Loading...
HomeMy WebLinkAbout2013-04-22-Meeting Agenda Engineering Services Committee Meeting Commission Chamber- 4/22/2013- 1:00 PM ENGINEERING SERVICES 1. Approve AUD’s plan to change the billing cycle due by a net of 21 days over a 10-month period. Attachments 2. Approve engineering services agreement in the amount of $91,330.00 to Jacobs Engineering Group Inc. for the Windsor Spring Road Utility Relocation Phases IV and V Project. Attachments 3. Consider approval of Augusta Utilities’ relocation plans. Attachments 4. Approve emergency construction services on the Patterson Bridge Road at Rhodes Pond, Windsor Spring Road at Spirit Creek, and drainage system failure repairs to Lake Terrace and Alden Roads in the amount of $261,254.60 funded from General Fund Contingency account. Also approve I) Blair Construction; II) Larry L McCord, LLC; and III) Cranston Engineering to provide required emergency services as determined by the Augusta Engineering Department (AED). Attachments 5. Approve and receive as information the emergency construction services on the Patterson Bridge Road, Massoit Drive and Rosier Road drainage system failure in the amount of $173,304.12 to Blair Construction; funded from SPLOST Phase VI as requested by AED. Attachments 6. Motion to approve the minutes of the Engineering Services Committee held on March 25, 2013. Attachments 7. Approve $275,000 to continue to fund the current On-Call Vegetation Maintenance for Roadway, Street Shoulders, Right- of-Way, Easements and Detention Ponds Services Contract. Also, the Engineering Department (AED) is requesting funds from the Transportation Investment Act (TIA) discretionary funds to partially fund On-Call Right-of-Way Vegetation Attachments www.augustaga.gov Maintenance services. 8. Motion to approve an Option for the purposes of acquiring a Right-of-Way between Charles D. Hazel, as owner, and Augusta, Georgia, as optionee, in connection with the Windsor Spring Road Phase V Project, (N/A sq. ft.) in fee simple and 0.056 acre (2,447.27 sq. ft.) of permanent construction & maintenance easement, more or less. Also granted is (are) one (1) temporary driveway easement on Project Windsor Spring Road, Phase V, STP00-1105-00(004) from property located at: 4629 Windsor Spring Road, private, at the purchase price of $900.00. Attachments 9. Approve funding in the amount of $141,538.60 for the purchase of additional wetland mitigation credits to offset wetland areas disturbed during the Fort Gordon Force Main Sanitary Sewer Connection project. Attachments 10. Approve capital project budget Change Number Three and Supplemental Agreement Number Five (CPB #322-041110- 207822001) in the amount of $426,450.00 for the Warren Lake-Augusta Canal Basin Dredging to Cranston Engineering Group, PC for design, regulatory agencies review, comments, response and permitting from US Army Corps of Engineers. Funding is available in the project account for the Engineering Department. Attachments Engineering Services Committee Meeting 4/22/2013 1:00 PM Approve Adjustment of Utility Billing Due Dates Department:Utilities, Tom Wiedmeier, Director Caption:Approve AUD’s plan to change the billing cycle due by a net of 21 days over a 10-month period. Background:Historically there has been a time lag of approximately 35 days from the date the customer’s meter is read and the billing date. The due date for the bill is 21 days after the billing date, which means when a customer actually pays for service approximately 56 days after usage. This timing has been virtually the same for decades and was necessitated by manual meter reading and previous billing software configurations. Analysis:This time lag can cause confusion for the customer because by the time they pay their bill and notice high consumption they naturally assume the consumption is current and may not understand why their usage is high, causing more Customer Service calls. In the case of leaks, it also means the customer and AUD may not become aware of a problem until almost two months after the problem occurs, which makes it more difficult to explain or detect, and can waste water while the leak is being investigated. Part of the time lag results from the current meter reading and billing schedule and the requirement that the previous cycle must be billed before the same cycle can be read for the next month. Augusta Utilities (AUD) has chosen to adjust its billing cycles and develop policies and procedures to ensure that the customer is billed in a more timely manner. This will be done to strive to provide our customers with the best service possible. This change has become possible because of improvements in billing software and efficiencies from automated meter reading. AUD plans to reduce the lag time between meter reading and billing by approximately 21 days and make this adjustment over a 10-month period in order to minimize the impact on a single monthly bill. The due date of each customer’s bill will be shifted backward approximately two days from the previous month’s due date, each month, from July 2013 to April 2014. This will allow AUD at the end of the period to be invoicing people in a more timely manner. AUD staff is confident the meter reading and billing process can be reduced by the time indicated over the aforementioned 10- Cover Memo Item # 1 month period. The effect on the customer will be to shift the due date by approximately 21 days and will more closely match the payment to the time period of the consumption. Currently a customer can have as much as 60 days or more from the date their service begins until their first bill is due. Conversely, though, it therefore results in a final bill when service is ended that can cover almost two months and can total almost double the usual bill. It can put a financial hardship on customers when they move and can be difficult for them to understand, which takes customer service time and may cause frustration for customers. In order to make sure our customers understand and to give them ample time to plan for the change in due dates, AUD has created a comprehensive communication plan that will begin as soon as the Commission approves this plan. The plan includes: • The next AUD Newsletter to be issued in May will have a major focus on this and other customer service efforts • A list of FAQ’s to address anticipated questions have been created and will be given to the 311 Center • Customer bill inserts explaining the process will be created and sent out with the July and August bills • The Customer Bill Message field will be utilized when possible on each bill sent during the 10-month period • Individual, system-generated messages will sent to all customers using the automatic monthly payment option to be sure they know the date of withdrawal will be changing • A detailed explanation of the reason for the change, the benefits, the effect and the process will be posted on AUD’s website Financial Impact:Project will be funded with regular operating funds for the billing process. Most of the costs will be employee time in planning and implementing the new schedule as well as Customer Service time in answering customer’s questions. Alternatives:Leave billing due dates as thery currently are. Recommendation:Approve AUD’s plan to change the billing cycle due by a net of 21 days over a 10-month period. