD, III 543 HIGHLAND AVE. AUGUSTA, GA 30904 Attn: Ivory Whitfield Living Water 3019 Tobacco Road Hephzibah, GA 30815 RFP ITEM 18-152 ON CALL MAINTENANCE VEGETATION CONTROL AND RIGHT OF WAY MOWING FOR ENGINEERING DEPARTMENT BID DUE: TUE 2//21/18 @ 3:00PM RFP ITEM 18-152 ON CALL MAINTENANCE VEGETATION CONTROL AND RIGHT OF WAY MOWING FOR ENGINEERING DEPARTMENT BID MAILED: 1/23/18 J DAVIS SERVICES ATN: Johnny Davis 4163 Hamton Dr Augusta, GA 30906 RETURNED MAIL KENDRICK’S CLEARING & HAULING CEDRICK KENDRICK 1247 NEW SAVANNAH ROAD, AUGUSTA, GA 30901 HBJ ENTERPRISE, LLC ATTN: HENRY BRYANT 2124 PEPPERIDGE DRIVE AUGUSTA, GA 30906 PROMISE LAND CDC ATTN: SHEILA BOAZMAN 2409 AMSTERDAM DRIVE AUGUSTA, GA 30906 BARRETT WALKER LANDSCAPING 1830 BEAVER CREEK LANE HEPHZIBAH, GA 30815 Releaf Professional Solutions & Logistis, ATTN: Franklin Hagins 6442 Swallowtail Drive Statesboro, GA 30461 JENKINS & JONES ENTERPRISE 3002 HOLLINS DRIVE HEPHZIBAH, GA 30815 SITEC LLC ATTN: DAVID MCGHEE 522 RAILROAD AVE NORTH AUGUSTA, SC 29841 Caine Lawn Care and Maintenance 304 Cobblestone Ct Martinez, GA 30907 POND MAINTENANCE OF AUGUSTA 3707 COLBERT STREET AUGUSTA, GEORGIA 30906 Roberts Professional Lawncare 2405 Carpenter Ave. Hephzibah, GA 30815 Pyamara Construction Services, LLC PO Box 4383 Martinez, GA 30907 Richard M Taylor Inspection and Lawn Service 1751 Brown Rd. Martinez, GA 30815 A&S Engineering, LLC PO Box 2413 Evans, GA 30809 CREW CABLE 1695 RICHLAND AVE EAST AIKEN, SC 29801 NINETY-ONE ENTERPRISE 3020 MILLEDGEVILLE ROAD AUGUSTA, GA 30904 A&S Engineering, LLC PO Box 2413 Evans, GA 30809 H.M LAWN 3515 EVAGELINE DRIVE AUGUSTA, GA 30906 BYNUM & WILSON 3616 QUAIL HOLLOW DRIVE HEPHZIBAH, GA 30815 LARRY L. MCCORD LLC 2016 HIGHLAND AVE., AUGUSTA, GA 30904 LARRY PITTMAN & ASSOCIATES 1249 GORDON PARK ROAD, AUGUSTA, GA 30901 Davis Lawncare 4214 Wheeler Rd. Augusta, GA 30901 RETURNED MAIL SOUTHERN NATURAL LANDSCAPING 1059 FRANKE INDUSTRIAL DR AUGUSTA, GA 30909 HERMAN HAZEL 1820 FAIRVIEW AVENUE AUGUSTA, GA 30904 AUGUSTA QUALITY LAWNCARE 1540 KERON WAY HEPHZIBAH, GA 30815 Ellis Enterprise 2706 Northwood Court Augusta, GA 30909 Moe and Go Lawn Service 331 N Main Street Sumpter, SC 29150 Georgia’s Green Lawncare 1433 Hunter Street Augusta, GA 30904 RFP ITEM 18-152 ON CALL MAINTENANCE VEGETATION CONTROL AND RIGHT OF WAY MOWING FOR ENGINEERING DEPARTMENT BID DUE: TUE 2//21/18 @ 3:00PM RFP ITEM 18-152 ON CALL MAINTENANCE VEGETATION CONTROL AND RIGHT OF WAY MOWING FOR ENGINEERING DEPARTMENT BID MAILED: 1/23/18 TUFF MASTERS 2014 WESTSIDE COURT AUGUSTA RETURNED MAIL DOUGLAS GLOBAL & ASS 704 SAGE COURT NORTH AUGUSTA, SC 29860 Robert Formans Lawn Care Landscaping 2815 Lumpkin Rd. Augusta, GA 30906 D.J. Construction 611 Sea Isle Ste Augusta, GA 30901 Patrick Dillard Blair P.O. Box 770 Evans, Gamm 30807 Southern Dirt 1693 Old Mitchell Rd. Gibson, GA 30810 JHC Inc. P.O. Box 14311 Augusta, GA 30904 Paul Wells 1002 Turpin St, Augusta, GA 330901 JC Lawncare 1419 Summit Way Grovetown, GA 30813 ATTN: CHEVIS STRANGE L-J, INC. 615 KNOX ABBOTT DRIVE CAYCE, SC 29033 Horizon Construction P.O. Box 798 Evans, GA 30809 CMI 1827 Killingsworth Rd. Augusta, GA 30904 AVERETT PLUMBING ATTN: DARLENE HIGGINS 1547 GORDON HIGHWAY AUGUSTA, GA 30906 Georgia Carolina Paving 3020 Milledgeville Road Augusta, GA 30904 Winsay, Inc. 6499 Carriage Lane Harlem, GA 30814 Priority Construction Group Inc. 1578 Highway 56N Waynesboro, GA 30803 A&S Engineering, LLC PO Box 2413 Evans, GA 30809 Jamco Civil 1249 Gordon Park Road, Suite 102 Augusta, GA 30901 Tyler Lawn Care 1159 Walton’s Trail Hephzibah, GA 30815 Columbia Diversified 6677 Eubank Dr. Appling, GA EDGE LANDSCAPE MANAGEMENT 2010 KEW COURT GROVETOWN GA 30813 DALZELL DESIGN LANDSCAPING ATTN: WILL DALZELL 2018 BROMLEY COURT AUGUSTA, GA 30909 CUTTING EDGE LAWN & LANDSCAPING 4387 MARSHALL WAY EVANS, GA 30809 BETWEEN THE EDGES, INC. 816 EDGEFIELD ROAD NORTH AUGUSTA, SC 29841 TURF MASTERS 2014 WESTSIDE COURT AUGUSTA, KELLIE IRVING COMPLIANCE OFFICE 7TH Floor Municipal Building HAMEED MALIK ENGINEERING DEPARTMENT JAMCO CIVIL ATTN: E.R. MITCHELL P.O. BOX 10710 ATLANTA, GA 30310 RFP ITEM 18-152 ON CALL MAINTENANCE VEGETATION CONTROL AND RIGHT OF WAY MOWING FOR ENGINEERING DEPARTMENT BID DUE: TUE 2//21/18 @ 3:00PM RFP ITEM 18-152 ON CALL MAINTENANCE VEGETATION CONTROL AND RIGHT OF WAY MOWING FOR ENGINEERING DEPARTMENT BID MAILED: 1/23/18 Potett Landscrapes Dba Georgia Outdoor Services Attn: Penny Lowe 2734 Belair Road Augusta GA 30909 Returned Mail r Commission Meeting Agenda 8/7/2018 2:00 PM Minutes Department: Department: Caption:Motion to approve the minutes of the regular meeting of the Augusta Commission held July 17, 2018 and Special Called Meeting held July 31, 2018. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo -fr A Commission Meeting Agenda Commission Chamber - 711712018 ATTENDANICE: Present: Hons. Hardie Davis, Jr., Mayor; Jefferson, Guilfoyle, Sias, Frantom, M. Williams, Fennoy, D. Williams, Hasan and Smith, members of the Augusta Richmond County Commission. Absent: Hon. Davis, Mayor Pro Tem. IYVOCATION: Reverend Roger A. Schwartz, Pastor- Our Redeemer Lutheran Church PLEDGE OF ALLEGIANCE TO THE FLAG OF THE T]NITED STATES OF AMERICA. RECOGNITION(S) COA Summer Interns. A. Recognition of the City of Augusta Summer Interns. lB Aliepna Briqham.odf B ItemAoorovalsheet.html Motions Motion Motion TextType Presentation is made to the City of Augusta Summer Interns. June 2018 Employee of the Month. B. June 2018 Employee of the Month. IB ItemAonrovalsheet.html Motions Made Seconded Motion By By Result Item Action: None Item Action: None , Motion Motion Text Made Seconded Motion Type By By Result Presentation is made to Mr. James T. Pratt as June 2018 Employee of the Month. Five (5) minute time limit per deleeation DELEGATIONS C. Mr. Johnny Chivers, Jr. regarding the renaming of the John C. Calhoun Item Expressway to Veterans Memorial Expressway. Action: None E Johnny Chivers Jr..pdf IB ItemApprovalsheet.html Motions Motion Made Seconded MotionTYPe Motion Text By By Result Presentation is made by Mr. Johnny Chivers, Jr. D. Presentation from Mr. John Arscott on a proposed project on Aza\ea and Item Magnolia Drives. Action: None lE John Arscott.pdf IB ItemApprovalsheet.html Motions Motion t r .. m Made Seconded MotionType Motion Text ;;*- ;;""--- ii;J; lt was the concensus of the Commission that this item be deleted from the agenda at the request of Mr. Arscott. E. Ms. Mary Tibbetts, West Augusta Alliance regarding its opposition to the ltem proposed Neighborhood Bar/Restaurant at3004 Skinner Mill Road. Action: None B l\tarv Tibbetts.pdf . E ItemApprovalsheet.html Motions Motion Made Seconded Motion Type Motion Text By By Result Presentation is made by Ms. Tibbetts. F. Ms. Marcia Plunkett; Skinner Family Cemetery regarding its opposition to Item the proposed neighborhood restaurant/bar at3004 Skinner Mill Road. Action: None IB Nlarcia Plunkett.ndf E ltemApDrovalsheet.html Motions Motion Made Seconded Motion Type Motion Text By By Result Presentation is made by Ms. Plunkett. G. Mr. Mike Samadi regarding a Special Exception for properry at 4013 Belair ItemRoad. Action: None [B ]\'Iike Samadi.pdf B ItemAonrovalsheet.html Motions Motion Motion Text Made Seconded MotionrYPe By By Result Presentation is made by Mr. Samadi with he and Mr. Rob Sherman to meet regarding the special exception for the property at 4013 Belair Road. H. Mr. Al Gray regarding "Augusta's wheel of Missed Fortunes." rtem Action: None B At Grav.odf E ltemAoorovalsheet.html Motions Motion t u .. m Made Seconded Motioni;;" - Motion Text By By Result It was the consensus of the Commission that this item be deleted from the agenda at the request of Mr. Gray. CONSENT AGENDA (Items l-22) PLAI{NING 1. Final PIat - Manchester Section 8-A - 5-866-A - A request for concuffence Item with the Augusta Planning Commission to approve a petition by Southern Action: Partners Inc., on behalf of COEL Development Co., requesting final plat Approved approval for Manchester Section 8-A. This residential subdivision is located on Ken Miles Drive and contains 37 lots. DISTRICT 4 lE ItemApprovalsheet.html Motions Motion Motion Text Made By seconded By fJr|i,"rype Motion to approve. Approve m;:l*1,:."* ff##,,;'Ji;," S:ffiii;;l,h, passes 2. Final PIat - Southampton Section 6 - 5-867 - A request for conculrence with Item the Augusta Planning Commission to approve a request by Southern Partners Action: Inc., on behalf of COEL Development Co., requesting final plat approval for Approved Southampton Section 6. This residential subdivision is located at Windsor Spring Road and Inverness Drive and contains 53 lots. DISTRTCT 4 E ltemApprovalsheet.html Motions f.:j:' Motion Text Made By seconded By Motionrype - ----- -.t Result Approve passes . Motion to approve. Commissioner Commissioner Mr. Guilfoyle out. Sammie Sias Dennis Williams Motion Passes 8-0. 