Loading...
HomeMy WebLinkAbout2018-05-08 Meeting Minutes Finance Committee Meeting Commission Chamber - 5/8/2018 ATTENDANCE: Present: Hons. Frantom, Chairman; Sias, Vice Chairman; Hasan and Guilfoyle, members. Absent: Hon. Hardie Davis, Jr., Mayor. FINANCE 1. Present financial reports for the three month period ended March 31, 2018. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Mr. Guilfoyle out. Motion Passes 3-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes 2. Request approval to amend the 2018 Budget (Planning 220-01-6309) by transferring existing funds from Salary/Wages to Other Professional Services to provide for the Augusta Regional Transportation Study project known as Congestion Management Process Update (CMP). Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Mr. Guilfoyle out. Motion Passes 3-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes 3. Approve an amendment to the Annual Plan required under the Reynolds Street Parking Deck Management Agreement to allow for the leasing of 100 or more spaces in the parking deck to a single entity at a rate of no less than $50 per space on a month to month basis, subject to the approval by the Administrator of the licensee and all rental terms. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Delete Motion to delete this item from the agenda. Motion Passes 4-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes 4. Award contract for professional consulting planning and engineering services for RFP 18-159 Congestion Management Process Update for the Augusta Regional Transportation Study MPO. All procurement procedures were followed in accordance with city, state and federal requirements. This contract shall not to exceed $200,000. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes 5. Motion to approve the minutes of the Finance Committee held on April 24, 2018. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes 6. Approve funding of operating, capital, encumbrance carryover. Item Action: Disapproved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve funding of operating capital encumbrance carryover for 2017 to 2018 budget cycle and to allow the Administrator to approve such items in future budget cycles. Mr. Hasan votes No. Mr. Guilfoyle out. Motion Fails 2-1. Commissioner Sammie Sias Commissioner Ben Hasan Fails 7. Consider the refund of delinquent taxes once they are paid to support to cleanup and redevelopment of this long time contaminated eyesore in the community regarding properties located at 1409 Steiner Avenue, 1312 Steiner Avenue, 1314 Steiner Avenue, 1408 Steiner Avenue, and 1733 Mill Street, Augusta, GA 30901. (Requested by Commissioner Sammie Sias) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes 8. Request to approve a Resolution to support approval of the Fiscal Year 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds for Project # 0015914 for $175,000 ($140,000 federal and $35,000 local match). Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes 9. Request to approve the FY 2018 PL Contract – PI # 0015459 Supplemental Agreement contract between Augusta, Georgia and the Georgia Department of Transportation for federal funds totaling $282,245.00 ($225,796.00 as 80% federal and $56,449.00 as 20% local). Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Sammie Sias Commissioner Ben Hasan Passes www.augustaga.gov Finance Committee Meeting 5/8/2018 1:20 PM Attendance 5/8/18 Department: Presenter: Caption: Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance Committee Meeting 5/8/2018 1:20 PM 1st Quarter 2018 Financial Reports Department:Finance Presenter:Donna Williams, Finance Director Caption:Present financial reports for the three month period ended March 31, 2018. Background:Periodic financial reports are presented to keep the Commission apprised of the financial status of the organization. Analysis:The reports focus on the of operations for the following funds General Fund Urban Service Fund Law Enforcement Fire Protection Water & Sewerage Stormwater Utility Financial Impact: Alternatives: Recommendation:Receive as information Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Finance Committee Meeting 5/8/2018 1:20 PM 2018 Budget Amendment Department:Planning & Development Presenter:Rob Sherman Caption:Request approval to amend the 2018 Budget (Planning 220-01- 6309) by transferring existing funds from Salary/Wages to Other Professional Services to provide for the Augusta Regional Transportation Study project known as Congestion Management Process Update (CMP). Background:The Policy Committee for the Augusta Regional Transportation Study adopted the 2018 Unified Planning Work Program that list work elements and funding sources. Included in the approved Work Program is the Special Transportation Study titled Congestion Management Process Update. (This will be discussed in a separate agenda item).... The funds for this project, awarded to Augusta Planning & Development Department on behalf of the Augusta Regional Transportation Study – Metropolitan Planning Organization, are included in the annual Federal Highway Administration funds administered through the Georgia Department of Transportation that Augusta receives…. Analysis:The funds to be transferred are GDOT – FHWA funds that were budgeted for a Section Manager position that is vacant, and funds for Permanent Part Time Salary/Wages. The total Salary/Wage funds to be transferred are $100,778.00. (The Section Manager position $59,178 will continue to exist but labeled UNFUNDED; the Permanent Part Time S/W budget line item ($41,600) will be eliminated.) The transferred funds in addition to other budgeted GDOT – FHWA funds will be used to fund the majority of the project cost. For the balance of the cost, the City will provide a $35,000 match that is included in the current budget, and Aiken County will provide a $25,000 match for the total project cost of $200,000. Financial Impact:All funds are currently included in the 2018 Budget. Alternatives:The Augusta Planning & Development Department is committed to providing the Congestion Management Process Update. Recommendation:Approval Funds are Available in the Following Accounts: 20018 Budget Amendment: $140,000 for Congestion Management Program (consultant’s study / total cost not to exceed $200,000) Transfer funds: (Revenue Fund 3343117 GDOT-FHWA-PL) From: 5111110 Salary/Wages: $59,178.00 Section Manager Vac (unfund –keep the position) 5111210 Perm Part-Time S&W $41,600.00 (eliminate line item) 5211118 Other Oper Expenses $20,000.00 5239112 Temp.Workers $10,222.00 5234110 Printing&Binding $4,000.00 5531111 PrintShopCharges $5,000.00 Sub Total $140,000.00 Augusta Match 35,000.00 (52121999 Other Prof Services) Aiken Co Match 25,000.00 TOTAL $200,000.00 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Finance Committee Meeting 5/8/2018 1:20 PM Amend Reynolds Street Parking Deck Annual Plan Department:Administrator Presenter:Janice Allen Jackson Caption:Approve an amendment to the Annual Plan required under the Reynolds Street Parking Deck Management Agreement to allow for the leasing of 100 or more spaces in the parking deck to a single entity at a rate of no less than $50 per space on a month to month basis, subject to the approval by the Administrator of the licensee and all rental terms. Background: Analysis:Several requests have been received regarding the possibility of licensing large blocks of parking spaces in the Reynolds Street Parking Deck. The companies that have made the current requests are typically either relocating existing business or are part of new cyber ventures. This will allow the Administration flexibility in responding to requests in an expedited manner and authorize the deck manager to enter into approve agreements. Financial Impact:Creates additional revenue Alternatives: Recommendation:approve requested amendment Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Request for Proposal Request for Proposals will be received at this office until Wednesday, February 28, 2018 @ 3:00 p.m. for furnishing: RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for Augusta, GA - Planning and Development Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 16, 2018, @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 25, 2018 and February 1, 8, 15, 2018 Metro Courier January 25, 2018 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 9 Copies Fee Proposal Compliance Review 16% DBE Federally Funded Stantec Consulting Services 2127 Ayrsley Town Blvd. Charlotte, NC 28273 Yes 45735 Yes Yes Yes Yes Yes Yes RK&K 2100 East Cary St., Suite 309 Richmond, VA 23223 Yes 269611 Yes Yes Yes Yes Yes Yes Vanasse Hangen Brustlin, Inc.(vhb) 1355 Peachtree Street, NE, Suite 100 Atlanta, GA 30309 Yes 115289 Yes Yes Yes Yes Yes Yes Total Number Specifications Mailed Out: 75 Total Number Specifications Download (Demandstar): 8 Total Electronic Notifications (Demandstar): 553 Total Number Specifications Mailed to Local Vendors: 0 Pre Proposal Telephone Conference Attendees: N/A Total packages submitted: 3 Total Noncompliant: 0 RFP #18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for the Augusta, Georgia – Planning & Development Department RFP Date: Wednesday, February 28, 2018 @ 3:00 p.m. 1 18-159 Official RFP Tab Stantec Consulting Services 2127 Ayrsley Town Blvd. Charlotte, NC 28273 RK&K 2100 East Cary St., Suite 309 Richmond, VA 23223 VHB 1355 Peachtree St., NE, Suite 100 Atlanta, GA 30309 Stantec Consulting Services 2127 Ayrsley Town Blvd. Charlotte, NC 28273 RK&K 2100 East Cary St., Suite 309 Richmond, VA 23223 VHB 1355 Peachtree St., NE, Suite 100 Atlanta, GA 30309 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)25 3.2 4.0 4.8 80.6 100.0 119.4 3. Organization & Approach (0-5)20 3.4 3.6 4.6 68.9 71.1 92.2 4. Scope of Services: 1) Firm and subconsultant(s) experience on same and/or similar projects within the past five (5) years 2) Project Understanding and Technical Approach 3) Successfully completed projects without major legal, technical problems and financial accountability Quality of References (0-5)15 3.6 3.9 4.2 53.3 58.3 63.3 5. Schedule of Work (0-5)10 3.4 3.8 4.3 34.4 37.8 43.3 6. References (0-5)5 3.7 3.2 3.7 18.3 16.1 18.3 17.3 18.4 21.6 255.6 283.3 336.7 8. Presentation by Team (0-5)10 0 0 0 9. Q&A Response to Panel Questions (0-5)5 0 0 0 Lowest Fees 5 10 5 50 0 0 Second 5 6 5 0 0 30 Third 5 4 5 0 20 0 Forth 5 2 0 0 0 Fifth 5 1 0 0 0 Total Phase 2 (Total Possible Score 125) 5 5 5 50 20 30 22.3 23.4 26.6 305.6 303.3 366.7 RFP #18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for the Augusta, GA – Planning & Development Department Evaluation Meeting: Wednesday March 21, 2018 @ 1:30 p.m. Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5)Weighted Scores Procurement DepartmentRepresentative:_________Nancy Williams____________________________________ Procurement Department Completion Date: 3/21/18 Phase 2 (Option - Numbers 8-9) 10. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: Cumulative Date: 3/21/18 Vendors Total Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 375) Phase 1 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 1 of 44 FEDERALLY FUNDED Request for Proposals RFP Item #18-159 Congestion Management Process Update for the Augusta Regional Transportation Study – Metropolitan Planning Organization For Augusta, Georgia – Planning and Development Department RFP Due: Wednesday, February 28, 2018 @ 3:00 p.m. One Original and Nine (9) Copies of RFP shall be submitted Thanks for doing business with us . . . Geri A. Sams, Procurement Director 535 Telfair Street, Room 605 Augusta, Georgia 30901 Rev. 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 2 of 44 Table of Contents Request for Proposal Instruction to Submit Purpose Viewing of the Augusta Code Compliance with Laws Proposal for All or Part Minority/Women Business Enterprise (MWBE) Policy Augusta Georgia License Requirement Terms of Contract Notice to All Proponents Required to be returned with your submittal. Both documents must be notarized Attachment B Must return the 2 pages Systematic Alien Verification for Entitlements (SAVE) Program Request for Proposal Specifications RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 3 of 44 Request for Proposal Request for Proposals will be received at this office until Wednesday, February 28, 2018 @ 3:00 p.m. for furnishing: RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization for Augusta, GA - Planning and Development Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 16, 2018, @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 25, 2018 and February 1, 8, 15, 2018 Metro Courier January 25, 2018 Cc: Janice Allen Jackson Administrator Melanie Wilson Planning and Development Carletta Singleton Planning and Development Revised: 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 4 of 44 INSTRUCTIONS TO SUBMIT INSTRUCTIONS TO SUBMIT 1.1 Purpose: The purpose of this document is to provide general and specific information for use by vendors in submitting a proposal to supply Augusta, Georgia with equipment, supplies, and or services as listed above. All proposals are governed by the Augusta, Georgia Code. 1.2 Viewing the Augusta Code: All proposals are governed and awarded in accordance with the applicable federal and state regulations and the Augusta, Georgia Code. To view the Code visit Augusta’s website at www.augustaga.gov or http://www.augustaga.gov/index.aspx?NID=685 Guidelines & Procedures. 1.3 Compliance with laws: The Proponent shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state or Augusta, Georgia statute, ordinances and rules during the performance of any contract between the Proponent and Augusta, Georgia. Any such requirement specifically set forth in any contract document between the Proponent and Augusta, Georgia shall be supplementary to this section and not in substitution thereof. 1.4 Proposals For All Or Part: Unless otherwise specified by Augusta, Georgia or by the proponent, AUGUSTA, GEORGIA RESERVES THE RIGHT TO MAKE AWARD ON ALL ITEMS, OR ON ANY OF THE ITEMS ACCORDING TO THE BEST INTEREST OF AUGUSTA, GEORGIA. Proponent may restrict his proposal to consideration in the aggregate by so stating, but must name a unit price on each item submitted upon. 1.5 All protest shall be made in writing to: Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901, Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov 1.6 Minority/Women Business Enterprise (MWBE) Policy: Court Order Enjoining Race-Based Portion of DBE Program Augusta, Georgia does not have a race or gender conscious Disadvantaged Business Enterprises (DBE) program for projects having Augusta, Georgia as the source of funding. Augusta does enforce mandatory DBE requirements of federal and state agencies on contracts funded by such agencies and has a DBE Program to comply with U.S. Department of Transportation (DOT), Federal Transit Administration (FTA), Federal Aviation Administration (FAA) and other federal and state mandated DBE requirements for certain DOT, FTA, FAA, and other federal and state assisted contracts as required by 49 C.F.R. Part 26, et. seq. and/or 49 C.F.R. Part 23, et. seq. This DBE program is only for DOT, FTA and FAA assisted contracts and other federal or state funded contracts having mandatory DBE requirements. (See Article 13 of the Augusta, GA. Code.) Augusta, Georgia prohibits any language in any solicitation, bid or contract that is inconsistent with the July 21, 2011 Court Order in the case, Thompson Wrecking, Inc. v. Augusta Georgia, civil action No. 1:07-CV-019. Any such language appearing in any Augusta, Georgia solicitation, bid or contract is void and unenforceable. A copy of this Order can be reviewed at www.augustaga.gov home page. 1.7 Augusta, Georgia License Requirement: For further information contact the License and Inspection Department @ 706 312-5050. General Contractors License Number: If applicable, in accordance with O.C.G.A. §43-41, or be subjected to penalties as may be required by law. Utility Contractor License Number: If applicable, in accordance with O.C.G.A. §43-14, or be subjected to penalties as may be required by law. 1.8 Terms of Contract: (Check where applicable) [ ] (A) Annual Contract [ ] (B) One time Purchase [X] (C) Other RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 5 of 44 NOTICE TO ALL VENDORS (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS PLEASE READ CAREFULLY: Attachment B is a consolidated document consisting of: 1. Business License Number Requirement (must be provided) 2. Acknowledgement of Addenda (must be acknowledged, if any) 3. Statement of Non-Discrimination 4. Non-Collusion Affidavit of Prime Proponent/Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement (E-Verify User ID Number must be provided) Attachment B Must be Notarized & the 2 Pages Must be returned with your submittal – No Exceptions. Business License Requirement: Proponent must be licensed in the Governmental entity for where they do the majority of their business. Your company’s business license number must be provided on Page 1 of Attachment B. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a contract. For further information contact the License and Inspection Department @ 706 312-5050. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E-Verify * User Identification Number (Company I.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security’s Memorandum Of Understanding (MOU) Affidavit Verifying Status for Augusta Benefit Application (S.A.V.E. Program) (Must Be Returned With Your Submittal) ReturnOnlyIfApplicable: The Exception Sheet (if applicable) Local Vendor Registration (if applicable) ________________________________________________________________________ The successful proponent will submit the following forms to the Procurement Department no later than five (5) days after receiving the “Letter of Recommendation” (Vendor’s letter will denote the date forms are to be received) Georgia Security and Immigration Subcontractor Affidavit Non-Collusion Affidavit of Sub-Contractor ________________________________________________________________________ WARNING: Please review “Notice to Proponent” regarding Augusta Georgia’s Local Small Business Opportunity Program Proponent Requirements. Vendors are cautioned that acquisition of proposal documents through any source other than the office of the Procurement Department is not advisable. Acquisition of proposal documents from unauthorized sources places the proposer at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Proposals are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses requirements prior to submitting a proposal. Rev. 8/6/2015 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 6 of 44 Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street, Suite 605 Augusta, Georgia 30901 Name of Proponent: _______________________________________________________________________________ Street Address: ___________________________________________________________________________________ City, State, Zip Code: ______________________________________________________________________________ Phone: ______________________ Fax: __________________________Email: ________________________________ Do You Have A Business License? Yes: ______ No: ______ Augusta, GA Business License # for your Company (Must Provide): _____________________________________ Your State/Local Business License # for your Company (Must Provide):_____________________________________ Utility Contractors License # (Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License # (Must Provide if applicable): _____________________________________ Additional Specialty License # (Must Provide if applicable):_____________________________________ NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, please state above (Procurement will verify), your company will be required to obtain a Richmond County business license if awarded a RFP. For further information regarding Augusta, GA license requirements, please contact the License and Inspection Department @ 706 312- 5050. List the State, City & County that issued your license:__________________________________________________ Acknowledgement of Addenda:(#1)____: (#2)____: (#3) ____: (#4)____ : (#5)____: (#6)____: (#7)____: (#8) ____: NOTE: CHECK APPROPRIATE BOX(ES)- ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the proposal or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia’s Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent By submission of a proposal, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 7 of 44 Conflict of Interest By submission of a proposal, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this RFP, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this RFP, has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this RFP. By submission of a proposal, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A.§ 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in 0.C.G.A §13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A §13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E-Verify*User Identification Number (Company I.