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Procurement. Law. Cover Memo Item # 1 Administrator. Clerk of Commission Cover Memo Item # 1 Engineering Services Committee Meeting 4/22/2013 1:00 PM Approve Engineering Services Agreement between Augusta Utilities Department and Jacobs Engineering Group Inc. for Windsor Spring Road Utility Relocation Phases IV and V Department:Augusta Utilities Department Caption:Approve engineering services agreement in the amount of $91,330.00 to Jacobs Engineering Group Inc. for the Windsor Spring Road Utility Relocation Phases IV and V Project. Background:The Windsor Spring Road Utility Relocation Project is located in the vicinity of Windsor Spring Road from Tobacco Rd to Patterson Bridge in Augusta Richmond County, Georgia. The project will provide the relocation of water main and a portion of sewer main to allow for the realignment and widening of Windsor Spring Road by the Georgia Department of Transportation. The project scope includes approximately 26,000 linear feet of 12" and 8” water main and 200 linear feet of 24" sewer main that will the surrounding area. Analysis:The engineering services agreement is for Jacobs Engineering Group, Inc to provide design and services through construction for the relocation project along Windsor Spring Rd. Jacobs Engineering Group, Inc is currently the design professional designing the road improvements Project for Georgia Department of Transportation Financial Impact:Jacobs Engineering Group Inc. submitted a proposal for this project at a cost of $91,330.00 These funds are available from the following account: 511043490-5212115 / 80210208-5212115 Alternatives:No alternatives Recommendation:It is recommended to approve the engineering services agreement between Augusta Utilities Department and Jacobs Engineering Group Inc. for engineering design and construction services cost in the amount of $91,330.00 Funds are Available $91,330.00 from account 511043490-5212115 / 80210208- Cover Memo Item # 2 in the Following Accounts: 5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Attachment number 1 \nPage 1 of 1 Item # 2 Attachment number 2 \nPage 1 of 4 Item # 2 Attachment number 2 \nPage 2 of 4 Item # 2 Attachment number 2 \nPage 3 of 4 Item # 2 Attachment number 2 \nPage 4 of 4 Item # 2 Engineering Services Committee Meeting 4/22/2013 1:00 PM Augusta Utilities Space Needs Department:Utilities Caption:Consider approval of Augusta Utilities’ relocation plans. Background:Our downtown Customer Service office will relocate from the Municipal Building once renovations begin. We have explored purchasing the building at 924 Laney Walker Boulevard from the Augusta Neighborhood Improvement Corporation (ANIC). The Tax Commissioner is planning to relocate the tag office from the ANIC building once he is released from his lease. We would continue to lease space to the Housing and Development Department, and it has been proposed that the Natural Resources Conservation Service would also lease space at this location. We propose purchasing the ANIC building for the appraised value of $1,700,000 and related fixtures and appurtenances for $57,620 for a total of $1,757,620.We have also been exploring a suitable permanent location for our Administration, Finance and Engineering offices currently located in leased space at 360 Bay Street. We pay $15,000 per month in lease payments. We propose that Utilities acquire the old Library Building for this purpose. We would also need to acquire the old Talking Books center from the State in order to have adequate parking; the purchase price for this building is being established. Analysis:The Library property was included in the bid of surplus City properties in 2012; Utilities would expect to match the $425,000 high bid. Most of the second floor of the library was used for library storage and would be well suited for records retention for Augusta. There is an existing loading dock and freight elevator that serves the storage area, and separating the records retention area from Utilities areas would require minor renovation. Financial Impact:Adequate funds are available in the following accounts: Customer Service Building: 506043210-5413110 Admin, Finance and Engineering: 506043110-5413110 Alternatives:The Commission could direct the department to explore alternate sites. Cover Memo Item # 3 Recommendation:We recommend approval of the plan described above. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 3 Engineering Services Committee Meeting 4/22/2013 1:00 PM Emergency Construction Services for roads & drainage system failures Department:Abie L. Ladson, PE, CPESC, Director Caption:Approve emergency construction services on the Patterson Bridge Road at Rhodes Pond, Windsor Spring Road at Spirit Creek, and drainage system failure repairs to Lake Terrace and Alden Roads in the amount of $261,254.60 funded from General Fund Contingency account. Also approve I) Blair Construction; II) Larry L McCord, LLC; and III) Cranston Engineering to provide required emergency services as determined by the Augusta Engineering Department (AED). Background:Near record heavy rain fall during the month of February and specifically on February 7, 2013, caused flooding, road failures and similar emergency conditions. Patterson Bridge Road @ Rhodes Pond/Johnson Creek crossing washed out at several locations - the road caved in at the bridge; storm drains clogged at Lake Terrace, Karian Drive, Cheryl Drive and Lumpkin; Windsor Spring Road @ Spirit Creek bridge experienced settlement causing underneath materials to wash out along the bridge embankment; and CMP culvert failed at Alden Dr. These road crossings became unsafe for vehicular traffic, creating a public safety hazard and emergency conditions. Similarly clogged drains warranted immediate action to protect private properties from possible flood damage. AED had to mobilize resources immediately to perform the necessary work of securing the area, road repairing, and jetting storm drains. Due to the magnitude of the problem, time constrain to re-open the roads and storm drains, and a lack of needed in-house resources AED is requesting assistance from the aforementioned three local private firms to facilitate bridge/culvert field design engineering, drainage & road restoration construction work. Analysis:Work was done under an emergency condition that warranted timely response by AED to minimize public exposure to identified hazards, and Augusta’s exposure to potential liability. AED did not have sufficient in-house resources to complete all the required tasks in a timely manner and has had to request assistance from outside local source.Cover Memo Item # 4 Financial Impact:The latest estimate to complete warranted field design and construction is $261,254.60 and being request to be funded through the city’s contingency fund. Alternatives:1) Approve emergency construction services on the Paterson Bridge Road at Rhodes Pond, Windsor Spring Road at Spirit Creek, and drainage system failure repairs to Lake Terrace and Alden Roads in the amount of $ $261,254.60 funded from Capital Outlay Fund Contingency account. Also approve, I) Blair Construction; II) Larry L McCord, LLC; and III) Cranston Engineering to provide required emergency services as determined by the Augusta Engineering Department (AED). 2) Do not approve and seek alternate funding source. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 272-10-1110/6011110 Capital Outlay Contingency dbw REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 4 Attachment number 1 \nPage 1 of 5 Item # 4 Attachment number 1 \nPage 2 of 5 Item # 4 Attachment number 1 \nPage 3 of 5 Item # 4 Attachment number 1 \nPage 4 of 5 Item # 4 Attachment number 1 \nPage 5 of 5 Item # 4 Engineering Services Committee Meeting 4/22/2013 1:00 PM Emergency Construction Services: Patterson Bridge Rd, Massoit Dr & Rosier Rd Drainage System Failure Department:Abie L. Ladson, PE, CPESC, Director Caption:Approve and receive as information the emergency construction services on the Patterson Bridge Road, Massoit Drive and Rosier Road drainage system failure in the amount of $173,304.12 to Blair Construction; funded from SPLOST Phase VI as requested by AED. Background:Structural failure was noted at the following locations during Augusta Engineering Department staff’s recent assessment of several roadside drainage structures. The failing structures are comprised of an aging metal pipe system and have served its functional life . 1) Patterson Bridge Road Drainage Crossing, 2) Massoit Drive Drainage Crossing, 3) Rosier Road Drainage Crossing and Conveyance System The impacted section is the road cross-drain, which warrants immediate replacement to keep the aforementioned roads functional and minimizing the exposure of Augusta to associated liability. Given the nature of the failure, it was not possible to determine the scope of work and seek cost proposals prior to initiating the site work. Associated risk to the public’s Safety; exposure of private property to potential water damages; and Augusta’s exposure to liability, created an emergency situation, warranting immediate action to replace the in question drainage system and restore flow Analysis:Work was done under an emergency situation that warranted timely response by the Engineering Department. The Engineering Department did not have sufficient in-house resources to complete all the required tasks in a timely manner and has had to hire Blair Construction for assistance on an emergency basis. Financial Impact:The cost to complete the needed construction is $173,304.12. Funding is available in the SPLOST Phase VI Drainage Account in the amount of $173,304.12 for this request. Alternatives:1) Approve and receive as information the emergency construction services on the Patterson Bridge Road, Massoit Drive Cover Memo Item # 5 and Rosier Road drainage system failure in the amount of $173,304.12 to Blair Construction; funded from SPLOST Phase VI as requested by AED. 2) Do not approve and identify alternative ways to meet this financial obligation. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 328-041110-5223110/211828001-5223110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 5 Blair Construction, fnc. Asphalt Pduing & Undergrcw.d Utilities 4308 €vans-to-Locks Rd P.O.8ox 770, Evans, Georgia 30809 ...., DATE: Novembef 26,2012 phone 706.868.1950 r"" ioaioa-.rsss lNvolcE# 1FORi Roster Rd at WindsorSNing Augusta Engineering Dopt Tony Will jams/Anthony laylor Descriplion Qqantlty Unit Prico AMOUNT Excavate and rcplac€ 200 feet of CMp 60,'Cpp 1 LS $33,900.00 $ 33,900.00Tje into existing box 2 EA EA $800.00 I 1,600.00Precasl Concrele Headwall $2,600.00 $ 2,600.00fi obilizaiion/demobjtization and grassing LS $3.200 00 $ 3,200.00 10Yo ptofil $4,056.00 $ 4,056.00 Detno exisling Box LS EA a LS $900 00 $ 900.00Furnish and lnstiallS fooi diameler found structurc $12 000 00 $ 12,000.00 Furnlsh and Inslalltop slab wilh Wek $900.00 $ 900.00Crane Rental 1 $4,800.00 $ 4,800.00 Split Couplingstor60 inch CPP 2 EA $325.00 $ 650.00 The proposal includes the followjng assumplions: 1) splil couplings afe acceptabte 2J I foot diam€ter rou'rd sr.ucture i9 acceprable TOTAL $ 64,606.00 TI{ANK YOU FOR YOUR gUSINESS! Attachment number 1 \nPage 1 of 3 Item # 5 Blair ConsFuction. Inc. A$tha'lt Po.viti'g & Underground I_rdlit.es 4308 Evans-to-Locks Rd P.o. Box 770, Evans, ceorgja 30809 ,.,.,-DATE- January 22, 2013 phone 706.860.19s0 r"" ioeiig.less lNVolcE # 1FoR: Massoit Dr Culvett Reptacement Augusta Engineering Dept Tony WilJiams De3crlFtion Quantiv Unit Pric€AflIOUI'IT LS LS Moulizalion/demobili2ation grassing, kaffic control ,]$3,000.00 $ 3,000.00Excavale and replace 88 feet of 72'. Cl,4p M RCp 'I $32,471.12 $ 32,471.12 Bypass Punp 1 LS $2,000 00 $ 2,000.00Precast Concfete Headwall 2 EA $2.600.00 $ s,200 00GAB W 2 inch asphatt pavement 435 SY LS $35.00 $ 15,22s.00 Compaclion lesting $700.00 $ 700.00clrD and gltter removal rcplacement 180 LF $12 00 $ 2,160.00 lMessage board provided and set up for week EA CY $900.00 $ 900.00 Select BacKi{l 250 $8.00 $ 2,000.00 36 inch HDPE Storm Drain w/ ftared end section 20 LF $57 60 $ 1,152.00 2 EA $r,s00.00 $ 300000 36 inch RCP w/ flared end section 24 $65.00 $ 1,560.00 remove and replace feace 1 LS $s00 00 $ 500.00 Plug 36 jnch RCP and Remove abandoned seclon 1 LS LS $450.00 $ 450.00l0% profrl 1 $7,033.00 $ 7,033.00 TOTAL $ 77,351 12 THANK YOU FOR YOUR BUSINESSI Attachment number 1 \nPage 2 of 3 Item # 5 Blair Construction, Inc. Aq,halt P.Ding & und.erground lJtilities 4308 Evans-to-Locks Rdp.o. 8ox 770, Evans, Georgia 30809 ,.,,,l)aTE: January 30, 2013 phone 706.868.1s50 r"* ioiiii.iess lNVolcE # FORi Patte$on B clge Culverl Replacement Augusta Engineering Dept TonyWilliams Doacription Quantlty Unit Prlco AMOUNT Mobilizaiion/demobilization grassing 1 LS $2.000.00 $ 2,000.00 Excavate and @place 64 feet of 54' CMp w/ RCp 1 $'14,500.00 $ 14,500.00 Bypass Pump 1 LS $2,800.00 $ 2,800.00 Precast Concrete Headwall 2 EA LS LS $2.400.00 $ 4,800.00 Conc patch, asphalt 2 inch and overlay l $4,700.00 $ 4.700.00 10% Ptofit 1 $2,847.00 $ 2,847.00 Message Board for a week 1 $900.00 $ 900.00 Overlay Delete LS -$1,200.00 $ (1.200.00) The proposal includes the following assumptions: We 6an close the road Thefe js no utility in conflict with the new glDe lf addiiional pipe installation becomes nec€ssarv the proposal can be increased. TOTAL $ 31,347.00 THANK YOU FOR YOUR AUS'NESSI Attachment number 1 \nPage 3 of 3 Item # 5 Engineering Services Committee Meeting 4/22/2013 1:00 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the Engineering Services Committee held on March 25, 2013. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 6 Attachment number 1 \nPage 1 of 2 Item # 6 Attachment number 1 \nPage 2 of 2 Item # 6 Engineering Services Committee Meeting 4/22/2013 1:00 PM On-Call Vegetation Maintenance - Funding Extension Department:Abie L. Ladson, PE, CPESC, Director Caption:Approve $275,000 to continue to fund the current On-Call Vegetation Maintenance for Roadway, Street Shoulders, Right-of- Way, Easements and Detention Ponds Services Contract. Also, the Engineering Department (AED) is requesting funds from the Transportation Investment Act (TIA) discretionary funds to partially fund On-Call Right-of-Way Vegetation Maintenance services. Background:The city continues to be under a constant challenge for maintaining our roadway, right-of-way and street shoulders to minimize safety risk. Also there is an increase demand in maintenance work to accommodate special events. It is Augusta Engineering Department (AED) determination that supplementing engineering maintenance resources with the existing contract will be a practical approach to sustain much needed maintenance of our right-of-way. It will also allow AED to complete critical maintenance tasks in a timely manner to minimize public safety risks, damaged property and any associated potential hazard liabilities. Analysis:On October 16, 2012, the Augusta Commission approved the On- Call Vegetation Maintenance Contract for Roadway, Street Shoulders, Right-of-Way, Easements and Detention Ponds Services. Contract full amount is $2,249,950.00 but only $500,000 was released at first stage due to funds availability. Additional funds allocation to this contract is needed to help improve the current level of services. Financial Impact:The Engineering Department is requesting $275,000 from the Transportation Investment Act discretionary funds to partially fund On-Call Right-of-Way Vegetation Maintenance contract. Alternatives:1) Approve $275,000 to continue to fund the current On-Call Vegetation Maintenance for Roadway, Street Shoulders, Right-of- Way, Easements and Detention Ponds Services Contract. Also, The Engineering Department (AED) is requesting funds from the Cover Memo Item # 7 Transportation Investment Act (TIA) discretionary funds to partially fund On-Call Right-of-Way Vegetation Maintenance services. 2)Do not approve requested fund allocation and seek alternate funding source or accept extended delay in completion maintenance work and increase liability risk. Recommendation:Approve alternative one. Funds are Available in the Following Accounts: Available through TIA discretionary funds. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 7 R G I A ON CALL -VEGETATION MAINTENANCE FOR ROADWAYS AND STREET SHOULDERS, RIGHT -OF-WAYS, EASEMENTS AND DETENTION PONDS PROJECT NUMBER: N/A Abie L. Ladson, P.E., CPESC, Director Augusta, GA. Engineering Department 505 Telfair Street, Augusta, GA 30901 Office: (706) 796.5040 www.augustaga.gov Item # 7 CONTENTS ON CALL-VEGETATION MAINTENANCE FOR ROADWAYS AND STREET SHOULDERS, RIGHT-OF-WAYS, EASEMENTS, AND DETENTION PONDS PROJECT NUMBER: N/A . . . '_;_ ;_'~P~ j~~L • Invitation to Bid .................................................................................................. . Instruction to Bidders ....................................................................................... . Georgia Prompt Pay Act .......................................................................................... . Special Conditions ..................................................................................................... . • Additional Provisions ........................................................................... . Addendum( s) ..................................................................................................... . Agreem.ent ............................................................................................................. . Contractor's Compliance .................................................................................... . General Conditions ............................................................................................ . Proposal .................................................................................................................... . GDOT Special Provisions -Traffic Control ...................................................... . Item # 7 Invitation to Bid Sealed bids will be received at this office until Friday, May 18, 2012@ 11:00 a.m. for furnishing: Bid ttem #12-152 On-can Vegetation Maintenance for Roadways, Street Shoulders, Right-of Ways, Easements and Detention Ponds for Engineering Department BID's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: GeriA. Sams Procurement Department 530 Greene Street -Room 605 Augusta, Georgia 30901 706-821-2422 BID documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street -Room 605, Augusta, GA 30901 . Plans and speclficatlone for the project shall be obtained by all prime, subcontractors and suppliers exclusively from ARC Southam. The fees for the plans and specifications which are non-refundable is $36.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facllltata this policy the Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706) 724-7924 beginning Thursday, April 12, 2012. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook Issues of construction phasing, detivery 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 rlsk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pr•Bid Conference will be conducted at the Procurement Department , 530 Greene Street, Room 605 on Friday, May 4, 2012@ 11:00 a.m. In the conference room. AJI questions must be submitted In writing by fax to 706 821-2811 or by email to procbldandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, May 8, 2012 0 5:00 P.M. No bid will be~ by fax, all must be received by malt or hand delivered. No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid Bond Is required to be submitted In a separate envelope so marked along with the bidder's 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 invttatton to bid lneludlng, but not limited to, the number of copies needed, the timing of the aubmlulon, the required financial data. and any other requirements designated by the Procurement Department are considar.cl material conditions of the bid which are not walv .. ble or modiflable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department Is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS. Procurement Director Publish: Augusta Chronicle Metro Courier cc: Tameka Allen Abie Ladson Hameed Malik Rev!Md; 811512011 Aprll12, 19, 26, May 3, 2012 April18, 2012 Deputy Administrator Engineering Department Engineering Department Item # 7 Augusta, GA Engineering Department INSTRUCTIONS TO BIDDERS Item # 7 SECTION IB INSTRUCTION TO BIDDERS IB-01 GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect 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 proposal may 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 of contract with the successful bidder. 18-02 E:XAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Purchasing Department, 530 Greene Street, Augusta, Georgia, 30901 and to be given consideration must be received at least ten working days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent to the Augusta, GA Purchasing Director at least five working prior to the date fixed for the opening of bids. The Purchasing Director shall send by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three working days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-1 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 IB-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. 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. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal 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 will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated, quantities are inclu~ed in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the Contractor to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB-06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in IB-2 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work 18-07 PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the owner for the use of the owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the owner harmless from all cost and charges that may accrue on account of the owner performing the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount 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 the power of attorney. 18-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in biddin~ to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. 18-3 AED-On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 Augusta, GA Engineering Department GEORGIA PROMPT PAY Item # 7 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 Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond 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 Richmond County, Georgia. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, writings, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta, GA Commission and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the project limits the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner (or his authorized agent) describing the estimated amount and type of material to be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to be wasted on the property, a copy of the owner's inert landfill permit, issued by the Environmental Protection Division shall be furnished to the Engineer prior to any such waste being removed from the project. In all cases, regardless of the material being wasted, a grading permit issued by Augusta Richmond County must be furnished to the Engineer. PPA-1 AED -On Call-Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 t. Augusta~ GA Engineering Department SPECIAL CONDITIONS Item # 7 ON CALL-VEGETATION MAINTENANCE FOR ROADWAYS AND STREET SHOULDERS, RIGHT-OF-WAYS, EASEMENTS AND DETENTION PONDS PROJECT NUMBER: N/ A SPECIAL CONDITIONS SECTION SC-01. Scope of Work SC-02. Bonds SC-03. Protection of the Environment SC-04. City Acceptance SC-05. Basis of Payment SC-06. Referenced Specifications SC-07. Safety Standards SC-08. Protection of Property SC-09. Traffic Control SC-10. Work Hours SC-11. Compliance with Laws, Codes, and Regulations, Etc. SC-12. Georgia Prompt Pay Act SC-13. Disputes SC-14. Interest Not Earned on Retainage SC-15. Equivalent Materials SC-16. After Hours Inspection SC-17. Masters Golf Tournament Item # 7 SPECIAL CONDITIONS SC-01. SCOPE OF THE WORK: The Augusta Engineering Department (AED) is currently requesting bids to provide vegetation maintenance for roadways and street shoulders, right-of-ways, easements, and detention ponds. The contract will be on an as needed basis for a period of two years with an option to renew on a year to year basis for two additional years. The Department will select three separate companies with the lowest bid for the contracts. Work will be executed under "Task Order" schedule. A schedule is to be presented to the owner prior to any work commencing. All work is to be logged and presented to the owner. SC-02. BONDS: The Contractor will include in the Pay Item Table Lump Sum cost of his performance and payment bonds. SC-03. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds of water courses adjacent to the project All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, 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 with printed instructions. SC-04. CITY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Engineering Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. SC-05. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders," payment for all items of construction will be made at the total of the actual number of units performed at the unit prices stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will be made based on the actual number of units of work completed during the month and in-place at the unit prices stated in the Bid Schedule. SC-2 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 SC-06. REFERENCED 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. SC-07. SAFETY STANDARDS: 1. The contractor shall, all the time, exercise adequate precautions for the safety of all persons, including employees, in the performance of this contract. The contractor shall abide by the City, State, and Federal Safety regulations and guidelines. 2. Workers engaged in r-o-w maintenance operation shall wear proper personal protection equipment (PPE). 3. Inadequate or improperly trained personnel, or employees in training, shall not be utilized for work on a task beyond such person's known capacity or ability to perform properly or safely unless under direct supervision of a qualified operator. 