3. Z-18-35 - A request for concurrence with the Augusta Planning Commission Item to approve with the conditions below a petition by William J. Palladino, on Action: behalf of Augusta Land Bank, requesting a change of zoning from Zone R-l Approved and Zone B-l (Neighborhood Business) to Zone R-2 (Two-famity Residential) affecting property containing 0.28 acres and known as 1110 Florence Street and 1301 and 1305 Eleventh Street. Tax Map 059-2-175- 00-0, 059-2-176-01-0, and 059-2-176-00-0 DISTRICT 1 l. Provide an access easement for the proposed shared driveway and parking spaces as part of the plat recording for the newly created lots. 2. Provide landscaping that is similar to the illustration shown on the concept plan date received on s13Lt20t8. B z-lE-J5.odf lE ItemApprovalsheet.html Motions Motion;- ---- Motion Text'I'vDe JI Motion to Approve approve. Motion Passes 9-0. PUBLIC SERVICES Commisioner Commissioner Sean Frantom Sammie Sias Passes Made By Seconded By 4. Motion to approve adopting by reference the International Property Item Maintenance Code 2012 Edition and Georgia Amendments, with the exclusion Action: of (IPMC) Chapter I Administration and Enforcement; and request approval to Approvedadopt International Property Maintenance Code Administration and Enforcement, Sections 7-1-140.1 through 7-l-153.2. (Approved by public Services Committee July 10,2018) B IPNIC 2012 oRDINANCE ANTENDNTENT inctudins-.ADNllN AND ENFoRCENTENT 20t8062s.docx [B ItemAnorovalsheet.html Motion Result Motion Result Motions f#:" Motion rext Made By Seconded By Approve Motion to approve. Commissioner Commissioner passes Mr. Fennoy and Mr. Marion Ben Hasan Guilfoyle out. Williams Motion Passes 7-0. 5. Motion to approve New Location Application: A. N. 18-25: request by In ltem Sun Kim for a retail package Beer &Wine License to be used in connection Action:with Coliseum located at 808 llth Street. District l. Super District 9. Approved(Approved by Public Services Committee July 10, 20lg) 6. Motion to approve New Location Application: A.N. 18-26: request by ltem Kaswania Keith for an on premise consumption Liquor & Beer License to Action: be used in connection with Chipotle Mexican Grill located at 229 Robert C. Approved Daniel Jr. Pkwy, Unit A. There will be Sunday Sales. District 3. Super District 10. (Approved by Public Services Committee July 10r 2018) E a.N. r8-zs.oar E ltemAoprovalsheet.html Motions Motion Motion Textrype Motion to Approve approve. Motion Passes 9-0. tB a.N, lr-z6.pot E ItemAoorovalsheet.html Motions Motion Motion Textrype Motion to Approve approve. Motion Passes 9-0. seconded By Motion ResultMade By Made By Commisioner Commissioner Sean Frantom Sammie Sias Passes seconded By Motion Result Commisioner Commissioner Sean Frantom Sammie Sias Passes 7. Motion to approve an amendment to the Augusta, Georgia Code Title 6, ItemChapter 2, Article l, Alcoholic Beverages, Section O-Z-15 Sunday Sates Action: effective upon approval of a referendum to provide for the sale of alcohol on ApprovedSundays beginning at 11:00 A.M. in accordance with Senate Bill 17. (Approved by Public Services Committee July 10,201g) lE Alcohol Ordinance Amendment - Referendum Sunday Sales 20180619.docx lB ItemApprovalshect.html Motions fr"rt:'" Motion Text Made By seconded By #.liil Motion to approve and ^ to waive the second Commisioner CommissicApprove ,eaoing. Sean Frantom Sammie si[t' Passes Motion Passes 9-0. 8. Motion to approve referring this matter to the Augusta Planning Commission ltem for consideration and to keep the Parking Task Force informed about the issue Action: regarding consideration of parking options, requirements, issues and solutions Approved for businesses that desire to open in the Central Business District. (Approved by Public Services Committee July 10r 2018) B Parkins Proposed_Options CBD 20lE0629.xlsx lB ItemAoorovalsheet.html Motions X:j1" Motion Text Made By Seconded By Motion'f'YPe ---- -at Result Motion to commisioner commissionerApprove approve. ;:::T:.-:^^l:l- ::""'1'o"j:'*' passes Motion passes 9_0. S.u, Frantom Sammie Sias 9. Motion to approve Amendment #2 to Cooperative Agreement FY2018 with Item CSRA Regional Commission for Senior Nutrition Services for Augusta, GA. Action: (Approved by Public Services Committee July 10,2018) Approved E Amendment 2-FYt8.pdf lB ItemAonrovalsheet.html Motions X:'1"' Motion Text Made By seconded By MotionrYPe ---- -r Result Approve Motion to Commisioner Commissioner Passesapprove. Sean Frantom Sammie Sias Motion Passes 9-0. 10. Motion to approve appointing L subcommittee with Commissioner ltem Sean Frantom as Chair and representatives from the DDA, the Sheriffs Action: Office, the Mayor's Office, CyB, Administrator's Office, Parks & Approved Recreation Dept. and business owners to meet and discuss creating an entertainment district as an overlay zone.'The area to be considered for the entertainment district. 'What is the purpose of the entertainment district. 1) Alcoholic beverages outside of premises 2) Tables & chairs in front of bars 3) Etc. (Approved by Public services committee July l0r 2018) lE Com. Sean Frantom item.pdf IB ItemApprovalsheet.html Motions Motion Motion Text Made By Seconded By Motion Type ^rrvrrvu r lar lvrsur' r'J .>ELurrutu r-'J ReSUIt Motion to Approve ffi:,?l.rasses r_o S:#Tl.x,,TT ff,T,T,:'Ji*" passes 11. Motion to approve Mead and Hunt Aviation Consulting Services Contract. Item (Approved by Public Services Committee July 10,2018) Action: Approved lE Ntead HuntconsultinqServices20lE.pdf {E AVI East Billins Rates 2016 v 2018 comoarison.odf lB ItemAoorovalsheet.html Motions Motion f,,r^a:^-'Tr^--. f,,r-r-n d r rh Motion;"""- Motion Text Made By Seconded BTyp" rvrurruu r l;rf, 'tuauc Dy Deconoeo tly Result Motion to approve. ^ Mr. Fennoy and Mr. Commissioner CommissionApprove iuiroyt. out. sammie sias Grady s-itti"t Passes Motion Passes 7-0. ADMINISTRATIVE SERVICES 12. Motion to approve bid award of contract to Midwest Maintenance of Item Augusta to restore the integrity of the exterior building envelope at the Action: Augusta Animal Services Building in the amount of $244,382.00. Bid Item Approved l8-188. (Approved by Seryices Committee July 10,2018) E RFP # l7-l74-Aupusta Animat Services-Envelope Evaluation_Report 2017.10.09.pdf B tt-tgr trn -.jsrNr ro parpR.nar lB l\tandatorv Pre Bid Sipn In Sheet.pdf {B 18-188 Deoartment Recommenation of Award-ndf E Nlail List and Demandstar Planholders.ndf lE ComolianceJ nformation.ndf lB Vendor Info Georsia Procurement Resistrv.odf lB ItemAoprovalsheet.html Motions H:t1" Morion Text Made By seconded By MotionIYPe - ------ -'t ----"--- -r Result Motion to a ,, , Commisioner CommissionerApprove approve. .' _ _,- ;,_- : -- ; -----.--;. --- passes Motion passes 9-0. S"u'Frantom Sammie Sias FINAI\ICE 13. Motion to approve a request from Mr. Rayonta Whitfield with the Augusta Item Boxing Club for a refund on the 2017 taxes. (Approved by Finance Action: Committee July 10, 2018)Approved B Ravonta_Whitfield-- Aususta BoxinLClub.odf lB ItemApnrovalsheet.html Motions Motion t,.^L2^- 'Ti- 1 rr r h Motion- ----- Motion Text Made ByI YPe ''---- -" Result Motion to commisioner commissionerApprove approve. ;:::':1"^:-^::1- :\'',r1rD:Yrrsr passes Motion passes 9-0. S.u, Frantom Sammie Sias ENGINEERING SERVICES 14..Motion to authorize condemnation to acquire title for permanent easement and temporary construction 012-00-0) 2420 Boykin Road. (Approved by Committee July 10, 2018) of a portion of property ltem easement (Parcel 166-0- Action: Engineering Services Approved lB Aqenda ltem - Edward Henderson.pdf lB Aqenda ltem - Edward Henderson.odf lE ItemAnorovalsheet.html Motions Motion;- ---- Motion Textrype Seconded By [:Xi,"Made By Motion to approve. Commissioner ^Approve ffi,t1'l[J,.;",:h #i,l,,:L. ;:fffiff*' passes 15. Motion to authorize condemnation to acquire title of a portion of property Item for permanent easement and temporary construction easement (Parcel 166-0- Action: 020-00-0) 4272 Windsor Spring Road. (Approved by Engineering Services Approved Committee July 10, 2018) B Asenda ltem-- Rushton (16G0-020-00-0).odf lB Condemnation Recommendation - 166-0-020-00-0.ndf lB ItemAporovalsheet.html Motions f#:'" Motion rext Made By Seconded By Motion Result Motion to approve. Commissioner Approve ffi,,:x'ffJ.hi:h #?,1',:1, ;:r#::f'* Passes 16. Motion to authortze condemnation to acquire title of a portion of property Item for permanent easement and temporary construction easement (Parcel 166-0- Action: 021-00-0) 4264 Windsor Spring Road. (Approved by Engineering Services Approved Committee July 10, 2018) tE Asenda-ltem--_Rushton (166-0-021-00-0).pdf B Condemnation Recommendation - 166-0-021-00-0.odf lB ltemApprovalsheet.html Motions Motion MotionType Motion Text Made By Seconded By iil;;' Motion to approve. Commissioner Approve ffi,?l'iffitl #i,l,,:L, ;:fffillf*' passes 17. Motion to authorwe condemnation to acquire title of a portion of property ltem for permanent easement and temporary easement (Parcel 166-0-014-00-0) Action: 4257 James Drive. (Approved by Engineering Services Committee July Approved 10,2018) IB Apenda ttem - Novetle Skerritt.ndf lB Condemnation Recommendation - N. Skerritt.ndf IB ItemAoorovalsheet.html Motions Motion r/i^1:^_-,T!