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https://e-verify.uscis.gov/enroll/ and/or http://www.dol.state.ga.us/pdf/rules/300_10_1.pdf **E-Verify * User Identification Number (Company I.D.) _________________________________ NOTE: E-VERIFY USER IDENDIFICATION NUMBER (COMPANY I.D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY’S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. __________________________________________ Company Name _________________________________________ BY: Authorized Officer or Agent (Contractor Signature) ________________________________________ Title of Authorized Officer or Agent of Contractor _________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _____ DAY OF ___________________, 20___ __________________________________________ NOTARY SEAL Notary Public My Commission Expires: ______________________________________________ You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. REV. 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 8 of 44 You Must Complete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my proposal for an Augusta, Georgia contract for ______________________________________________________________________________ [RFP Project Number and Project Name] ______________________________________________________________________________ [Print/Type: Name of natural person applying on behalf of individual, business, corporation, partnership, or other private entity] ______________________________________________________________________________ [Print/Type: Name of business, corporation, partnership, or other private entity] 1.) _________ I am a citizen of the United States. OR 2.) _________ I am a legal permanent resident 18 years of age or older. OR 3.) _________ I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. ___________________________________________ Signature of Applicant ________________________________________________ Printed Name ________________________________________________ *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ___________ DAY OF ______________, 20____ ________________________________________________________ Notary Public My Commission Expires: _____________________________ NOTARY SEAL Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL REV. 7/12/2015 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 9 of 44 Local Small Business Opportunity Program Ordinance Requirements Notice To All Bidders (PLEASE READ CAREFULLY) Shall apply to ALL Bids regardless of the dollar amount In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractors agree to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia upon request. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE, Contractors shall report to Augusta, Georgia the total dollars paid to each subcontractor, vendor, or other business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors, if any as required by Augusta, Georgia. Such utilization reports shall be in the format specified by the Director of Minority and Small Business Opportunities, and shall be submitted at such times as required by Augusta, Georgia. Required forms can be found at www.augustaga.gov. If you need assistance completing a form or filing information, please contact the LSBO Program office at (706) 821-2406. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the Contractor and/or collecting liquidated damages. To print a copy of thePrime Contractor Data Collection Form visit: http://www.augustaga.gov/index.aspx?NID=1672 Website: http://www.augustaga.gov/index.aspx?nid=83 SHALL APPLY TO PROJECTS $100,000 & UP Local Small Business Opportunity Program (Continued) Sec. 1-10-129. Local small business opportunities program participation. (a) Sealed Bids The following procedures and contract requirements will be used to insure that local small businesses are encouraged to participate in Augusta, Georgia contracts, including but not limited to construction contracts, requests for professional services and the performance of public works contracts. The Augusta, Georgia user department shall indicate goals for local small business in all solicitations for contracts over $100,000 in value: (1) Bid conditions for contracts awarded by Augusta, Georgia will require that, where subcontracting goal is utilized in performing the contract, the bidder or proponent, will make Good Faith Efforts to subcontract with or purchase supplies from local small businesses. Bid specifications will require the bidder or proponent to keep records of such efforts that are adequate to permit a determination of compliance with this requirement. (2) Each bidder shall be required to provide documentation of achieving goal or provide documentation of Good Faith Efforts to engage local small businesses as subcontractors or suppliers, the names of localsmall businesses and othersubcontractors to whom it intends to awardsubcontracts, the dollar value of the subcontracts, and the scope of the work to be performed, recorded on the form(s) provided or made available as part of the bid package. If there are no sub-contracting opportunities, bidder shall so indicate on the appropriate form. (6) All bid documents shall require bidders or proponents to submit with their bid the following written documents, statements or forms, which shall be made available by the Procurement Department. (i) Non-Discrimination Statement which shall affirm the bidder’s: (a) adherence to the policies of Augusta, Georgia relating to equal opportunity in contracting; (b) agreement to undertake certain measures as provided in this policy to ensure maximum practicable participation of local small businesses; and (c) agreement not to engage in discriminatory conduct of any type. (ii) Proposed Local Small Business Subcontractor/Supplier Utilization Plan. (iii) Documentation of Good Faith Efforts to use local small businesses. Failure to submit the above documentation shall result in the bid being declared non-responsive. (d)Post Contract Award Requirements. The purpose of this sub-section is to establish requirements for contractor compliance with the LSBOP after a contract has been awarded. This is incorporated into all Augusta, Georgia Contracts for which a local small business goal has been established or negotiated. (1) Contractors shall have an affirmative, ongoing obligation to meet or exceed the committed local small business goal for the duration of the contract. The Augusta, Georgia may deem a contractor to be in violation of the LSBOP and in breach of its contract if at any time Augusta, Georgia determines that: (a) The contractor will not meet the committed local small business goals; and (b) the reasons for the contractor’s failure are within the contractor’s control. For example, if a contractor does not meet the local small business goal because the contractor terminated a local small business without cause or if the contractor caused and local small business to withdraw from the project without justification, then Augusta, Georgia is justified in finding the contractor to be in violation of the LSBOP. (h)Compliance. (4) The Director of minority and small business opportunities shall be responsible for evaluating good faith efforts documentation and subcontractor information submitted by bidders in conformance with, the AUGUSTA, GA. CODE and any State and Federal Laws applicable to any bid specifications for competitive sealed bid projects prior to award of the contract. (i)Competitive Bids. Nothing in this Policy is to be construed to require Augusta, Georgia to award a bid contract to other than the lowest responsible bidder, or to require contractors to award to subcontractors, or to make significant material purchases from local small businesses who do not submit the best overall pricing to Augusta, Georgia. Sec. 1-10-130. Exceptions – federally funded projects. In accordance with § 1-10-8 and Chapter 10B, the LSBOP shall only be utilized with federally funded projects, solicitations or contracts as authorized by federal (and Georgia) laws, regulations and conditions applicable to such projects. To the extent that there are any conflicts between any such laws, regulations or conditions and the LSBOP, the federal (and Georgia) laws, regulations and conditions shall control. NOTE: All forms should be submitted in a sealed envelope labeled Local Small Business Required Forms, Company’s Name & Bid/RFP/RFQ Number For questions and or additional information please contact: Local Small Business Opportunity Program 535 Telfair Street, Room 710 Augusta, Georgia 30901 (706) 821-2406 Website: http://www.augustaga.gov/index.aspx?nid=83 Revised 2/17/2016 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 10 of 44 INSTRUCTION TO BIDDERS: Augusta, Georgia is seeking proposals for professional consultation services to develop the Congestion Management Process Update for the Augusta Regional Transportation Study – Metropolitan Planning Organization for the Augusta Planning and Development Department. Your submittal should respond to, and be based on the information included in this Request for Proposal. Responses will be received in the office of the Director of Procurement at 535 Telfair Street, Suite 605, Augusta, GA 30901 until Wednesday, February 28, 2018 @ 3:00 p.m. Each RFP must be submitted in a sealed envelope, and must be plainly marked on the outside as “RFP 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization”. They should be marked to the attention of Geri Sams, Director of Procurement. You are required to submit one (1) marked unbound clipped original and nine (9) copies of your Request for Proposal. Submittals will not be accepted after the date and time indicated. All firms responding are cautioned to read this RFP carefully for understanding and request clarification from Augusta, Georgia on any questions pertaining to this RFP. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 16, 2018 @ 5:00 P.M. No RFP will be accepted by fax; all must be received by mail or hand delivered. Issues and responses addressed in any other manner will not be considered valid or binding in consideration of proposals or any subsequent contract negotiations. Failure to provide all of the requested information may cause the proposal to be rejected as non-responsive. Interested and qualified firm(s) and/or party(ies) are requested to make a response to accomplish the Scope of Services described herein. The response is to be signed by a duly authorized official of the firm and must be submitted in the time, manner, and form prescribed. For a proposal to be considered it must remain valid for at least 60 days after RFPs have been opened, pending the execution of contract with the successful vendor. If an award of contract is awarded as a result of this solicitation, the contract will be made on the basis of the response which best satisfies the intent of this RFP and other factors considered in the best interest of the Owner. Negotiations may be undertaken with the firm whose proposal shows them to be the most qualified, responsible, and capable of performing the work. In addition to cost, the Owner will consider professional qualifications and related experience to determine which proposal would be in the Owner’s best interest if a contract were made. Additionally, appropriate professional registration and significant prior experience in projects of similar scope are considered minimal qualifications. The Owner reserves the right to consider proposals or modification thereof received at any time before the award is made, if such action is in the interest of the Owner. The Owner reserves the right to reject any or all proposals received as the result of this RFP. The Owner also maintains the right to negotiate with any firm, as necessary, to serve the best interests of the Owner. The Owner will not be liable for any costs incurred by any firm prior to the execution of a contract and approval by the Board of Commissioners. Services must be provided by experienced personnel. Any sub consultants/contractors the proponent will be using to perform any part of the requested service shall be evaluated on the same criteria. SCOPE OF SERVICES: The Augusta Regional Transportation Study (ARTS-MPO) is a bi-state Metropolitan Planning Organization (MPO) covering the Augusta-Richmond County, GA, and Aiken County, SC urbanized area. The ARTS planning area includes Richmond County, part of Columbia County, and the Cities of Hephzibah, and Blythe in Georgia; and part of Aiken and Edgefield Counties in South Carolina including Cities of Aiken, North Augusta, New Ellenton and Burnettown. The Augusta Planning RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 11 of 44 and Development Department administers and provides technical planning staff for the federal transportation planning process in partnership with GDOT, SCDOT, FHWA, FTA, Aiken County Planning and Development Department, Augusta Public Transit Dept. and the Lower Savanah Council of Governments. A Congestion Management Process (CMP) is integral to transportation planning in the ARTS area. The Congestion Management Process (CMP) is intended to include procedures to alleviate or reduce anticipated increases in roadway congestion and ensure that “federal, state, and local agencies” join with regional transit providers, business, private and environmental interests to develop and implement comprehensive strategies needed to develop appropriate responses to transportation needs. The purpose of the ARTS CMP is to document congestion/travel reliability on major transportation corridors in the study area; issues related to special events, work zones and atmospheric conditions; identify and implement strategies for reducing or eliminating congestion to improve travel reliability, and track the effectiveness of congestion/travel reliability mitigation projects. The CMP will describe the framework for the ongoing process and include elements of the roadway system, traffic level of service standards, performance elements, trip reduction and travel demand. The Congestion Management Process update will address planning factors and performance measures mandated by the Fixing America Surface Transportation Act (FAST Act) that are appropriate for inter-county transportation planning. The roadway network within the ARTS MPA includes 52 corridors designated as federal-aid roadways, such as interstates, freeways, multi-lane highways, rural highways, and arterials. Since congestion/travel reliability results from various travel system deficiencies which are identified by different criteria, the existing processes for data collection and analysis, identification of innovative and applicable congestion mitigation strategies monitoring methodologies will be analyzed, redefined and updated. This work is based on federal guidelines, best practices, available data, engineering and planning techniques. The descriptions of the regional CMP system is included as Attachment X. The RFP shall include but not limited to engineering and planning approaches to the following tasks: Task 1: Review and Conduct Assessment of the Existing CMP Task 1 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 2: Research CMP Best Practices Research relevant CMP best practices for similar Transportation Management Areas in Georgia and South Carolina. There are many examples of best practice assessments regarding Congestion Management Process. This task will identify relevant MPO experiences with CMP that offer innovative approaches appropriate for the ARTS area. Task 2 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 3: Develop a Stakeholder and Public Outreach Approach Attendance and presentations on reports of up to any of three total combined meetings of the ARTS MPO committees, County Council, City Council, Town Council or Planning Commissions may be required. Task 3 - Deliverables: Draft and Final Reports. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 12 of 44 Task 4: Data Collection and Analysis of Existing and Future CMP Transportation System Network Collect data currently available for the roadway network and intersections from the Annual Traffic Crash and Intersection Report and traffic data reports from state and local agencies to help reduce the data collection effort. Task 4 - Deliverables: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation Database or Update; Presentations to MPO committees. Task 5: Analyze Traffic Congestion Problems and Needs Evaluate current traffic conditions and evaluate characteristics for the existing CMS corridors in the study area. Review and analyze existing transportation improvement projects in the FY 2017-2022 Transportation Improvement Program, planned projects in the 2040 Long-Range Transportation Plan (LRTP/MTP) relevant traffic and transportation studies and other regionally significant transportation projects completed for the MPO and any jurisdictions within the study area. Conduct traffic analysis of current and future levels of congestion/travel reliability on existing major and minor thoroughfares, collectors, and intersections resulting in a corridor traffic data profile. Task 5 - Deliverable: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation System Database; and GIS shape files. Task 6: Review and refine Goals and Objectives Review and refine existing regional goals and objectives addressing congestion management. Task 6 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 7: Develop Multimodal Performance Measures Using the traffic and travel analysis in Task 4 and 5, develop guidelines and performance measures to address traffic congestion/travel reliability, safety, regional transportation issues, as well as existing and future transportation conditions. These performance measures should be developed in coordination and support the travel reliability, performance measures and targets set by the States of Georgia and South Carolina in consultation with FHWA and FTA. Task 7 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 8: Review and Update Existing CMP Strategies Develop a package of multimodal congestion/travel reliability management strategies for each corridor. Also, include an evaluation of previously implemented congestion/reliability focused projects and/or strategies to support a before & after evaluation of projects to guide in the selection of future projects. Task 8 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 13 of 44 Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process This task will include developing a step-by-step process for data collection, updating the GIS attribute database and spatial analysis, evaluations of previously implemented congestion/travel reliability projects or strategies in the area, and reporting annual traffic congestion/travel reliability conditions and travel data. This task will also include developing a project prioritization process. Task 9 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS based Performance Database. Task 10: Develop CMP System Performance Monitoring Evaluation Develop corridor profiles for each CMP corridor summarizing existing conditions, level of congestion/travel reliability, performance measures, strategies, recommendations, project prioritization and implementation process/schedule in the creation of an annual CMP report. Task 10 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS analytical reporting tool – Annual Performance Monitoring Report based Database. Deliverables: Consultant(s) will deliver thirty-five (35) hard color copies of the Draft and Final reports and the MS Word, InDesign document and pdf. All deliveries will also be provided in an editable electronic format such as Microsoft Word, InDesign or approved equal. All GIS data and shape files, traffic data, accident/crash, & intersection data; spatial, schematic, maps; visualization graphics, and all other related documents produced with federal funds under this Scope of Work shall be provided to the Augusta Planning and Development Department editable electronic versions at the conclusion of this Project. Graphics, mapping, databases, etc. outside of Microsoft Office and ESRI GIS or equal will be provided in a software format agreed upon by the Consultant and the Client. The Augusta Planning and Development Department will provide all available, existing, and pertinent documentation and data to the selected consultant. The consultant will schedule, coordinate and make all necessary arrangements for meetings conducted by the consultant and ARTS staff during the course of the project. The consultant will take a lead role in all aforementioned meetings, with ARTS staff assuming a supporting role dur[‘ling this period. This scope of work only represents the minimum requirements. However, the expectation is that the selected consultant will adhere to standards of best practices of transportation planning and engineering and to exceed expectations by utilizing expertise and transportation planning experience to expand upon the minimum requirements. Proposal Schedule: DATE ITEM January 25, 2018 Request for Proposal (RFP) Issued February 16, 2018 Deadline for submission of questions (5:00 PM, Eastern) February 28, 2018 Proposals due (5:00 PM, Eastern) Tentative March 12, 2018 Interviews Tentative March 27, 2018 Selection of Consultant RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 14 of 44 Submission Requirements: Proposer(s) is required to submit one (1) original and nine (9) copies. Responses will be received in the office of the Director of Procurement at 535 Telfair Street, Suite 605, Augusta, GA 30901 until Wednesday, February 28, 2018 @ 3:00 p.m. Each RFP must be submitted in a sealed envelope, and must be plainly marked on the outside as “RFP 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization”. They should be marked to the attention of Geri Sams, Director of Procurement. Submissions shall include proposals, excluding Team Qualifications and Project Team Member Resumes, and shall not exceed 30 double-sided, 