4. The contractor will be solely responsible for pedestrian and vehicular safety and control within the work site and shall provide necessary warning devices, barricades, and ground personnel needed to give safety, protection, and warning to persons and vehicular traffic within the area. Traffic control, including signage, flaggers, etc. is the responsibility of the contractor and shall conform to ANSI 2133.1 2006. 4.4 amd all applicable federal, state, and local regulations. 5. The Engineering Department may require additional safety precautions where particular dangers can be anticipated. The contractor shall comply with all such requests. The Engineering Department may advise the contractor and the Safety Officer or any safety violations. Failure to correct safety violations shall be grounds for an order from the City to cease further work and remove from the job site until the condition is corrected. Time and wages lost due to such safety shutdowns shall be at the sole cost of the contractor and shall not relieve the contractor of the obligation to complete the work on time. 6. Whenever public or private utilities or other improvements may be jeopardized by an authorized activity under this contract, the proper authorities or proper owner involved shall be consulted prior to performing any work activity. All required responsible precautions by such authority or person shall be complied with. It is the contractor's responsibility to determine the location of public or private utilities or improvements. SC-3 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 SC-08. SC-09. PROTECTION OF PROPERTY: 1. The contractor shall protect from damage all utilities, improvements, buildings, vehicles and other property that is likely to become displaced or damaged by the execution of the work order this contract Any special equipment or devices needed to protect persons, property, landscaping or utilities shall be the responsibility of the contractor and the cost of such protection shall be included in the bid. The City will not pay any additional cost for special protective actions, equipment or devices not included in the contract bid. 2. The contractor is responsible for all property, utilities and pavement damaged by his/her operations as shall be determined by the Engineering Department Director. The contractor shall be responsible for the cost of repairing all damage to property, utilities and pavement caused by his/her operations to the satisfaction of the property owner or the governmental body having jurisdiction over the damaged item. TRAFFIC CONTROL. Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest addition. The contractor shall give prior written notification to and shall obtain the approval of Augusta Fire Department, Police Department, Emergency Medical Services and the Augusta Engineering Department-Traffic Engineering Division of any street closures. SC-10. WORK HOURS. Work for these services shall be scheduled _Monday through Friday between the hours of 8:30a.m. and 5:00p.m. In the instances of an emergency or work that cannot be scheduled during regular business hours the Engineering Department will direct the contractor to perform work on the evening, weekend or holidays. SC-11. COMPLIANCE WITH LAWS. CODES. AND REGULATIONS. ETC.: Supplementing the provision of the 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 and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. SC-4 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 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 and Regulations 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 the 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 in writing 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 the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the 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. SC-5 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 SC-12. 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 Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. SC-13. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond 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 Richmond County, Georgia. SC-14. INTEREST NOT EARNED ON RETAINAGE: 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. SC-15. EQUIVALENT 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. SC-16. AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours, 8:3 0 a.m. to 5:00 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, Right-of-way Encroachment Guidelines, PartE, Outside of Normal Working Hours," of the Augusta, GA Planning Commission Development Documents dated September, 1999. If inspectors of Augusta, GA are needed to work outside normal business hours, Augusta, GA Engineering Department needs to be notified twenty-four hours in advance. SC-16. MASTERS GOLF TOURNAMENT: Any work planned to be accomplished during or directly before the Masters Golf Tournament must be submitted to and approved in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work No consideration will be given for claims for damages. SC-6 AED-On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 Augusta, GA Engineering Department ADDITIONAL PROVISIONS Item # 7 ON CALL-VEGETATION MAINTENANCE FOR ROADWAYS AND STREET SHOULDERS, RIGHT-OF-WAYS, EASEMENTS AND DETENTION PONDS PROJECT NUMBER: N/ A ADDITIONAL PROVISIONS 1. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT. To the extent that it does not alter the scope of this Contract, Augusta, GA may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by Contractor under this Contract. 2. DEFECTIVE PRICING; 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. 3. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE: Contractor 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. 4. TERMINATION OF THE CONTBACT FOR DEFAULT: Failure of the Contractor, which has not been remedied or waived, to perform or otherwise comply with a material condition of the Contract shall constitute default The City may terminate this contract in part or in whole upon written notice to the Contractor pursuant to this term. 5. TERMINATION OF THE CONI BACT IN WHOLE OR IN PART FOR THE CONVENIENCE OF AUGUSTA. GEORGIA; The City may terminate this contract in part or in whole upon written notice to the Contractor. The Contractor shall be paid for any validated services under this Contract up to the time of termination. 6. HOLD HARMLESS; Except as otherwise provided in this Contract, Contractor shall indemnify and hold harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work 1 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 7. PROHIBITION AGAINST CONTINGENT FEES; The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Contract 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 Contractor for the purpose of securing business and that the Contractor has not received any non-City fee related to this Contract without the prior written consent of the City. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or at its discretion to deduct from the Contract Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 8. INSURANCE REOUIBEMENTS; The Contractor shall, at all times that this Contract is in effect, cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify the City against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, act, or omission of the Contractor in performance of the work during the term of this Contract. The Contractor shall provide, at all times that this Contract is in effect, Worker's Compensation insurance in accordance with the laws ofthe State of Georgia. The Contractor shall provide, at all times that this Contract is in effect, Insurance with limits of not less than: a) Workmen's Compensation Insurance -in accordance with the laws of the State of Georgia. b) Public Liability Insurance-in an amount of not less that One Million ($1,000,000) Dollars for injuries, including those resulting in death to any one person, and in an amount of not less than One Million ($1,000,000) Dollars on account of any one occurrence. c) Property Damage Insurance -in an amount of not less than One Million ($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars. d) Valuable Papers Insurance -in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project e) Professional Liability Insurance -in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. City will be named as an additional insured with respect to Contractor's liabilities hereunder in insurance coverage's identified in items (b) and (c). 2 AED -On can · Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 The policies shall be written by a responsible company(s), to be approved by the City, and shall be noncancellable except on thirty-(30) days' written notice to the City. Such policies shall name the City as co-insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Contract. 