__1 rf, r h ^ Motion;--'"- Motion Text Made By Seconded By'f'YPe - ----- -'t Result Motion to commisioner commissionerApprove approve. ;_"^,_'-,_.:: * :""'^'^.^o::"" passes Motion passes 9_0. S.u, Frantom Sammie Sias 18. Motion to approve Agreement with the Augusta Canal Authority for Item delivery of water through the Augusta Canal. (Referred from June Action: 12 Engineering services committee) Approved Ie 180521 Water Arreement Sisned bv ACA.pdf E Motions Y:'1"' Motion Text Made By Seconded By Motion r YPe - ----- -'t Result Approve X;i.';"'" commisioner commissioner rrrotiolr"passes 9-0. S"u, Frantom Sammie Sias Passes 19. . JVlotion to approve the recommendations for enhancements to the Vacant Item Lot Program including the increase of fees charged and authonze the drafting Action:of revisions to the ordinance. (Approved by Engineering Services Approved Committee July 10, 2018) IB 2018.06.21-PP Presentation - (lpdate on EsD-Activities - Clontinued-Improvement.pptx tB ItemAnorovalsheet.html Motions f#:" Motion Text Made By Seconded By f"'r|il Motion to approve. a __ _- __ - Mr. Sias and Mr. Commissioner CommissiontApprove crnroyt. out. Ben Hasan william r.n rly Passes Motion Passes 7-0. 20. Motion to approve purchase of Water Optimization Software Subscription ltemfor Augusta Utilities - Facilities Maintenance Division. (Approved by Action: Engineering Services Committee July 10,2018) Approved lB titilities - Water Network Optimization Software.odf lE ItemAnorovalsheet.html Motions []j1t" Motion Text Made By Seconded By MotionIYPe - ------ -" Result Motion to commisioner commissionerApprove approve. ;::=::-:.'l:^- ;":""'.'"oj:'*' passes Motion passes 9-0. stu'Frantom Sammie Sias PETITIONS AND COMMUNICATIONS 21. Motion to approve the minutes of the regular meeting of the Augusta Item Commission held June 28r 2018 and Special Called Meeting held July 10, Action:2018. Approved E Resular-Commission-l\{eetins June 28 20l8.pdf lB C'alted Commission l\teetins Julv l0 20l8.pdf E ltemAoprovalsheet.html Motions Motion i;" - Motion Text Motion to Approve approve. Motion Passes 9-0. E Aishia Leverett.odf lB Cedric Johnson.odf lB Cllvde Lester.odf B Dan-Troutman.pdf lE Larrv Harris.odf lB ItemAporovalsheet.html Motions Motion Motion TextI vDe Motion to Approve approve. Motion Passes 9-0. ****END CONSENT AGENDA"*** AUGUSTA COMMISSION 7t17t2018 Made By Seconded By Motion Result Commisioner Commissioner Sean Frantom Sammie Sias Passes APPOINTMENT(S) 22. Motion to rati$ the reappointments and appointments of the Richmond Item County Legislative Delegation as follows: reappoint Aishia Leverett and Action: Lawrence Washington - Augusta Port Authority; Ethion Rowe and Chris Approved Booker - ARC Zoning Appeals Bd.; Gwen Roundtree and Lillie Hamilton- ARC Library Bd.; Cedric Johnson - Coliseum Authority; Charles Lamback - General Aviation Commission; Robert Cook and Debra Spencer - Planning Commission; Denice Traina and Charles Cummings - Transit Citizen Advisory Cmte.; Randy Wishard - Animal Control; Eugene Tanrymore, Kitty Cato and Clyde Lester - Sheriff 's Merit Board; Larry Harris and Dan Troutman - Augusta Aviation Commission. Made By Commisioner Sean Frantom seconded By Motion Result Commissioner sammie Sias Passes AUGUSTA COMMISSION REGULARAGENDA 7 t17 t2018 (Items 23-32) PLANNING 23. Z-18-30 - A request for reconsideration and concurrence with the Augusta Item Georgia Planning Commission to approve with the conditions listed below a Action: petition by Kirk S. Laney, on behalf of Kirk S. Laney, sole member of Dixon Approved Airline Recycling & Disposal LLC, requesting a change of zoning from Zone A (Agriculture) to Zone HI (Heavy Industry) affecting property containing approximately 21 acres and known as part of 1710 Dixon Airline Road. Tax Map 145-0-033-00-0 DISTRICT 6 1. Approval be granted for all lands on TPN 145-0-033-00-0 currently zoned A (Agricultural) to be rezoned to HI (Heavy Industrial) to be in conformance with existing use of the land. 2. An inspection by the City of Augusta and an inspection by the Georgia EPD must be conducted on the overall site and any prior deficiencies found on the site must be corrected or remedied prior to a business license being issued by the City of Augusta for any and all operations on the site; 3. The cemetery on the property needs to be clearly delineated on any and all site plans, plats or depictions of the site, the required cemetery buffer needs to be verified, and the cemetery and the required buffer need to be adequately fenced to prevent encroachment by any of the recycling operations should the cemetery be located in these areas;4, An undisturbed buffer similar to the one shown on the Concept Plan submitted with the rezoning request must be enforced between the proposed mining operation and the existing residential structures. In no case, can the undisturbed buffer be reduced below 100 feet in width against the residential lots and all mining activities must be performed during the normal business hours of 8:00 am to 5:00 pm. 5. No inert fill activities may take place on the site. 6. An annual inspection, as part of the annual business license renewal, shall be conducted by Augusta Code Enforcement inspectors to ensure compliance with all provisions of this zoning action. E z-18-J0.pdf E ltemApprovalsheet.html Motions Motion Motion Textlype Motion ResultMade By Seconded By . Delete Motion to delete this Commissioner Commisioner passes item from the agenda. Sammie Sias sean Frantom Mr. M. Williams votes Present. Motion Passes 8-0 -1. 24. Z'18-31 - A request for reconsideration and concuffence with the Augusta Georgia Planning Commission to approve with the conditions listed below a petition by Kirk S. Laney, on behalf of Kirk S. Laney, sole member of DixonAirline Recycling & Disposal LLC, requesting a Special Exception to establish a Recycling Area for Concrete, Asphalt and Wood materials in theHI (Heavy Industrial) Zone per Section}4-2 (a) (17) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing approximately 150 acres and known as 1710 Dixon airtine noud. Tax Map 145-0-033-00-0 DISTRICT 6 1. Approval be granted only for the areas specified for recycling on the Concept Plan presented with the zoning case, which includes an approximately 3.16 acre area for concrete recycling, an approximately 2.99 acre area for asphalt recycling and an approximately 3.35 acre area for land clearing wood debris recycling.2. The property owner must maintain the proper permitting from EPD for the portable crusher, as long as the portable crusher is being utilized on the site. 3. The portable crusher must not be utilized outside of the areas specified for recycling on the Concept Plan, which includes an approximately 3.16 acre area for concrete recycling, an approximately 2.99 acre area for asphalt recycling and an approximately 3.35 acre area for land clearing wood debris recycling. 4. An inspection by the City of Augusta and an inspection by the Georgia EPD must be conducted on the overall site and any prior deficiencies found on the site must be corrected or remedied prior to a business license being issued by the City of Augusta for any and all operations on the site; 5. The cemetery on the property needs to be clearly delineated on any and all site plans, plats or depictions of the site, the required cemetery buffer needs to be verified, and the cemetery and the required buffer need to be adequately fenced to prevent encroachment by any of the recycling operations should the cemetery be located in these areas; 6. The Site Plan for the recycling activity must comply with any other State and Federal ordinances and regulations in effect at the time of developm ent. 7. A11 recycling / production / crushing or reduction activities must be performed during the normal business hours of 8:00 am to 5:00 pm. g. Noinert fill activities may take place on the site. Concrete, asphalt and land clearing wood debris brought into the site, from offsite, shall bi for recycling putposes only, and recycled or reduced materials must conform to the EPD Rule for such activities. All recycled or reduced concrete, asphalt, and land clearing wood materials shall not remain on the property ind;finitely. 