8 ½-by-11-inch pages, using a minimum font size of 11 pts. Submitted proposals must provide, at a minimum, the following information: Executive Summary The Executive Summary shall include but not limited to contact information for proposing team’s authorized representative; statement of general understanding; identification of all team members; and description of team structure. An organizational chart of the proposed team and description of proposed responsibilities for each member. Project Team Qualifications A firm profile of the prime consultant and any sub-consultants. Location of primary and branch offices, number of staff members, years in business, financial stability, legal liability, types of services provided and types of projects, which the firm may specialize. Relevant Experience and Past Performance. List s i m i l a r projects that demonstrate the past performance and experience of the firm(s). For at least three comparable projects within past five (5) years, provide a brief description of the project that includes the time frame for the project, tasks, outcomes, and project costs. Provide at least three references that have recent knowledge of the firm(s) past performance. It is important that primary Consultant(s) and/or Sub- consultant(s) has had direct project experience contained in the scope of work. References: References should include contact information for the comparable projects listed in the previous section. Project Team Resumes Provide resumes of proposed team members. Resumes must include a description of the individual’s key duties and responsibilities, education, training, knowledge, skills, expertise, and any other qualifications relevant to the successful development of the Report. Also include a statement containing a list of current work commitments with sufficient detail to show that individuals assigned to the project are substantively available for the project. Individual resumes are limited to one page. It is important that key assigned Consultant and/or Sub-consultant staff has had direct experience on a relevant project. Project Approach Describe the proposed work plan for development of major deliverables along with detailed steps from project start through the final tasks. Describe key components of your plan and provide a timeline detailing the points at which deliverables reports will be provided. The detailed timeline should complement the scope of work, showing the expected sequence of tasks and the resource requirements for the consultant. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 15 of 44 Cost Proposals Provide a detailed cost proposal inclusive of each major task. Fee proposal must be sealed and placed in a separate sealed envelope labeled on the outside of the package to clearly indicate that it is a response to RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization. All items related to cost is required to be placed in a separate sealed envelope. Project Schedule The consultant shall develop a timeline of deliverables with a project completion deadline within nine (9) months after the execution of the contract. Evaluation Criteria: The Selection Committee will evaluate and select RFPs for further consideration for proposal interviews based on, but on limited to the following criteria: Specialized and appropriate expertise to complete the scope of work and meet the goals and objectives of the project. Proposed project approach and technical details. Past experiences and performances on similar projects. Adequate staff and the qualifications of each member of the proposed project team. Firm performance with project delivery relative with budgeting and maintaining a project schedule. Record of successfully completed projects without major legal, technical problems and financial accountability. Other factors that the ARTS Review Team may determine to be appropriate to receive a quality multi- modal congestion management process and monitoring report. DBE Requirements: Augusta, Georgia, a LAP of the Georgia Department of Transportation pursuant with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d--42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21 Nondiscrimination in federally assisted programs of the Department of Transportation Act, hereby notifies all proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. The Georgia Department of Transportation Board has adopted a 16% DBE Overall Annual Goal for DBE participation on all federally funded projects. This goal is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime contracting, sub-contracting, joint venture or mentor/ protégé relationship. Augusta will monitor and assess each consultant services submittals for their DBE participation and/or good faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of Transportation Disadvantage Business Program Plan. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 16 of 44 Proposal Requirements: You are required to submit one (1) marked unbound clipped original and nine (9) copies of your Request for Proposal. The successful proposal will have, at a minimum, the following features: No more than thirty (30) pages in length, excluding cover letter, required forms, tabs and appendices. If the proposal includes any information in addition to the specific information requested in the RFP, it should be included as an appendix to the proposal. Proposals should be prepared simply and economically, providing a straightforward, concise description of offeror’s capabilities to satisfy the requirements of the RFP. Company Profile to include:  Firm Name and business address  Year established  Type of ownership and parent company (if applicable)  Address and telephone number of the facility or facilities where the work is to be accomplished, if separate from the business address provided above  Organizational structure of project team that will work on this project. Please include a brief resume or summary of experience for each team member  A list of similar projects undertaken Vendor shall provide qualified personnel to perform its work. The list of key personnel that will not change or be reassigned without the written approval of Augusta. Fee proposal must be sealed and placed in a separate sealed envelope labeled on the outside of the package to clearly indicate that it is a response to RFP Item # 18-159 Congestion Management Process Update for Augusta Regional Transportation Study (ARTS) Metropolitan Planning Organization. All items related to cost is required to be placed in a separate sealed envelope. Each proposal will be evaluated using the following criteria of evaluation Interview: Shortlisted firms selected for an interview must submit a digital copy of an executive summary of the proposal prior to the interview. The executive summary shall be limited to 20 pages using a minimum font of 11 pts., and shall include the following: RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 17 of 44 RITERIA FOR EVALUATION RFP – FEDERAL Evaluation/Scoring Guidelines Evaluation Process All proposals will be evaluated by an Augusta, Georgia Selection Committee (Committee). The Committee may be composed of Augusta, Georgia staff and other parties that may have expertise or experience in the services described herein. The Committee will review the submittals and will rank the proposers. The evaluation of the proposals shall be within the sole judgment and discretion of the Committee. All contacts during the evaluation phase shall be through the Augusta, Georgia Procurement Office only. Proposers shall neither contact nor lobby evaluators during the evaluation process. Attempts by Proposer to contact members of the Committee may jeopardize the integrity of the evaluation and selection process and risk possible disqualification of Proposer. The Committee will evaluate each proposal meeting the qualification requirements set forth in this RFP. Proposers should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments may be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of Augusta, Georgia’s requirements as set forth in this RFP. If needed, the selection process will include oral interviews. The consultant will be notified of the time and place of oral interviews and if any additional information that may be required to be submitted. Cumulative Scores will include the total from Phase 1 and Phase 2. It is the intent of the Owner to conduct a fair and comprehensive evaluation of all proposals received. The contract for this project/service will be awarded to the proposer who submitted a proposal that is most advantageous to the Owner. Evaluation Criteria Proposals will be evaluated according to each Evaluation Criteria, and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is five hundred (500) points. Rating Scale 0 Not Acceptable Non-responsive, fails to meet RFP specifications. The approach has no probability of success. For mandatory requirement this score will result in disqualification of proposal. 1 Poor Below average, falls short of expectations, is substandard to that which is the average or expected norm, has a low probability of success in achieving project/service objectives per RFP. 2 Fair Has a reasonable probability of success, however, some objectives may not be met. 3 Average Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members. 4 Above Average/Good Very good probability of success, better than that which is average or expected as the norm. Achieves all objectives per RFP requirements and expectations. 5 Excellent/ Exceptional Exceeds expectations, very innovative, clearly superior to that which is average or expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 18 of 44 1. Completeness of Response (Pass/Fail) a. Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration. Responses that are rated a Fail and are not considered may be picked up at the delivery location or returned to the vendor (at vendor’s expense). Please provide shipping instructions and/or fees upon the completion of the competitive process. Conflict of Interest Statement (Pass/Fail) b. Discloses any financial, business or other relationship with the Augusta, Georgia that may have an impact upon the outcome of the contract or the construction project/service. c. Lists current clients who may have a financial interest in the outcome of this contract or the construction project/service that will follow. d. Discloses any financial interest or relationship with any construction company that might submit a bid on the construction project/ service. 2. Qualifications & Experience (25 points) a. Relevant experience, specific qualifications, and technical expertise of the firm and sub-consultants/proposers to conduct the required services as listed in this RFP and adhering to all required license requirement for federal, state and local services. 