9. CONTRACTOR'S CONSENT TO VENUE IN THE SUPERIOR COURT OF RICHMOND COUNTY. GEORGIA; The law of the State of Georgia shall govern the Contract between City and Contractor with regard to its interpretation and performance, and any other claims related to this Contract. All claims, disputes and other matters in question between City and Contractor arising out of or relating to the Contract, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Contract, 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. 10. AN ACKNOWLEDGEMENT BY ALL PARTIES CONTRACTING WITH AUGUSTA. GEORGIA AS FOLLOWS; a. "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 characterized, including. without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. 3 AED-On Call-Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 b. 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.CG.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 11. RIGHT TO INSPECT PREMISES; Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of Contractor or any Subcontractor of Contractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. 12. LOCAL SMALL BUSINESS LANGUAGE: In accordance with Chapter lOB of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE§ 1· 10-129(d)(7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time ~9 4 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 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 5 A£0-On Call -Vegetation M Street Shoulders. Right-of-Ways, Eas Item # 7 Augusta, GA Engineering Department ADDENDUM(S) Item # 7 TO: FROM: DATE: SUBJ: BID ITEM: BID OPENING: All Bidders Phyllis Mills, Quality Assurance Analyst Able Ladson, En21neering Department Geri Sams ~ C,.,..,.,w Procurement Director January 5, 2012 Updates to Specifications Bid Item 11-172 On-Call Vegetation Maintenance for Roadways, Street Shoulders, Right-of Ways, Easements and Detention Ponds for the Engineering Department Friday, January 20, 2012 at 3:00 p.m. ADDENDUM NO. 1 Bidders on this project are hereby notified that this Addendum shalt be attached to and made part of the above-named Bid Package. The Proposal Form has been updated to change Item 142 -Force Account. The Force Account amount has been changed from $1,000,000.00 to $200,000.00. Please replace the entire Proposal Section, Pages 1 thru PS with the updated Proposal Form provided In thts Addendum. Please acknowledge addendum In your submittal END ADDENDUM Room 605 -530 Greenl! Street, Augusta Georgia 3090 I (706) 821-2422-Fax (706) 821-2811 W\\ \\ .• wgustaga.gov Register at www.demandstar.com/supplier tor automatic bid notification • I!J Scan this OR code with your .:· _ smartphone or camera equipped tablet to visit the Augusta, Georgia liJ · z Addendum 1 Bldltem#11-172 Page 1 of6 Item # 7 Bidders: Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Project Number: N/ A PROPOSAL Date: --:.~~10~/~...~~3~4'+/ ..... J-lo.oa...~- In compliance with your invitation for bids dated~ 2012, the undersigned hereby proposed to furnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements, and appurtenances referred to herein as: On Call -Vegetation Maintenance for Roadways and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Project Number: N/ A In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: $Po rni llt'Qt\M 4w.wJred ~rty-t'\itc(. fh,"',aru;l 1\r'~te. h"~~-Aflt-y t:/10 _DoLLARS cs Q, a t.f9J 950 T The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the OWNER, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within .10. calendar days after the date of written notice to proceed, and that he wilJ complete the work at the request of the Engineering Department. The undersigned aclmowledges receipt of the following addenda: Addendum Number: ' Addendum Date: S/u/ rrL Re;pectfully submitted: 11 A-~tA<ba iMu., -tT"n-J .:ri'C.. (Name of Firm) 3" 18 Pt.i It,!" 0,. ~d·il\~~ GA-~o 7 (Business A dress By:~~~~~~-­ Title: Pr,..,;d.:lt'j= AED-On Call-Vegetation Maintenance for Roadway and Street Shoulders, Right·of-Ways, Easements, and Detention Ponds Addendum 1 Bid tern #1 1-172 Page2 of6 Item # 7 1 2 4 s 6 7 8 9. 12 13 14 lS 16 17 Vegetation Maintenance for Roadway and Street Shoulders, Rigbt-of-Ways, Easements, and Detention Ponds Project Number: N/ A 5.00 :J...1 ')oo 3 SR10 00 :l-;,~~ 0 3 SR28 4.05 tl~~5 3 '3~~~5 3 o.so 1-1:~(.) u 3 3 \C\«soo 3 t;u~ 1.00 ·55ou 10.62 0.59 5.20 P·2 ~~$ (.:) ~ {olSoo '54~15 C\(.q%55 \sso o C{(Qoou ., s tqs 'S~ So o L~su o I CJSO\J\.J \ ~Su u ~)SSoo l ~5o o ss~oC5 ;;JS5o o \~5~60 \~5\) 0 ·l~ (::JJ 0 AED -On Call ·Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Addendum 1 Bid Item #11-172 Page 3 of6 Item # 7 19 20 21 22 25 26 27 28 Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, aDd Detention Ponds Project Number: N/ A 4.71 0.72 5Suo 3 1.04 ~Soo 3 ~sso~ 3.82 tq l OD 3 51~ 0 <..> 1.75 \D6~ \150l) oo \~'5~ 1.35 l5<::>o 3 -:l~So o 1.68 ~~'So 3 :l.llSO ~llS\J 2.81 4.00 0.63 3 1 s \ l Sou 3 P-3 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of· Ways, Easements, and Detention Ponds Addendum 1 Bid Item #11-172 Page 4 ot6 Item # 7 37 38 39 40 41 Vegetadon Maintenance for Roadway and Street Shoulders, Rl&ht·of·Ways, Easements, and DetenUon Ponds Project Number: N/A 4.87 3 Road 0.73 S~o 3 1.00 5~~ 3 ?l~o l "" ~Sou -o TOTAL: d, P "fj . (;t?Q -0 NOTE: Traffic Control shall be incidental to the line items above. P-4 AED -On Call-Vegetation Maintenance for Roadway and Street Shoulders, Rlght·of-Ways, Easements, and Detention Ponds Addendum 1 Bid ttem#11·172 Page5of6 Item # 7 Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Project Number: N/A iTEM NO. 44 Detention Ponds DESCRIPTION 4S Drain e Easements **SY Square Yards PIUCIPIR P-5 AED -On Call • Vegetation Maintenance for Roadway and Street Shoulders, Rlght·of·Ways, Easements, and Detention Ponds Addend~.om 1 Bid ltem#11·172 Page6 of6 Item # 7 Augusta1 GA Engineering DeptJrtment AGREEMENT Item # 7 AGREEMENT THIS AGREEMENT, made on the day of -------' 2012 by and between Auamsta. GA party of the first part, hereinafter called the OWNER, and Au&Usta Lawn & Turf. Inc party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter names, 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 described in the specifications for the project entitled: ON CALL-VEGETATION MAINTENANCE FOR ROADWAYS AND STREET SHOULDERS, RIGHT-OF-WAYS, EASEMENTS AND DETENTION PONDS PROJECT NUMBER: N/ A 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: The work to be performed under this Contract shall be commenced within .1!! calendar days after the date of written notice by the Owner to the Contractor to proceed. 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 are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be executed regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. 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 the average climatic range and construction conditions prevailing in this locality. A-1 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 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 Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (b) Progress Payment 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 proceeding month, together with such supporting evidence as may be required by the Owner andjor 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 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. ARTICLE IV-ACCEPTANCE AND FINAL PAYMENT: (a) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall within 10 days, make such inspection and when he finds the work acceptable under the contract and the contract 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 Contractor, including the retained percentage, shall be paid to the Contractor by the owner within 15 days after the date of said final certificate. (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. A-2 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 (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 Engineer, and without terminating the contract, make payment of the balance due for that portion of the work fully completed and accepted. (e) Notwithstanding any provision of the General Conditions, there shall be no substitution of materials or change in means, methods, techniques, sequences or procedures of construction that are not determined to be equivalent to those indicated or required in the Contract Document, without an Amendment to the Contract (f) Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A-3 AED -On Call -Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 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. AUGUSTA, GEORGIA COMMISSION-COUNCIL (Owner) UJ~-1 ,£__ __ _____ By:----------L SEAL A G~ Mayor Deke S. Copenhaver ( _ 1\/~/IJ-t<lbl;, tk By: Lau-..1 Y?rrc..e I Title: Pre' i Jc rt..