9.An annual inspection, as part of the annual business license renewal, shall be Item Action: Approved conducted by Augusta Code Enforcement with all provisions of this zoning action. inspectors to ensure compliance Motion to delete this item from the agenda. r1_____--:--,Derete |hx;*ili","?,"i.. ff#,#,,j'Jl*'. ff#T;f,ffi passes Motion Passes 8-0 -1. 25. Z'18-36 - A request for concurrence with the Augusta Planning Commission ltem to approve with the conditions below a petition by James Jacobs requesting Action: a change of zoning from Zone R-lA (One-family Residential) aind Zone Approved B-1 (Neighborhood Business) to Zone B-1 affecting property containing 1.12 acres and known as 3004 Skinner Mill Road. Tax Map 018-0-013-01-0 DISTRICT 7 1. A Traffic Impact Assessment shall be commissioned at the cost of the application to determine which, if any, roadway improvements must be made to mitigate the impact of additional traffic to and from the site. Roadway improvements, if required, by the Traffic Study or the Augusta Traffic Engineer, will be performed at the cost of the applicant. 2. The conceptual site plan submitted and evaluated is for the purpose of the current zoning action only. Issuance of development permits shall be contingent upon the submission and approval of development plans meeting all applicable development regulations. B z-lE-Jl.odf B ltemAnprovalsheet.html Motions Motion;- ---- Motion Textrype E z-1E-J6.odf El ltemAnorovalsheet.html Motions Sotion Motion Textrype Motion to Approve approve. Motion Passes 9-0. seconded By fffilMade By Made By Commissioner Sammie Sias Seconded By Motion Result Commissioner Dennis williams Passes (Approximately 20 objectors noted) (Approxim ately 20 supporters noted) PUBLIC SERVICES 26. Discuss establishing a James Brown Museum at the old Regency Mall Site. Item @eferred from the June 19, 201,8 Commission Meeting requested by Action: Commissioner Marion Wiiliams) approved lB ItemAoorovalsheet.html Motions X:11" Motion Text Made By seconded By Motion f YPe '-"'- -r vvlvusvs uJ Result Approve X:Jfil:",ilr,XilH commissioner commissioner as information. Marion williams fl?[l.,:" It was the consensus of the Commission that this item be received as information. ADMINISTRATIVE SERVICES 27. Discuss the process for placing agenda item(s) on the ltem Commission's Executive Session agenda. (Requested by Commissioner Action: Marion Williams) approved F ltemApprovalsheet.html Motions Motion rr^r:^-7Tt---a rr r h ^ Motion- ----- Motion Text Made By Seconded BylYPe -''-"- -r Result Motion to approve Approve receiving this item Commissioner Commissioner as information. William Fennoy Ben Hasan It was the consensus of the Commission that this item be received as information. 28. Discuss the Marshal Office's notification process for removal of Itemjunk/abandoned vehicle. (Requested by Commissioner Marion Williams) Action: Approved E oRD 6236 C]IT}, CODE ABANDON vEHICLES.tif E ltemApprovalsheet.html Motions Motion f,r m MotionType Motion Text Made By Seconded By ilH;' Motion to refer this item back to CommissionerDerer f#,fr'f;:';f H'#:f ;:#Il';il" Passes Motion Passes 9-0. PUBLIC SAFETY 29. Motion to award RFP #18-149 to EMS Management & Consultants, Inc. Item and to authorize the Mayor to execute the contract with EMS Management & Action: Consultants, Inc. (Requested by Commissioner Sammie Sias) Approved [B 2018-7-10 t.lnexecutod Citv of Aususta Contract end BA.A Revisert ?.tl lf ndf B Clomm. S. Sias.ndf lE ItemAoorovalsheet.html Motions X:tl"' Motion Text Made By Seconded By Motion r ype - ---- -" Result Motion to approve. Mr. Guilfoyle out. Voting No: ^ Commisioner Commissioner Commissioner passesApprove Sean Frantom, Ben Hasan Grady Smith Commissioner Marion Williams. Motion Passes 6-2. Motions f#:"" Motion rext Made By Seconded By f;Xil Deny Substitute motion to Commissioner Commisioner Fails deny. Mr. Guilfoyle ouL Marion Sean Frantom Voting No: Commissioner William Fennoy, Williams . Commissioner Ben Hasan, Commissioner Andrew Jefferson, Commissioner Sammie Sias, Commissioner Grady Smith, Commissioner Dennis Williams. Motion Fails 2-6. FINAI\CE 30. Approve $15,000 from Contingency to fund Sand Hills Community Center Item Youth Program. (Requested by Commissioner Bill Fennoy) Action: Approved E SAND HILLS YOTITH PROGRANI J PAqES OG22-2OIE.Ddf E Sand_Hills Youth_Proqram FinalSolicitation packel06-25-20lg.doc.pdf B ltemAnorovalsheet.html Motions Motion Motion TextType Motion to Approve approve. Motion Passes 9-0. ENGINEERING SERVICES lE ItemAoorovalsheet.html Motions Motion Motion Textrype Approve Motion to approve adopting a resolution to be presented to the Georgia General seconded By Motion Result Commisioner Commissioner Sean Frantom Sammie Sias Passes Made By 31. Motion to approve renaming the John C. Calhoun Expressway-Veterans Item Expressway. (Requested by Commissioner Bill Fennoy) Action: Disapproved Made By seconded By #.Xil Commissioner Commissioner FailsWilliam Ben Hasan Fennoy Assembly requesting them to rename the John C. Calhoun Expressway to the Charlie Norwood Veterans Expressway. Voting No: Commisioner Sean Frantom, Commissioner Wayne Guilfoyle, Commissioner Andrew Jefferson, Commissioner Grady Smith. Motion Fails 5-4. ADDENDUM 32. Request to approve funding for repairs of gate and stucco at the Estates of ltem Perimeter that was damaged by an Augusta Fire Department Fire Truck. Action: Approved B ltemAoprovalsheet.html Motions Motion r,r^a:^_7Tr^_-1 Made Seconded Motion-"""- Motion TextrYPe By By Result It was the consensus of the Commission that this item be added to the agenda. Motions Motion Motion Text Made By seconded By Motion Type ,rssv sJ 'Er'.,,rrEu r''J Result Motion to Commisioner CommissionerApprove approve. ;:::'I:::.'l:l- :u,urlD::r,sr passes Motion passes 9-0. S.u, Frantom Sammie Sias LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 33. 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.qov CALLED MEETINIJ COMMISSION CHAMBER July 31, 2018 Augusta Richmond County Commission convened at 11:00 a.m., Tuesday, July 31,2018, the Honorable Hardie Davis, Jr., Mayor, presiding. PRESENT: Hons. Jefferson, Sias, Frantom, M. Williams, Davis, D. Williams, Hasan and Smith, members of Augusta Richmond County Commission. ABSENT: Hons. Guilfoyle and Fennoy, members of Augusta Richmond County Commission. Mr. Mayor: All right, we'll call this meeting to order. All right, let me have everybody's attention. We have in front of us, again, it would be good if we had more of our people here. Hopefully that will be the case here shortly so I'm going to continue to move forward. Director Williams, we'll come back after the meeting and address this. We'll come back after our executive session. Okay. Yeah. A1l right, the Chair recognizes Attorney MacKenzie. 1. LEGAL MEETING A. Pending and potential litigation B. Real 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. Jefferson: So move. Mr. Frantom: Second. Mr. Mayor: A motion and a second. Voting. Ms. Davis and Mr. M. Williams out. Motion carries 6-0. IEXECUTTVE SESSTONI 2, Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Mr. MacKenzie: A motion to execute the closed meeting affidavit. Mr. Sias: So move. Mr. Frantom: Second. Mr.Ilasan out. Motion carries 7-0. Mr. Mayor: Thank you, Ms. Bonner. All right, we are delighted to have joining us for their final week of camp Ms. Tameka Allen, our Director of Information Technology, and her entire team for the Cyber Summer Boot Camp. Ms. Allen, if you'll come and tell us who you are. To the Commissioners we're going to stand. If everybody will come in here after she speaks, we're going to take a photo with these students, their last week before they go off to school. We are excited that you've learned a lot. We couldn't be more proud of you guys and ladies for what you've learned and we know you're going to be stellar students. We wish you the best for the 2018-2019 school year. Ms. Allen. Ms. Allen: Thank you, Mr. Mayor and members of the Commission. Again this is our last class that we've had this summer. We have in Information Technology as well as our two interns that are joining us have truly enjoyed it. We have a great group of students here from various schools throughout Richmond County including A. R. Johnson, Tutt, Langford, virtual school, St. Mary's, so we're very proud to have them here with us and they have done an awesome, phenomenal job and we again want to thank the administration and Commission for everything that they have done in allowing us to have this program because this is the future for Augusta and cyber robotics as well. We want to make sure that our students are aware of and at least to be exposed as young as they are. These are rising sixth through eighth graders so I am very proud of them and I'm going to ask all of them to get up and