3. Organization & Approach (20 points) a. Describes familiarity of project/service and demonstrates understanding of work completed to date and project/service objectives moving forward b. Roles and Organization of Proposed Team i. Proposes adequate and appropriate disciplines of project/service team. ii. Some or all of team members have previously worked together on similar project/service(s). iii. Overall organization of the team is relevant to Augusta, Georgia needs. c. Project and Management Approach i. Team is managed by an individual with appropriate experience in similar project/services. This person’s time is appropriately committed to the project/service. ii. Team successfully addresses all requirements of this RFP. iii. The team and management approach responds to project/service issues. Team structure provides adequate capability to perform both volume and quality of needed work within project/service schedule milestones. d. Roles of Key Individuals on the Team i. Proposed team members, as demonstrated by enclosed resumes, have relevant experience for their role in the project/service. ii. Key positions required to execute the project/service team’s responsibilities are appropriately staffed. e. Working Relationship with Augusta, Georgia i. Team and its leaders have experience working in the public sector and knowledge of public sector procurement process. ii. Team leadership understands the nature of public sector work and its decision-making process. iii. Proposal responds to need to assist Augusta, Georgia during the /service. 4. Scope of Services to be Provided (15 points) 1) Firm and subconsultant(s) experience on same and/or similar projects within the past five (5) years 2) Project Understanding and Technical Approach 3) Successfully completed projects without major legal, technical problems and financial accountability Quality of References. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 19 of 44 5. Schedule of Work (10 points) a. Schedule shows completion of the work within or preferably prior to the Augusta, Georgia overall time limits as specified in the RFP. b. The schedule serves as a project/service timeline, stating all major milestones and required submittals for project/service management and applicable law compliance. c. The schedule addresses all knowledgeable phases of the project/service, in accordance with the general requirements of this RFP. 6. References (5 points) d. Provide as reference the name of at least three (3) agencies you currently or have previously consulted for in the past three (3) years. 7. Presentation by Team (10 points) (Optional) e. Team presentation conveying project/service understanding, communication skills, innovative ideas, critical issues and solutions. 8. Q&A Response to Panel Questions (5 points) (Optional) f. Proposer provides responses to various interview panel questions. 9. Cost/Fee Proposal (10 points) Enclosed in a separate sealed envelope. Will NOT be disclosed in any part of the RFP g. Lowest Fee 10 h. Second 6 i. Third 4 j. Fourth 2 a. Fifth 1 RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 20 of 44 Weighted scores for each Proposal will be assigned utilizing the table below: Phase 1 No. Evaluation Criteria Rating (0-5) Weight Score (Rating * Weight) 1 Completeness of Response Package submitted by the deadline Package is complete (includes requested information as required per this solicitation) Attachment B is complete, signed and notarized N/A Pass/Fail Pass/Fail 2 Qualifications & Experience 25 3 Organization & Approach 20 4 Scope of Services : 1) Firm and subconsultant(s) experience on same and/or similar projects within the past five (5) years 2) Project Understanding and Technical Approach 3) Successfully completed projects without major legal, technical problems and financial accountability Quality of References 15 5 Schedule of Work 10 6 References 5 Phase 2 (Optional – Numbers 8 and 9) Rating (0-5) Weight Score (Rating * Weight) 7 Presentation by Team 10 8 Q&A Response to Panel Questions 5 9 Cost/Fee Proposal Consideration a. Lowest Fee 10 b. Second 6 c. Third 4 d. Fourth 2 b. Fifth 1 10 Total: 100 Proposals will be evaluated according to each Evaluation Criteria, and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is five hundred (500) points. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 21 of 44 FORM OF PROPOSAL SECTION I - PROPOSAL Name of Firm ______________________________________________________________________ Address ___________________________________________________ Zip ___________________ Phone ___________________________ Date Established_____________________________ Names of Principals and Specifics on Experience, and Professional Qualifications of those persons who will serve the Association (Attach additional sheets if more space is required). 1. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ 2. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ 3. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ References A. ____________________________________________________________________ ____________________________________________________________________ B. ____________________________________________________________________ ____________________________________________________________________ C. ____________________________________________________________________ ____________________________________________________________________ VENDOR MUST RETURN THIS COMPLETED FORM WITH THE PROPOSAL RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 22 of 44 SECTION II- COMPANY IDENTIFICATION Contact Person _________________________________________________________________ Company _______________________________________________________________________ Title ___________________________________________________________________________ Address________________________________________________________________________ Telephone Number_______________________________________________________________ Organized under the laws of the State of ______________________________________________ Principal place of business at________________________________________________________ LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of Augusta. Those personnel committed for this work are as follows: NAME TITLE VENDOR MUST RETURN THIS COMPLETED FORM WITH THE PROPOSAL RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 23 of 44 EXHIBIT X ARTS Congestion Management Process Corridors County CMP # CMP Corridor From To Ai k e n Co u n t y 1. Atomic Road Buena Vista Avenue Silver Bluff Road 2. Belvedere-Clearwater Road US 25 US 1 3. Bettis Academy Ascagua Lake Road Fields Cemetery 4. Buena Vista Avenue Martintown Road Georgia Avenue 5. Dougherty Road Whiskey Road Silver Bluff Road 6. Georgia Avenue Savannah River I-20 7. Knox Avenue Martintown Road Georgia Avenue 8. Laurens Street / SC 19 South Boundary I-20 9. Martintown Road Jeff Davis/US 1 I-20 10. (East) Pine Log Road US 78 Silver Bluff Road (Eastern End) 11. Richland Avenue Vaucluse Road Beaufort Street 12. SC 118 US 78 Silver Bluff Road 13. Silver Bluff Road Whiskey Road Savannah Drive 14. US1 York Street I-20 15. US 1 / US 78 Martintown Road Pine Log Road 16. Whiskey Road Richland Avenue Powderhouse Road Co l u mbi a Co u n t y 17. I-20 Euchee Creek Columbia/Richmond County Line 18. Baston Road Fury's Ferry Road Washington Road 19. Belair Road Washington Road Wrightsboro Road 20. Bobby Jones Expressway/I-520 Washington Road I-20 21. Columbia Road Washington Road Hereford Farm Road 22. Evans-to-Locks Road Stevens Creek Road Washington Road 23. Flowing Wells Road Wheeler Road Washington Road 24. Fury's Ferry Road Savannah River Washington Road 25. Old Evans Road Bobby Jones Washington Road 26. Old Petersburg Road Riverwatch Parkway Old Evans Road 27. SR 223/Robinson Ave Wrightsboro Road Gordon Highway 28. Washington Road Hardy McManus Road Pleasant Home Road 29. Wrightsboro Road Barton Chapel Road Robinson Avenue Ri chmon d Co u n t y 30. I-20 Richmond Co. Line River Watch Pkwy 31. I-520 I-20 Laney Walker Blvd. 32. 13th Street/RA Dent Boulevard Reynolds Street Wrightsboro Road 33. 15th Street/Ruth B. Crawford Hwy. Reynolds Street MLK Boulevard 34. SR 56/Mike Padgett Hwy Lumpkin Road SR 56 Loop 35. Deans Bridge Road MLK Boulevard Willis Foreman Rd 36. Doug Barnard Pkwy/New Savannah Rd Gordon Highway Tobacco Road 37. Greene Street E. Boundary Street 12th Street 38. Gordon Highway Savannah River SR 223 39. Jackson Road/Walton Way Ext./Davis Rd. Washington Road Wrightsboro Road RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 24 of 44 1 County CMP # CMP Corridor From To Ri chmon d Co u n t y 40. John C. Calhoun Expressway Washington Road 12th Street 41. Peach Orchard Road Tubman Home Road SR 88 42. River Watch Pkwy Pleasant Home Rd Fifteenth Street 43. Tobacco Road Deans Bridge Road Doug Barnard Pkwy 44. Walton Way Segment #1 Gordon Highway Milledge Road 45. Walton Way Segment #2 Milledge Road Bransford Road 46. Walton Way Ext. Bransford Road Jackson Road 47. Washington Road Pleasant Home Rd John C. Calhoun Expressway 48. Wheeler Road Flowing Wells Road Walton Way Ext. 49. Windsor Spring Rd Peach Orchard Rd SR 88 50. Wrightsboro Road Segment 1 Barton Chapel Road Jackson Road 51. Wrightsboro Road Segment 2 Jackson Road Highland Avenue 52. Wrightsboro Road Segment 3 Highland Avenue Fifteenth Street RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 25 of 44 DBE PROGRAM GDOT Locally Administered Program (LAP) FHWA Funded Projects DBE Requirements Augusta, Georgia, a LAP of the Georgia Department of Transportation pursuant with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d--42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21 Nondiscrimination in federally assisted programs of the Department of Transportation Act, hereby notifies all proposers that it will affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises (DBE) will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. The Georgia Department of Transportation Board has adopted the following goal for DBE participation on all federally funded projects. 