± Address: ?to lg fh; /l 'fi De, tn4!A·iae:v O.A ?;(ItO 7 A-4 Secretary Witness AED-On Call-Vegetation Maintenance for Roadway and Street Shoulders, Right-of-Ways, Easements, and Detention Ponds Item # 7 Augusta, GA Engineering Department CONTRACTOR'S COMPLIANCE Item # 7 ~~ Attachment B You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 . _ 11 I. __. '1- Name of Bidder: H_;1qiA~C:~: 1~~~"~ ~~ I v~c-·f:; ,.L;'\C. Street Address: 3£,j :K' ~ h.d lp a--._ City, State, Zip Code: m(\C b '" e·-z.... G 0 3C80 ] Phone: 700 [68'-?bcUc> Fax: 'J{U.., %b:) QqCf9 Email: Do You Have A Business Ucense? Yes: T No: __ Business License# for your Company (Must Provide): ~l...~.l,.-!<1'~11-. 4'<1c......,~-:-.--:-,--:----:-:---:=------­ Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid/RFP/RFQ. For further information ~ntact the License and lnsp~tion Department@ 70~ 31_2-5162., , " I . list the state, City & County that 11sutd your license: (reo •·<j , 'C··'L _, LcJ l"" VI-\ b 10'--{ £ u.lf\ t y Acknowledgement of Addenda: {#1)1: (#2) __ : {#3) __ : (#4) __ : (#5} __ : (#6) __ : (#7) __ : (#8) __ : NOTE: CHECK APPROPRIATE BOX<ES>:: ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Bid 12,152 On Call Vegetation Maintenance Page 9 of14 Item # 7 Attachment B -Page 2 of 3 Non-Collusion of Prime Bidder/Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Conflict of Interest By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this ITB, and · 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub- consultant(s) has any interest that would conflict in any manner or degree with the performance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. You Must Complete and Return all3 pages of Attachment 8 with Your Submittal. Document Must Be Notarized. Bid 12-152 On Call Vegetation Maintenance Page 10 of 14 Item # 7 Attachment B • Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA}, P.L. 99- 603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia law requires your company to have an E-Vertfy*User Identification Number (Company I.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https:l/e-verify.uscls.gov/enroll/ and/or http.//www.do!.state.ga.us/pdf/rules/300 10 1.pdf **E-Verify *User Identification Number (Company 1.0.) ~C) a fo 05 NOTE: E.VERIFY USER IOENOIFICATION NUMBER (COMPANY I. D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED --VENDOR WILL BE REQUIRED TO PROVIDE A COPY Of" HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. A h. -~--vL~u7 "t. G,; M +-hs.v j .J..-t1.e-.. : :AUt orized icer or Agent (Contractor Signature) J2ce ~ i.J t:.vd: Title of Authorized Officer or Agent of Contractor ~v '-. c..e.. '](-' Printed arne of Authorized Officer or Agent SUBJCJ1:2J:B /JED AND SWORN BEFOR~ME ON THIS THE jK_ DAY OF --!.m~o-+Y----· 20J3 Y/ /' N.OrARYSEAL NOtar;PUiiC j/J/J My Commission Expires: /3 71" ~~ dOlL You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. REV.7/22/2011 Bid 12-152 On Call Vegetation Maintenance Page 11 of14 Item # 7 THIS TAX RECEIPT TO BE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREIN DESCRIBED COLUMBIA COUNTY BO•cu-- Columbia County Occupational Tax This Tax Receipt Expires Account No. 11842 Issued On January 23, 2012 Tax Receipt # 406 December 31, 2012 2012 AN OCCUPATIONAL TAX WAS PAID BY AUGUSTA LAWN & TURF, INC. ON A BUSINESS LOCATION AT 3618 PHILLIPS DRIVE TO CONDUCT THE FOLLOWING BUSINESS SUBJECT TO COLUMBIA COUNTY ORDINANCES Landscaping Services AUGUSTA LAWN & TURF, INC. PO BOX 212162 REGISTRATION FEE OCCUPATIONAL TAX PENALTY AMT INTEREST AMT EXEMPT AMOUNT TOTAL TAX PAID .00 105.00 .00 .00 00 105.00 MARTINEZ GA 30917 THE BOARD OF COMMISSIONERS SHALL HAVE THE RIGHT TO SUSPEND ANY OCCUPATION TAX RECEIPT IF THE BUSINESS VIOLATES ANY LAW OR ORDINANCE OF THE UNITED STATES, THE STATE OF GEORGIA, OR COLUMBIA COUNTY. Item # 7 QUALIFICATIONS: AUGUSTA LAWN & TURF, INC. P.O. Box 2 1 2 1 62 AUGUSTA, GA 30917 7 06~868~8696(0FFICE) 706-863-0999(F AX) AUGUSTA LAWN & TURF, INC. IS BEGINNING ITS 12TH YEAR AS THE AUGUSTA AREA'S MOST QUALIFIED FULL-SERVICE LANDSCAPE COMPANY. WITH OUR EDUCATIONAL BACKGROUND AND COMBINED YEARS OF EXPERIENCE IN LANDSCAPING AND LAWN MAINTENANCE, WE OFFER WELL PLANNED, DESIGNED, CONSTRUCTED AND MAINTAINED LANDSCAPES UNDER ONE ROOF. OUR TEAM HAS TWO INDIVIDUALS THAT HAVE THE NECESSARY BACKGROUNDS. WIDE RANGE OF WORK EXPERIENCES, AND THIRST FOR CONTINUING EDUCATION THAT WOULD BE A PERFECT MATCH FOR AUGUSTA RICHMOND COUNTY. LARRY PRICE JR., PRESIDENT: LARRY GRADUATED FROM ABRAHAM BALDWIN AGRICULTURE COLLEGE IN 1998 WITH AN ASSOCIATE OF SCIENCE IN TURFGRASS MANAGEMENT. LARRY THEN SERVED AS AN INTERN AT AUGUSTA COUNTRY CLUB, WHERE HE ASSISTED THE SUPERINTENDENT IN THE DAILY OPERATION OF THE COUNTRY CLUB. IN THE SPRING OF 1 999 LARRY ESTABLISHED AUGUSTA LAWN & TURF. INC., WITH THE PRIMARY GOALS OF PROVIDING SUPERIOR LANDSCAPING AND LAWN MAINTENANCE SERVICES. DURING HIS 1 2 YEARS IN BUSINESS, LARRY HAS BUILT SEVERAL STRONG RELATIONSHIPS WITH COMMERCIAL AND RESIDENTIAL CLIENTS IN HIS COMMUNITY. TRIPP WILLIAMS, DIRECTOR OF OPERATIONS: TRIPP GRADUATED IN 2003 FROM THE UNIVERSITY OF GEORGIA WITH A BACHELOR OF SCIENCE IN AGRICULTURE. TRIPP WAS THE HORTICULTURALIST AT WEST LAKE COUNTRY CLUB PRIOR TO ACCEPTING HIS CURRENT POSITION WITH AUGUSTA LAWN AND TURF. DURING HIS 6 YEAR TENURE AT WEST LAKE, TRIPP WAS RESPONSIBLE FOR DESIGNING, INSTALLING, AND MAINTAINING PLANTINGS ON THE GOLF COURSE AND CLUBHOUSE GROUNDS. TRIPP ALSO DESIGNED AND IMPLEMENTED THE NEW CLUBHOUSE LANDSCAPE AND IRRIGATION SYSTEM FOR THE 2008 RENOVATION. AUGUSTA LAWN AND TURF, INC. HAS A COMMERCIAL LIVE PLANT LICENSE, LICENSED BY THE STATE OF GEORGIA FOR THE USE OF RESTRICTED USE PESTICIDE APPLICATIONS IN CATEGORIES 24, 27, AND 31, AND IS CERTIFIED BY THE GEORGIA SOIL AND WATER CONSERVATION COMMISSION AS A LEVEL 1 A CONSERVATIONIST. THESE INDIVIDUALS ALONG WITH THESE CREDENTIALS WILL BE AT THE DEPOSAL OF AUGUSTA RICHMOND COUNTY ON A DAILY BASIS. NOT ONLY WILL WE PROVIDE THE SCHEDULED SCOPE OF SERVICES BASED ON THE BID SPECIFICATION, BUT WE WILL ALSO GO ABOVE AND BEYOND WHEN ASKED TO DO SO BY MANAGEMENT. WORK CURRENTLY BEING PROVIDED FOR AUGUSTA RICHMOND COUNTY: AUGUSTA LAWN & TURF, INC. CURRENTLY PROVIDES LANDSCAPE MANAGEMENT FOR THE AUGUST A REGIONAL AIRPORT. Item # 7 Engineering Services Committee Meeting 4/22/2013 1:00 PM Option for Right -of-Way Department:Law Caption:Motion to approve an Option for the purposes of acquiring a Right-of-Way between Charles D. Hazel, as owner, and Augusta, Georgia, as optionee, in connection with the Windsor Spring Road Phase V Project, (N/A sq. ft.) in fee simple and 0.056 acre (2,447.27 sq. ft.) of permanent construction & maintenance easement, more or less. Also granted is (are) one (1) temporary driveway easement on Project Windsor Spring Road, Phase V, STP00-1105-00(004) from property located at: 4629 Windsor Spring Road, private, at the purchase price of $900.00. Background:The property owner has agreed to convey a certain Right-of-Way and easement to Augusta, Georgia, for the Windsor Spring Road, Phase V, STP00-1105-00(004) Project. Analysis:The purchase of the referenced property is necessary for the project. Financial Impact:The costs necessary for this purchase will be covered under the project budget. Alternatives:Deny the Motion Recommendation:Approve the Motion Funds are Available in the Following Accounts: 327041110-5411120 209812010-5411120 REVIEWED AND APPROVED BY: Finance. Law. Cover Memo Item # 8 Administrator. Clerk of Commission Cover Memo Item # 8 Attachment number 1 \nPage 1 of 2 Item # 8 Attachment number 1 \nPage 2 of 2 Item # 8 Attachment number 2 \nPage 1 of 2 Item # 8 Attachment number 2 \nPage 2 of 2 Item # 8 Engineering Services Committee Meeting 4/22/2013 1:00 PM Purchase of Additional Wetland Mitigation Credits for AUD Fort Gordon Forcemain Project Department:Augusta Utilities Department Caption:Approve funding in the amount of $141,538.60 for the purchase of additional wetland mitigation credits to offset wetland areas disturbed during the Fort Gordon Force Main Sanitary Sewer Connection project. Background:The Fort Gordon Force Main Sanitary Sewer