we're going to take a picture. Mr. Mayor: And if commissioners will come up and we're going to stand. Ms. Allen: Thank you, guys. [APPLAUSE] Mr. Mayor: Again, congratulations to all of the students. Commissioner Sias wants, there are two of you who are from his srunmer camp. I don't know who you are. Mr. Sias: Stop my two former surlmer campers and tell them to raise their hands. Mr. Mayor: Okay, all right, very good. Thank you. The Chair recognizes the Mayor Pro Tem for a motion. Ms. Davis: Thank you, Mr. Mayor. I'd like to make a motion to approve the appointment of Crystal Eskola as Interim Director of Animal Services effective immediately. Mr. Jefferson: Second. Mr. Mayor: I've got a motion and a proper second. Voting. Motion carries 8-0. Mr. Mayor: The chair recognizes the commissioner from the 5fr for a motion. Mr. Jefferson: Thank you, Mr. Mayor. I'd like to make a motion to approve the settlement of all claims for Andrea Herrin with a salary increase of 12.53o/o and a lump sum payment of $101000 contingent upon execution of release. Mr. Sias: Second. Mr. Mayor: A motion and a proper second. Voting. Motion carries 8-0. Mr. Mayor: The Chair recognizes the commissioner from the 7ft for a motion. Mr. Frantom: Thank you, Mr. Mayor. I'd make a motion to transfer $561508.12 from the contingency fund for a rental payment to cover months July, August, September, October, November and December for Housing & Community Development rental payments through December, 2018. Mr. Hasan: Second. Mr. Mayor: I have a motion and a proper second. Voting. Mr. D. Williams votes No. Motion carries 7-1. Mr. Mayor: The Chair recognizes the commissioner from the 4ft for a motion. Mr. Sias: Thank you, sir. Move to appoint Mr. Robert Sherman as Director of Planning and Development at an annual salary of $1091000 and a monthly car allowance of $4001000, of $400, effective August 12. Rob, you wasn't that hot okay. Mr. Frantom: Second. Mr. Hasan: He would cancel the salary and keep the car allowance. Mr. Mayor: Madam Clerk, are you clear on that motion? Mr. Sias: I cleaned that up, Madam Clerk, that $400. The Clerk: You did. Mr. Mayor: I've got a motion and a proper second from the commissioner from the 7ft. Voting. Motion carries 8-0. Mr. Mayor: I'll clarify it for you. You got a second from the diaper dandy himself. I'll recognize the commissioner from the 6ft for a motion. Mr. Hasan: Thank you, Mr. Mayor. Motion to approve condemnation of. 4254 Windsor Spring Road anil4252 Windsor Spring Road. Ms. Davis: Second. Mr. Mayor: I've got a motion and a proper second. Voting. Motion carries 8-0. Mr. Mayor: The Chair recognizes the commissioner from the 4ft for a motion. Mr. Sias: Thank you, sir. Motion to approve project partnership agreement between the Corps of Engineers and Augusta, Georgia for the Rocky Creek Storm Water Project. Ms. Davis: Second. Mr. Mayor: A motion and a proper second. Voting. Motion carries 8-0. Mr. Mayor: I want to take a moment and acknowledge the work of the first responders on yesterday. We had a spill of ethanol at Sand Bar Ferry and 520 and our first responders were quick to respond. That includes not only our Fire Department and EMA but the Richmond County Sheriff s Office. So kudos to all of our team members. I believe that Utilities and Engineering were also called to respond to that matter to make sure that we responded in an appropriate way and so thank you for your great work in responding to a matter that was handled expeditiously but also safely as well. This is the kind of people we've got working for the City of Augusta and you're to be commended for that. Thank you all. All right, I think we've got one matter before us from a special called meeting perspective. The Chair recognizes Madam Administrator. 3. Set proposed millage rates for 2018. @equested by the Administrator) Ms. Jackson: It is time to set our millage rate for 2018. Our Finance Director, Donna Williams, has a brief presentation and a recommendation. I've sent those materials out to you all last night. She can go over those materials and answer any questions you have at this time. Ms. Williams: Good afternoon and this brief presentation has gotten briefer by the moment so if you don't mind, I'll kind of slide through the information that you're already familiar with, the way the state of Georgia sets up the requirements for the millage rate process. This is the information that begins to be pertinent to us where the Tax Commissioner forwards to us the digest that we use to levy the amount of taxes and this particular rate, the one that's required to be advertised is for the General Fund M & O. As you can see in this information it is required that we publish the date and time that we would set the permanent millage rate. I have tentatively filled in this information according to the calendar that was already provided to you guys seffing August 14 as the date for the final millage rate. I would ask that we use I l:00 since we already have a meeting scheduled at that time if that is agreeable. If not, just let us know because I have to put this in the body of the advertisernent. What I have done here is to use the digest and I have computed the roll back millage rate, which is shown there at 9.756, which is down slightly from the previous year and I'll go through that. I've got another slide that shows that. This is the timeline that was already provided for ya'll that today we would set the proposed millage rate. The ad for the five-year history will not go in until Friday because of some deadline problans and then on August 14 we would adopt the final millage rates for 2018. Those two slides had to do with not adopting the millage rate which is cunently is not what we're recommending. We are going to recommend going with the proposed rates as a roll back millage rate. Those are shown on this slide as the calculated millage rates. We showed 2016,2017 as well as 2018. Then in the far right column you see the differences between last year's rate to this year's rate. For all taxing districts the roll back rate went down except in urban services where it went, the roll back rate actually went up which does occasionally happen. It's a function of the way the prior year and current year digest are computed. This is the famous slide for your $100,000 house which shows the effect of those roll back rates on all areas. If you live in the suburban district, the change is $2.07 . That would be a decrease. If you live in the urban services district the change is $ 1.54 less and in Blythe because they have a different computation for their fire protection it is still $2.07 and those are all decreases. This is the tax cap computation. It gets a liule skewed tryrng to fit it on this format. You are currently in the General Fund, you are .647 mills below the computed tax cap. That equates to a little over $3 million dollars' worth of taxes. In the urban service fund you are well under the cap, l6.something mills, and in the fire protection it's a little less than one mill below the computed tax cap. The action that we're requesting today is that you approve the proposed mill rates for each taxing district, that I be allowed to advertise the required five-year history of the digest and to schedule as August 14 atthe time that you decide for the meeting to adopt the rates that are proposed. Once that is done, after the adoption, then of course the Tax Commissioner and the Tax Assessor go to the Department of Revenue with the entire digest package to get approval by the State. Once it is approved by the State, the Tax Commissioner has the authority to mail out the bills. Any questions? Mr. Mayor: Okay, all right, the Chair recognizes the commissioner from the 9ft for a question. Mr. M. Williams: Thank you, Mr. Mayor. Donna, help me understand something when we do this roll back. Now exactly what causes us to do a roll back now, then first of the year we do, for the end of the year we do an increase. This is going to help us in what capacity I guess I'm asking. Ms. Williams: This sets the millage rate for the tax bills that go out this year so we have already included this amount of revenue projected when we gave you the budget that you adopted. You have to adopt the budget anticipating what your digest and your tax collections are going to be towards the end of the year. In answer to your questions, no, sir, I will not be coming back to you another time this year to ask you to change the millage rate. It's pretty much a one-time deal. Mr. M. Williams: It's an increase of what? Ms. Williams: It's a decrease. Mr. M. Williams: A decrease. Ms. Williams: Yes, sir. Mr. M. Williams: How much? Ms. Williams: This slide right here. .03 mills in the General Fund, .002 mills for Capital Outlay, .009 mills for Fire Protection. Those