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