is a sewer force main connecting the fort to the Spirit Creek Trunk Sewer Main. This force main services approximately 70% of the base flow and was a part of the Municipal Services Agreement connection contract signed in September 2006. During the installation of the force main, unforeseen conditions at the site required the contractors to disturb more wetlands than the original design allowed. Working with the Corp of Engineers the correct required mitigation credits were determined. The sewer line constructed through a wetland area requires 17.86 additional mitigation credits for he wetland impacts and 239.40 additional mitigation credits for stream impacts. AA Shaw Wetland Mitigation Bank was contacted to provide the wetlands mitigation credits and Bath Branch Mitigation Bank was contacted to provided the stream credits. Analysis:Both mitigation banks were contacted and they have provided an invoice for the purchase of wetland mitigation credits Financial Impact:The cost to purchase these credits is $141,538.60. These funds are available from account #507043410-5212115 / 88880068- 5212115 Alternatives:None Recommendation:Approve funding in the amount of $141,538.60 for the purchase of wetland mitigation credits to offset wetland and stream areas disturbed during the Fort Gordon Force Main Sanitary Sewer Connection Project Cover Memo Item # 9 Funds are Available in the Following Accounts: Funds are available from account #507043410-5212115 / 88880068-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 9 At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 3 It e m # 9 At t a c h m e n t n u m b e r 1 \ n P a g e 2 o f 3 It e m # 9 At t a c h m e n t n u m b e r 1 \ n P a g e 3 o f 3 It e m # 9 Attachment number 2 \nPage 1 of 1 Item # 9 Engineering Services Committee Meeting 4/22/2013 1:00 PM Rock Creek/Warren Lake Restoration US Army Corps of Engineers Permitting Additional Requirements Department:Abie L. Ladson, P.E., CPESC, Director AED Caption:Approve capital project budget Change Number Three and Supplemental Agreement Number Five (CPB #322-041110- 207822001) in the amount of $426,450.00 for the Warren Lake- Augusta Canal Basin Dredging to Cranston Engineering Group, PC for design, regulatory agencies review, comments, response and permitting from US Army Corps of Engineers. Funding is available in the project account for the Engineering Department. Background:Warren Lake and the Augusta Canal Basin (Lake Olmstead, Lake Aumond, Heirs Ponds and Rae’s Creek) Dredging are approved projects that are presently in the design and permitting stages. Section 404 of the Clean Water Act requires individual permits for proposed dredging activities. Permit application packages were submitted in August 2012. As part of the Permit Review Process, the US Army Corps of Engineers (CORPS) issued a Joint Public Notice (JPN) in December advertising the project. The agencies that provided comments in response to the JPN were: the US Environmental Protection Agency (EPA), US Department of Interior (F&W), and the Georgia Department of Natural Resources (DNR). The CORPS concurred with the findings and comments of these agencies and requested that Augusta, GA provide a resolution prior to the final action by the CORPS on the permit applications. With recent changes at EPA, there is an increase demand to institute water quality management control measures, assessment of silted material quality and any associated risk the dredging will have on the water quality of adjacent bodies of water. Similar concerns raised by these agencies in their review comments warrants the collection of additional sediment quality data and assessments of potential environmental effects of the proposed dredging operations of proposed disposal site. Analysis:Additional data collection and information gathering is needed for preparation and submission of the required response to the CORPS complete permitting review phase. Needed work includes: 1) additional sediment sampling and testing, 2) additional assessment of sediment quality and its effects on water quality, Cover Memo Item # 10 aquatic system, and human health, 3) regulatory consultation and additional permitting, and 4) design plan and specification for the dredging operation. Financial Impact:Funds are available in the project storm drainage account and to be transferred to the project engineering account 322-041110- 5212115/207822001-5212115 upon Commission approval. Alternatives:1) Approve capital project budget Change Number Three and Supplemental Agreement Number Five (CPB #322-041110- 207822001) in the amount of $426,450.00 for the Warren Lake- Augusta Canal Basin Dredging to Cranston Engineering Group, PC for design, regulatory agencies review, comments, response and permitting from US Army Corps of Engineers. Funding is available in the project account for the Engineering Department. 2). Do not approve and identify alternate plan to gather needed data for preparing required response and completion of USACE permitting process. Recommendation:Approve alternative one. Funds are Available in the Following Accounts: 322-041110-5212115/207822001-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 10 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION Capital Project Budget is hereby authorized: Section 1: This project is authorized to CPB#322-041110-207822001 for Rock Creek/Warren Lake Restoration project Change Number Three and Supplemental Agreement Number Five in the amount of $426,450.00 for Cranston Engineering to include the addition of permitting for the Lake Olmstead. Funding is available in the project storm drainage account to be transferred to the project Engineering account. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase II $1,200,000 Section 3: The following amounts are appropriated for the project: By Basin By District Varies $1,200,000 2nd $1,200,000 Section 4: 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 Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks CPB#322-041110-207822001 BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Honorable Deke Copenhaver, Mayor CHANGE NUMBER THREE dredging of greater portions of Lake Olmstead, the addition of continued sampling and testing of sediment and preparation of plans and specifications for removing sediment from Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks 1 of 3 April 6, 2010 Attachment number 1 \nPage 1 of 3 Item # 10 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION CPB#322-041110-207822001 CHANGE NUMBER THREE Copy-Procurement Department 2 of 3 April 6, 2010 Attachment number 1 \nPage 2 of 3 Item # 10 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION CPB#322-041110-207822001 CHANGE NUMBER THREE CPB AMOUNT CPB NEW CPB SOURCE OF FUNDS CPB CHANGE AMOUNT SPECIAL 1% SALES TAX, PHASE II 322-04-1110-292822444 ($1,200,000) ($1,200,000) TOTAL SOURCES:($1,200,000) ($1,200,000) USE OF FUNDS ENGINEERING 322-04-1110-5212115-207822001 $494,271 $426,450 $920,721 STORM DRAINAGE 322-04-1110-5414710-207822001 $705,729 ($426,450) $279,279 TOTAL USES:$1,200,000 $0 $1,200,000 3 of 3 April 6, 2010 Attachment number 1 \nPage 3 of 3 Item # 10 (SA02 – For changes greater than $20,000) April 2010 AUGUSTA-RICHMOND COUNTY AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 322-04-207822001 Supplemental Agreement Number: 5 Purchase Order Number: 165515 WHEREAS, We, Cranston Engineering Group, Consultant, entered into a contract with Augusta- Richmond County on May 5, 2009, for engineering design services associated with the Rock Creek/Warren Lake Restoration Project., File Reference No. 09-014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Additional Engineering services for the addition of permitting for the dredging, continued sampling & testing of sediment & the preparation of plans and specifications for removing sediment from Lake Olmstead It is agreed that as a result of the above described modification the contract amount is increased by $426,450.00 from $394,491.70 to a new total of $820,941.70. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Cranston Engineering Group, Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2013 RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA Deke Copenhaver, Mayor Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks Attachment number 2 \nPage 1 of 1 Item # 10 Attachment number 3 \nPage 1 of 4 Item # 10 Attachment number 3 \nPage 2 of 4 Item # 10 Attachment number 3 \nPage 3 of 4 Item # 10 Attachment number 3 \nPage 4 of 4 Item # 10