are all decreases. The Urban Service District roll back rate went up .006 and the amounts which would equate to 21 cents on a $100,000 house in the Urban Service District. Mr. M. Williams: Thank you, Mr. Mayor. I'm just thinking ahead of some incidents where it's going to be coming this way pretty quickly and I'm going to remind this body of where we are now when it comes up but I've got no problem with this. Mr. Mayor: Okay, all right, Director Williams, thank you. On page, not page, on slide four I think it's appropriate to mention that there is an increase from last year to this year in terms our gross digest. Ms. Williams: That is correct. Mr. Mayor: Which is again a good thing. Ms. Williams: It is. Mr. Mayor: I want to point that out to everybody. Ms. Williams: It is a little over l%o which is pretty close to what we put in the budget. Mr. Mayor: That's correct. Mr. Frantom: (inaudible). Mr. Mayor: Yes. Mr. Frantom: (inaudible). Ms. Williams: No, sir. You've got about a $50 million dollar increase in the digest after a $30 million dollar decrease in your motor vehicle digest. We continue to see that slide due to the effects of the TAVT as it continues, as people sell their older vehicles and buy newer ones. Mr. Mayor: Yeah, and I think the legislature just recently made some additional enhancements to try to true that up a liftle bit more. Ms. Williams: Hoping those work well for us. Mr. Mayor: We've got a senator over there so we're counting on him to lead the charge on that. All right. Again, good news. The Chair recognizes the commissioner from the 7ft. Mr. Frantom: Can I ask Miss Donna a question? Mr. Mayor: Absolutely. Mr. Frantom: Can you explain 201712018 net taxes dollar increase? That's why I said a million dollars because those two numbers went from a negative to a plus. What does that mean? Ms. Williams: This kind of goes back to my disclaimer on a previous slide that this is a required format from the state. Your actual motor vehicle tax is collected which are used in this computation. It applies one mill rate against the whole digest. It doesn't work that way. The motor vehicle digest because you are billed for your motor vehicle ad valorem taxes all during the yeat, it uses the prior year millage rate. So this number at the bottom while it is required by the State, it is not an accurate reflection of your taxes to be collected. It is also at 100% and does not take into account the early payment discount that we get. That's on that slide. Mr. Mayor: All right, the Chair recognizes the Mayor Pro Tem. Ms. Davis: I'd like to make a motion to approve this as presented. Mr. Mayor: All right, I've got a motion and a proper second. Voting. Motion carries 8-0. Ms. Williams: Thank you verymuch. Mr. Mayor: All right, Administrator Jackson, anything else with regards to that? Ms. Jackson: I have nothing else on this matter. Thank you very much for your approval. Mr. Mayor: Ms. Bonner, that's all we've got. IMEETING ADJOURNED] Lena J. Bonner Clerk of Commission CERTIFICATION: I, Lena J. Bonner, Clerk of Commission, hereby certifu that the above is a true and correct copyof the minutes of the Called Meeting of the Augusta Richmond County Commission held on futy31,2019. Clerk of Commission Commission Meeting Agenda 8/7/2018 2:00 PM Legislatiave Delegation Appointments Department: Department: Caption:Motion to ratify the reappointments of the Richmond County Legislative Delegation as follows: Jeannie Allen, Canal Authority; Jimmy Blount and Robert Lowery, Augusta Small Business Citizens Advisory Board. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Z-18-30 Department:Planning and Development Department:Planning and Development Caption: Z-18-30 – A request for reconsideration and concurrence with the Augusta Georgia Planning Commission to approve with the conditions listed below a petition by Kirk S. Laney, on behalf of Kirk S. Laney, sole member of Dixon Airline Recycling & Disposal LLC, requesting a change of zoning from Zone A (Agriculture) to Zone HI (Heavy Industry) affecting property containing approximately 21 acres and known as part of 1710 Dixon Airline Road. Tax Map 145-0-033-00-0 DISTRICT 6 1. Approval be granted for all lands on TPN 145-0-033-00-0 currently zoned A (Agricultural) to be rezoned to HI (Heavy Industrial) to be in conformance with existing use of the land. 2. An inspection by the City of Augusta and an inspection by the Georgia EPD must be conducted on the overall site and any prior deficiencies found on the site must be corrected or remedied prior to a business license being issued by the City of Augusta for any and all operations on the site; 3. The cemetery on the property needs to be clearly delineated on any and all site plans, plats or depictions of the site, the required cemetery buffer needs to be verified, and the cemetery and the required buffer need to be adequately fenced to prevent encroachment by any of the recycling operations should the cemetery be located in these areas; 4, An undisturbed buffer similar to the one shown on the Concept Plan submitted with the rezoning request must be enforced between the proposed mining operation and the existing residential structures. In no case, can the undisturbed buffer be reduced below 100 feet in width against the residential lots and all mining activities must be performed during the normal business hours of 8:00 am to 5:00 pm. 5. No inert fill activities may take place on the site. 6. An annual inspection, as part of the annual business license renewal, shall be conducted by Augusta Code Enforcement inspectors to ensure compliance with all provisions of this zoning action. (Deferred from the June 17, 2018 Commission Meeting)Cover Memo Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Z-18-31 Department:Planning and Development Department:Planning and Development Caption: Z-18-31 – A request for reconsideration and concurrence with the Augusta Georgia Planning Commission to approve with the conditions listed below a petition by Kirk S. Laney, on behalf of Kirk S. Laney, sole member of Dixon Airline Recycling & Disposal LLC, requesting a Special Exception to establish a Recycling Area for Concrete, Asphalt and Wood materials in the HI (Heavy Industrial) Zone per Section 24-2 (a) (17) of the Comprehensive Zoning Ordinance for Augusta-Richmond County affecting property containing approximately 150 acres and known as 1710 Dixon Airline Road. Tax Map 145-0-033- 00-0 DISTRICT 6 1. Approval be granted only for the areas specified for recycling on the Concept Plan presented with the zoning case, which includes an approximately 3.16 acre area for concrete recycling, an approximately 2.99 acre area for asphalt recycling and an approximately 3.35 acre area for land clearing wood debris recycling. 2. The property owner must maintain the proper permitting from EPD for the portable crusher, as long as the portable crusher is being utilized on the site. 3. The portable crusher must not be utilized outside of the areas specified for recycling on the Concept Plan, which includes an approximately 3.16 acre area for concrete recycling, an approximately 2.99 acre area for asphalt recycling and an approximately 3.35 acre area for land clearing wood debris recycling. 4. An inspection by the City of Augusta and an inspection by the Georgia EPD must be conducted on the overall site and any prior deficiencies found on the site must be corrected or remedied prior to a business license being issued by the City of Augusta for any and all operations on the site; 5. The cemetery on the property needs to be clearly delineated on any and all site plans, plats or depictions of the site, the required cemetery buffer needs to be verified, and the cemetery and the required buffer need to be adequately fenced to prevent encroachment by any of the recycling operations should the cemetery be located in these areas; 6. The Site Plan for the recycling activity must comply with any other State and Federal Cover Memo ordinances and regulations in effect at the time of development. 7. All recycling / production / crushing or reduction activities must be performed during the normal business hours of 8:00 am to 5:00 pm. 8. No inert fill activities may take place on the site. Concrete, asphalt and land clearing wood debris brought into the site, from offsite, shall be for recycling purposes only, and recycled or reduced materials must conform to the EPD Rule for such activities. All recycled or reduced concrete, asphalt, and land clearing wood materials shall not remain on the property indefinitely. 9. An annual inspection, as part of the annual business license renewal, shall be conducted by Augusta Code Enforcement inspectors to ensure compliance with all provisions of this zoning action. (Deferred from the June 17, 2018 Commission Meeting) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Geoprgia Power Company Underground Easement Department:Augusta Public Transit Department:Augusta Public Transit Caption:Consider approvingapprovingapprovingapproving an Underground Easement from Georgia Power Company, for the construction of Augusta Public Transit Operations and Maintenance Facility Project. Background:As part of this project, Georgia Power is requesting an easement to go in, upon, along, across, under and through the Property, located at 2413 Jennings Road, Augusta, GA 30906. Analysis:The new access easement is needed, to allow the company to construct, operate, maintain, repair, renew and rebuild continuously upon and under the Easement Area its lines for transmitting electric current with wires, transformers, service pedestals, manholes, conduits, cables and other necessary apparatus, fixtures and appliances, etc. Financial Impact:None. Alternatives:Disapprove the Easement Deed from Georgia Power Company for a permanent access easement. Recommendation:Approve the Easement Deed from Georgia Power Company for a permanent access easement. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Cover Memo Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Historical Marker Department:Planning & Development Department:Planning & Development Caption:On behalf of the Georgia Department of Transportation, the Planning & Development Department is requesting approval for the placement of a historical marker at 1635 Fifteenth Street to commemorate the Shiloh Orphanage. Background:A request by the Georgia Department of Transportation (G-DOT) to place a historical marker made of cast aluminum at 1635 Fifteenth Street within the proposed GA-DOT permanent easement of the Shiloh Community Center to commemorate the Shiloh Orphanage. (Tax Map 058-2-073-00-0) The Shiloh Orphanage, now the Shiloh Comprehensive Community Center, was an orphanage for black children in the Bethlehem community of Augusta. The orphanage was established in 1902 by the Shiloh Baptist Association. Land was purchased in 1904, a one-room school for young children was built in 1910, the girl’s dormitory was built in 1927, and the boys’ dormitory was constructed in 1936. The orphanage closed in 1970 and reopened in 1977 as the Shiloh Comprehensive Community Center. The site was listed on the National Register of Historic Sites on December 30, 1996. Analysis:The proposed location is within the G-DOT permanent easement and within the legal parcel of Shiloh Comprehensive Community Center. This proposal has been reviewed and approved by the Augusta Engineering Dept. A public hearing for comments was held on Monday, July 2, 2018 and one supporter was present. There were no dissenters present. Financial Impact:N/A Alternatives:N/A Cover Memo Recommendation:Approval Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Regency Blvd Road Construction Department:Augusta Public Transit Department:Augusta Public Transit Caption:Approve and award a contract change order to Reeves Young in the amount of $631,176.84 for the reconstruction of a portion of Regency Blvd for the Transit Maintenance Facility for an Augusta, Georgia project as requested by Transit. Background:During construction of the new Bus Maintenance Facility, Transit and the general contractor became aware that a portion of Regency Blvd was not included in the original scope of work. This portion of Regency Blvd was in disrepair prior to the start of project. This portion of Regency Blvd is part of the main entrance into the new maintenance facility and will be traveled by numerous large, heavy buses on a daily basis. About the same time, it was also discovered after several large rain events that the two retention ponds located at the end of Regency Blvd were also in disrepair and the storm water runoff could not reach the ponds. Analysis:The portion of Regency Blvd in question was originally constructed with a minimal roadway section consisting of compacted dirt with approximately 2 inches of asphalt on top. Prior to the maintenance facility being constructed at this site, this portion of Regency Blvd was only used for patrons of a nearby movie theater. This part of the roadway was never designed for large, heavy vehicle traffic such as the transit buses that will be entering the maintenance facility. This portion of Regency Blvd will need to be completely removed and rebuilt as a new roadway. Along with these improvements, new drainage equipment will be added to solve the existing storm water issues. Financial Impact:The Augusta Transit Department was able to secure additional grant funding for this change order. However, the grant funding Cover Memo will not cover the entire cost necessary, so 2018 LMIG funds will cover the remaining costs. Alternatives:1) Approve award of Contract Change Order to Reeves Young in the amount of $631,176.84 for the Transit Maintenance Facility for Augusta, Georgia project. Award is contingent upon receipt of signed contracts. 2) Do not approve Recommendation:Approve Alternate Number One. Funds are Available in the Following Accounts: Transit Grant in process. REVIEWED AND APPROVED BY: Cover Memo Commission Meeting Agenda 8/7/2018 2:00 PM Ambulance Service Department: Department: Caption:Discuss ambulance service in Augusta-Richmond County. (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 8/7/2018 2:00 PM Funding for street lighting Department:Administrator’s Office Department:Administrator’s Office Caption:Consider/discuss Administrator’s recommendation regarding funding for street lighting. (No recommendation from Engineering Services Committee July 31, 2018) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo AUGUSTA, GEORGIA STREET LIGHTING FUND UPDATE COMMISSION WORKSHOP, JULY 2017 STREET LIGHTING FUND UPDATE Over the last few years, the fund that pays for street lighting has experienced some challenges. Some of those challenges include: •The amount of taxes/fees collected have not kept pace with the rate of increase of the cost of electricity. •Cost of materials and maintenance have increased significantly over the past few decades. •Augusta has taken over responsibility and maintenance of many new roadway lighting systems. STREET LIGHTING FUND UPDATE COST OF ELECTRICITY INCREASE Since the 1990s, the cost of electricity has risen significantly. •According to data sent to us by Georgia Power and Jefferson Energy Cooperative, the cost of electricity over the past two decades has increased over 15%. •This works out to about a 1% increase per year in the cost of electricity on average. •Many of the taxes/fees that go into the street lighting fund were established years ago and have not been adjusted for inflation or cost increases. STREET LIGHTING FUND UPDATE COST OF ELECTRICITY INCREASE The chart below shows the increase in the cost of electricity provided by Georgia Power. STREET LIGHTING FUND UPDATE COST OF MATERIALS AND MAINTENANCE The cost of materials to maintain the system has risen over the past few decades: •The item with the largest cost increase over the past few decades is poles and ballasts. In 1989, a replacement pole could be purchased for about $800. Today, the cost is over $2000. That is a increase of over 140%. •Similarly, the cost of copper wire fluctuates slightly from day to day, but the trend is usually upwards. Since the 1990s, the average cost has increased 250%. •The cost of other materials such as light covers and blubs have also gone up. STREET LIGHTING FUND UPDATE COST OF MATERIALS AND MAINTENANCE The chart below shows the increase in the cost of copper since 1989. STREET LIGHTING FUND UPDATE ADDITIONAL STREET LIGHTS TO MAINTAIN Just in the last five years, Augusta has assumed responsibility for maintaining hundreds more street lights within the county including: •Deans Bridge Road between Glen Hill Dr and Georgetown Dr •Roadway lights at all I-520 interchanges •Riverwatch Pkwy from 13th St and Furys Ferry Rd •Wrightsboro Rd from Jimmy Dias Pkwy and Belair Rd •Berkmans Rd from Washington Rd and Ingleside Dr •Windsor Springs Rd from Tobacco Rd to Hwy 88 QUESTIONS? Workshop on Street Lighting July 13, 2017 Challenges • Electrical Rates have increased steadily • Fee structure for street light billing has not increased since consolidation • More lighting has been added, increasing cost • Lack of information for cost centers from electrical providers • Unreliable process to bill newly added areas • Timing is critical to include on tax bills 2 What is a Special Revenue Fund? • GASB Statement No. 54 defines a Special Revenue Fund as: “Special revenue funds are used to account for and report the proceeds of specific revenue sources that are restricted or committed to expenditure for specified purposes other than debt service or capital projects.” • It further clarifies this definition with an explanation: The foundation of each special revenue fund must be one or more specific revenue sources. Additional resources can be added to the fund to supplement those revenues, but only if the foundational revenue source(s) remain(s) a substantial portion of fund inflows. 3 Post Consolidation Revenue Sources •Direct Fee Billing – Suburban district customers receiving the service. Billing appears as a separate line item on annual tax bill •Transfer from Urban Services – an internal transfer from the ad valorem taxes collected in Urban Service District. The former city did not identify specific fees for services but paid all expenses from total tax collections. •Transfer from General Fund – .1 mill was dedicated to cover costs of “Arterial Lighting District” and has not been adjusted. This millage generates approx. $450,000, but General Fund transfers $1 million to Street Light Fund 4 Financial Position as of 12-31-16 Street Light Special Revenue Fund has a deficit fund balance at 12-31-16 in the amount of <$440,572> 5 2017 Amounts of Revenue Available • Direct Billing $2,075,025 • Urban Services Transfer 1,623,530 • General Fund Transfer 1,000,000 Total Revenue $4,698,555 6 Projected Expenses for 2017 Salaries and Fringe $ 245,000 Electricity $4,700,000 Traffic Supplies, Replacement lights, and other costs $ 180,000 Total Projected Expenses $5,125,000 7 2017 Expected Shortfall 8 Projected Revenue $4,700,000 Projected Expenses 5,125,000 Expected Shortfall <$425,000> Cumulative Effect Deficit at beginning of 2017 <$440,572> Plus expected 2017 shortfall <$425,000> Amount needed to “break even” $865,572 9 Complicating Factors • Since three different sources of revenue are used as funding sources, can we identify which area(s) of funding are inadequate? • What method should be used to generate additional revenue? (millage rate or fee increase?) These two methods affect customers differently. 10 Efforts and Strategies 1. Identify the cost centers 2. Review the billing structure and methodology 3. Review the options 4. Pick a corrective action to avoid current year deficit 5. Devise comprehensive plan for 2018 11 Identify the Cost Center • The Engineering Department, GIS, Finance, Georgia Power and Jefferson EMC began the process to inventory and identify each street light fixture billed to Augusta. • This inventory would then be tied to the electrical bills so that cost centers could be identified. 12 Review the Billing Structure • The simplified explanation of the rate billed to Suburban Service customers is that it is a formula based on a rate multiplied by the length of the property owner’s road frontage. • This Methodology is cumbersome to administer and sometimes has an uneven impact on neighboring property owners. For example a corner lot has two sides with road frontage and may pay double the amount of its neighbor. 13 Options and Future Goals Immediate:Determine funding strategy for current year to avoid increasing the deficit position of the Street Lighting Fund. Changes must be made for timely inclusion on the tax bills. For 2018 Billing Cycle:Total overhaul of rate and billing structure. 14 Who is Paying and Where Do They Live? 15 Urban Suburban paying fee no fee Residential 13438 57187 40216 16971 Commercial 2182 5165 812 4353 Exempt 1280 1702 397 1305 Total 16900 64054 41425 22629 * over 5000 parcels in the Urban District pay less than $100 total tax bill in Suburban district Information From 2016 Billing File (Suburban District) 16 Amount Billed 22 bills over $500 $18,143.01 55 bills $300-$500 $20,629.12 375 bills $150-$300 $72,425.84 1294 bills $100-$150 $151,743.92 13443 bills $50-$100 $870,715.79 26548 bills $1-$50 $941,367.61 376 accts with zero bills 0 42113 2,075,025.29$ 95.8% of total street light bills are under $100 Methods to Generate Revenue 1. Mixed Tactics – uses both mill rates and fees 2. Add additional fee to all existing bills 3. Add additional fee to existing bills with different amounts based on property use (Commercial or Residential) 17 Method 1 (not preferred) 18 Current Additional Amount Amount Comment GF Arterial 1,000,000$ -$ Trf had already been increased need to adjust mill rate to cover Urban 1,623,530$ 350,000$ Change urban mill rate .5 mill problematic due to collections Suburban billing 2,075,025$ 312,000$ Increase of 15% total 4,698,555$ 662,000$ 5,360,555$ supports current budget bu but does not eliminate deficit Method 2 Add set amount to all parcels 19 Total Parcels Add'l Amt Generates 13,438 2182 41,425 57045 $15 $855,675 $20 $1,140,900 Method 3 Add amounts based on use 20 Urban Suburban Add'l Revenue Residential 13438 40216 $15 $804,810 Commercial 2182 1209 $30 $101,730 $906,540 Residential 13438 40216 $17 $912,118 Commercial 2182 1209 $40 $135,640 $1,047,758 Residential 13438 40216 $20 $1,073,080 Commercial 2182 1209 $50 $169,550 $1,242,630 Objectives and Timeline Objective Timeline Inform governing body of Street Light Fund financial position and present options for corrective action July 13 Workshop q Commission approves revised billing structure for 2017 July 18 or 25 q New billing amounts forwarded to Tax Commissioner Follows item above q Tax bills are mailed August 12 q Staff pursues options for complete restructure of rate and billing structure Continuing – with goal of implementation on 2018 billing cycle 21 Total Urban Suburban paying fee no fee Residential 70625 13438 57187 40216 16971 Commercial 7347 2182 5165 812 4353 Exempt 2982 1280 1702 397 1305 Total 80954 16900 64054 41425 22629 less:Blythe -426 -426 -426 Hephzibah -1941 -1941 -1941 Net of other incorportated areas 78587 16900 61687 41425 20262 Total parcels 80,954 Residential 68,258 * Less Heph and Blythe (2,367) Commercial 7,347 Total parcels for calculations 78,587 Exempt 2,982 Total 78,587 Rate Total Comm 50% Parcels*> Residential Revenue Residential 68,258 87$ 5,938,446$ Commercial 7,347 131$ 958,784$ Exempt 2,982 0 -$ Total 78,587 6,897,230$ less bad debt 5%(344,861)$ net revenue 6,552,368$ * Hephzibah and Blythe parcels excluded - all counted as residential Revenue Collections at Various Billing Rates Flat Rates to Generate $6.5 Million Revenue (Hephzibah and Blythe excluded, exempt not billed) in Suburban district Commission Meeting Agenda 8/7/2018 2:00 PM New James Brown Arena Department: Department: Caption:As certified by the Richmond County Board of Elections, 60 percent of the voters of Augusta-Richmond County on May 22, 2018, approved to have a new arena built in the current location. This represents a clear expression of the will of the majority of Augusta voters". I move therefore that this governing body affirm and commit that it will only fund and/or support a new arena built within its current location."(Requested by Commissioner Sammie Sias) 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, Commissioner Sammie Sias Thursday, August 02,20187:25 AM Lena Bonner Janice Allen Jackson;Andrew G. Mackenzie; Nancy Morawski New Civic Center / James Brown Arena Please add this item to the commission Agenda for 7 August zotg. Motion: "As certified by the Richmond County Board of Elections, 60 percent of the voters of Augusta Richmond County on May 22,2018, approved to have a new arena buitt in the current location. This represents a clear expression of the will of the majority of Augustavoters". I move therefore that this governing body affirm and commit that wilt only fund and/or support a new arena built within its current tocation." Thanking you in advance. Sammie L. Sias Commissioner, Augusta Richmond County "Foilure is not on Option" Please consider the environment before printing this email. This e-mall contains confidential inforrnation and is intended only for the individual named. lf you are not the named addressee, you should not disseminate,distribute or copy this e-nlail. Please notify the sender immediately by e-nrail 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 content of this e-miit or for ttre "onsequences of any actions taken on the basis of the information provided, unlesstlrai information is subsequently confirmed in writing. Any views or opinions presentecl in this e-mail are solely those of the author and do not necessarily representthose of the city of Augusta. E-mail transmissions iannot be guaranieecl to be secure or error-free as infonnition could be intercepted, corrupted, tost, destroyed,arrive late or incolnplete, or contain viruses. The sender there-fore does not accept liabiiity for any errors or omissions in ihe content of this message urhich arise asa result of lhe e-mail iransmission. lf verification is required, please requesi a haid copy vetsion_AED:104.1 Commission Meeting Agenda 8/7/2018 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