16% DBE Overall Annual Goal This goal is not to be considered as a fixed quota, set aside or preference. The DBE goal can be met by prime contracting, sub-contracting, joint venture or mentor/ protégé relationship. Augusta, Georgia, a LAP of Georgia Department of Transportation will monitor and assess each consultant services submittals for their DBE participation and/or good faith effort in promoting equity and opportunity in accordance with the state of Georgia, Department of Transportation Disadvantage Business Program Plan. Kellie Irving Compliance Department Director Consolidated Government of Augusta, Georgia 535 Telfair Suite 710 Augusta, GA 30901 706.826.1325 p kirving@augustaga.gov Kimberly King, EEO Director Georgia Department of Transportation air, 600 W. Peachtree St. Atlanta, GA 30308 (404) 631-1972 p RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 26 of 44 Revised: December 7, 2009 Revised: October 21, 2013 Revised: November 3, 2014 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA DISADVANTAGED BUSINESS ENTERPRISE PROGRAM CRITERIA FOR ACCEPTABILITY The purpose of this special provision is to establish criteria for acceptability of DBE firms for work performed on this contract. The intent is to ensure all participation counted toward fulfillment of the DBE goals is (1) real and substantial, (2) actually performed by viable, independent DBE owned firms, and (3) in accordance with the spirit of the applicable laws and regulations. The policy of the Georgia Department of Transportation is to ensure compliance with Title VI of the Civil Rights Act of 1964, 49 Code of Federal Regulations, Part 26 and related statutes and regulations in all program activities. To this end the Georgia Department of Transportation shall not discriminate on the basis of race, color, sex or national origin in the award, administration and performance of any Georgia Department of Transportation assisted contract or in the administration of its Disadvantaged Business Enterprise Program. The Georgia Department of Transportation shall take all necessary and reasonable steps to ensure nondiscrimination. DBE payments and commitments for Federal-aid projects shall be separate and distinct and cannot be transferred or combined in any matter. The DBE Goal specified in the contract will be a percentage representing DBE Race Neutral and Race Conscious Participation. The Contractor will strive to achieve an additional percentage in his/her contracts for all projects during the course of the current State Fiscal Year, in order to meet the overall Georgia Department of Transportation DBE goal. DBE DIRECTORY: The Department has available a directory or source list to facilitate identifying DBEs with capabilities relevant to general contracting requirements and to particular solicitations. The Department will make the directory available to bidders and proposers in their efforts to meet the DBE requirements. The directory or listing includes firms which the Department has certified to be eligible DBEs in accordance with 49 CFR Part 26. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 27 of 44 GOAL FOR PARTICIPATION: If a percentage goal for DBE participation in this contract is set forth elsewhere in this proposal, the Contractor shall complete the DBE GOAL Forms included in the proposal. The Contractor is encouraged to make every effort to achieve the goal set by the Department. However, if the Contractor cannot find sufficient DBE participants to meet the goal established by the Department, the Department will consider for award a proposal with less participation than the established goal if: (A) The bidder can demonstrate no greater participation could be obtained. This should be well documented by demonstrating the Contractor’s actions through good faith efforts. The following is a list of types of actions which the Department will consider as part of the Contractor’s good faith efforts to obtain DBE participation. This is not intended to be a mandatory checklist nor intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. (1) Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The Contractor must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Contractor must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. (2) Selecting portions of the work to be performed by DBEs in order to increase the likelihood the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the Contractor might otherwise prefer to perform these work items with its own forces. (3) Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist DBEs participants in responding to a solicitation. (4) (a) Negotiating in good faith with interested DBEs. Contractor(s) are responsible to make a portion of the work Available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 28 of 44 (b) Contractor(s) using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as contract goals into consideration. However, the fact there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder’s failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a Contractor to perform the work of a contract with its own organization does not relieve the Contractor of the responsibility to make good faith efforts. Contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. (5) Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. nonunion employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Contractor’s efforts to meet the project goal. (6) Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the contractor. (7) Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. (8) Effectively using the services of available minority/women community organizations; minority/women Contractors’ groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBE’s. (B) The participation proposed by the low bidder is not substantially less than the participation proposed by the other bidders on the same contract. If no percentage goal is set forth in the proposal, the contractor may enter a proposed DBE participation. This voluntary DBE participation will count as race neutral DBE participation. Prime Contractor shall report race-neutral participation in accordance with the DBE Monthly Report requirements shown in this document. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 29 of 44 To be eligible for award of this contract, all bidders will be required to submit the following information to the Department by the close of business on the 3rd working day following opening of the bid as a matter of bidder responsibility. i. The names and addresses of DBE firms committed to participate in the Contract; ii. A description of the work each DBE will perform; The Contractor shall provide information with their bid showing that each DBE listed by the Contractor is certified in the NAICS code(s) for the kind of work the DBE will be performing. iii. The dollar amount of participation for each DBE firm participating; Written documentation of the bidder’s commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; iv. Written confirmation from the DBE committed to participating in the contract, as provided in the prime contractor’s commitment. v. If the contract goal is not met, evidence of good faith efforts must be provided. Failure by a bidder to furnish the above information may subject the bid to disqualification. Also failure by the bidder to submit satisfactory evidence of good faith efforts may subject the bid to disqualification. Award of a contract by the Department to a Prime Contractor who has listed DBE participants with the bid may not constitute final approval by the Department of the listed DBE. The Department reserves the right to approve or disapprove a Disadvantaged firm after a review of the Disadvantaged firm’s proposal participation. Payment to the Contractor under the contract may be withheld until final approval of the listed DBEs is granted by the Department. If the Contractor desires to substitute a DBE in lieu of those listed in the proposal, a letter of concurrence shall be required from the listed DBE prior to approval of the substitution, unless this requirement is waived by the Department. Agreements between bidder and a DBE in which promises not to provide Subcontracting quotations to other bidders are prohibited. DEFINITION: For the purposes of this provision, the following definitions will apply: Disadvantaged Business Enterprise or DBE means a for-profit small business concern – (1) Ensuring at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged or, in the case of a corporation, in which 51 percent of the stock is owned by one or more such individuals; and RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 30 of 44 (2) Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own the business. Good Faith Efforts means efforts to achieve a DBE goal or other requirement of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Joint Venture means an association of a DBE firm and one or more other firms to carry out a single, for-profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. Socially and Economically Disadvantaged Individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is – (1) Any individual who the Department finds to be a socially and economically disadvantaged individual on a case-by-case basis. (2) Any individual in the following groups, members of which are reputably presumed to be socially and economically disadvantaged. (i) “Black Americans,” which includes persons having origins, in any of the Black racial groups of Africa; (ii) “Hispanic Americans,” which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; (iii) “Native Americans,” which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; (iv) “Asian-Pacific Americans,” which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong; (v) “Subcontinent Asian Americans,” which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka; (vi) Women; (vii) Any additional groups whose members are designated as socially and economically disadvantaged by the SBA, at such time as the SBA designation becomes effective. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 31 of 44 (3) GDOT will presume that such persons are socially and economically disadvantaged only to the extent permitted by applicable federal law. Race-conscious measure is one focused specifically on assisting only DBEs, including women- owned DBEs. Race-neutral measure is one being, or can be, used to assist all small businesses. For the purposes of this part, race-neutral includes gender-neutrality. DISCRIMINATION PROHIBITED: No person shall be excluded from participation in, denied the benefits of, or otherwise discriminated against in connection with the award and performance of this contract on the grounds of race, color, sex or national origin. The following assurance becomes a part of this contract and must be included in and made a part of each subcontract the prime contractor enters into with their subcontractors (49 CFR 26.13): “The contractor, and/or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT – assisted contracts. Failure by the contractor to carry out these requirements is (breach) of this contract which may result in the termination of this contract or such other remedy as the Department deems appropriate”. Failure to Achieve Requirements: Periodic reviews shall be made by the Department to determine the extent of compliance with the requirements set forth in this provision. If the Contractor is found to be in noncompliance, further payments for any work performed may be withheld until corrective action is taken. If corrective action is not taken, it may result in termination of this contract. During the life of the contract, the contractor will be expected to demonstrate good faith efforts at goal attainment as provided by 49 CFR 26. The contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains the Department’s written consent to substitute and, unless the Department’s consent is provided the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. Participation will be counted toward fulfillment of the DBE goal as follows: (A) When a DBE participates in a contract, the Contractor counts only the value of the work actually performed by the DBE toward DBE goals. (1) Count the entire amount of the portion of a construction RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 32 of 44 contract (or other contract not covered by paragraph (A) (2) of this section) performed by the DBE’s own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate). (2) Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical consultant, or managerial services, or for providing bonds or insurance specifically required for the performance of a DOT-assisted contract, toward DBE goals, provided the Department determines the fee is reasonable and not excessive as compared with fees customarily allowed for similar services. (3) When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward DBE goals only if the DBE’s subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. (B) When a DBE performs as a participant in a joint venture, count a portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work of the contract the DBE performs with own forces toward DBE goals. (C) Count expenditures to a DBE contractor toward DBE goals only if the DBE is performing a commercially useful function on that contract. (1) A DBE performs a commercially useful function when responsible for execution of the work of the contract and carrying out responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. (2) A DBE does not perform a commercially useful function if their role is limited to being an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. (3) If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of their contract with their own work force, RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 33 of 44 or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the Department will presume the DBE is not performing a commercially useful function. (4) When a DBE is presumed not to be performing a commercially useful function as provided in paragraph (C) (3) of this section, the DBE may present evidence to rebut this presumption. (5) The Department’s decisions on commercially useful function matters are subject to review by the US DOT, but are not administratively appealable to the US DOT. (D) The following factors are to be used in determining whether a DBE trucking company is performing a commercially useful function: (1) The DBE must be responsible for the management and supervision of the entire trucking operation for which they are responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals. (2) The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. (3) The DBE receives credit for the total value of the transportation services it provides on the contract using trucks it owns, insures, and operates using drivers it employs. (4) The DBE may lease trucks from another DBE firm, including an owner / operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provided on the contract. (5) The DBE may also lease trucks from a non-DBE and is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. (6) For purposes of this paragraph (D), a lease must indicate the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 34 of 44 (E) Count expenditures with DBEs for materials or supplies toward DBE goals as provided in the following: (1) (i) If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. (ii) For purposes of this paragraph, a manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. (2) (i) If the materials or supplies are obtained from a DBE regular dealer, count 60 percent of the cost of the materials or supplies toward DBE goals. (ii) For purposes of this section, a regular dealer is a firm owning, operating, or maintaining a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. (A) To be a regular dealer, the firm must be an established, regular business engaging, as its principal business and under its own name, in the purchase and sale or lease of the products in question. (B) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business as provided in this paragraph (E)(2)(ii) if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. (C) Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph (E)(2). (3) With respect to materials or supplies purchased from a DBE which is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, toward DBE goals, provided you determine the fees to be reasonable and not excessive as compared with fees customarily allowed for similar services. Do RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 35 of 44 not count any portion of the cost of the materials and supplies themselves toward DBE goals, however. (4) You must determine the amount of credit awarded to a firm for the provision of materials and supplies (e.g., whether a firm is acting as a regular dealer or a transaction expediter) on a contract-by-contract basis. Do not count the participation of a DBE subcontractor toward the prime contractor’s DBE achievements until the amount being counted toward the goal has been paid to the DBE. (5) No participation will be counted not in compliance with Special Provision entitled “Criteria for Acceptability” which is a part of this contract or with any provisions included in 49 CFR Part 26. (6) If the contract amount overruns, the contractor will not be required to increase the dollar amount of DBE participation. If the contract amount under runs, the contractor will not be allowed to under run the dollar amount of DBE participation except when the DBE subcontracted items themselves under run. REPORTS A. The contractor shall submit a “DBE Participation Report” on this contract monthly which shall include the following: 1. The name of each DBE participating in the contract. 2. A description of the work to be performed, materials, supplies, and services provided by each DBE. 3. Whether each DBE is a supplier, subcontractor, owner/operator, or other. 4. The dollar value of each DBE subcontract or supply agreement. 5. The actual payment to date of each DBE participating in the contract. 6. The report shall be updated by the Prime Contractor whenever the approved DBE has performed a portion of the work that has been designated for the contract. Copies of this report should be transmitted promptly to the Engineer. Failure to submit the report within 30 calendar days following the end of the month may cause payment to the contractor to be withheld. 7. The Prime Contractor shall notify the Project Manager at least 24 hours prior to the time the DBE commences working on the project. The DBE must furnish supervision of the DBE portion of the work, and the person responsible for this supervision must report to the Project Manager when RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 36 of 44 they begin work on the project. They must also inform the Project Manager when their forces will be doing work on the project. B. In order to comply with 49 CFR 26.11, the Prime Contractor shall submit documentation regarding all payments made from the Prime to all DBE subcontractors on federal aid projects in the form of copies of cancelled checks or notarized electronic documentation which validates said payments made on the DBE Monthly Participation Reports. This information shall be required monthly and submitted with the DBE Monthly Participation Report. C. Failure to respond within the time allowed in the request will be grounds for withholding all payments on all Contracts. SUBSTITUTION OF DBEs: The Contractor shall make reasonable efforts to replace a DBE Subcontractor unable to perform work for any reason with another DBE. The Department shall approve all substitutions of Subcontractors in order to ensure the substitute firms are eligible DBEs. When a DBE subcontractor is terminated, or fails to complete its work on the contract for any reason, the prime contractor must make good faith efforts to find another DBE subcontractor to substitute for the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal. The good faith efforts shall be documented by the contractor. If the recipient requests documentation under this provision, the contractor shall submit the documentation within 7 days, which may be extended for an additional 7 days if necessary at the request of the contractor, and the recipient shall provide a written determination to the contractor stating whether or not good faith efforts have been demonstrated. CERTIFICATION OF DBEs: To ensure the DBE Program benefits only firms owned and controlled by Disadvantaged Individuals, the Department shall certify the eligibility of DBEs and joint ventures involving DBEs named by bidders. Questions concerning DBE Certification/Criteria should be directed to the GDOT EEO Office at (404) 631-1972. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 37 of 44 EVIDENCE OF GOOD FAITH EFFORTS This completed form should be furnished to AUGUSTA, GEORGIA CURRENT DATE: / / RFP/RFQ/P.O./Bid/Solicitation/Other: PROJECT DESCRIPTION: BIDDER/OFFERER(FIRM): CONTACT PERSON: TELEPHONE: ADDRESS: CITY: STATE: ZIP: EMAIL: YES NO EVIDENCE OF GOOD FAITH EFFORTS PRE‐BID MEETING(S): The bidder/offerer attended all pre‐bid meetings scheduled by AUGUSTA, GEORGIA to inform DBEs of contracting and subcontracting opportunities. COMMUNITY RESOURCES: The bidder/offerer used the services of available community organizations, small and/or disadvantaged business assistance offices and other organizations that provided assistance in the recruitment and placement of DBE firms. DBE LIST(S): The bidder/offerer utilized the GDOT list of certified DBE firms found on the GDOT website. ADVERTISEMENT: The bidder/offerer advertised in general circulation and/or trade association publications concerning subcontracting opportunities, and allowed DBEs reasonable time to respond. WRITTEN NOTICE(S): The bidder/offerer took the necessary steps to provide written notice in a manner reasonably calculated to inform DBEs of subcontracting opportunities and allowed sufficient time for them to participate effectively. SMALL CONTRACT(S):The bidder/offerer selected specific portions of the work to be performed by DBEs in order to increase the likelihood of meeting the DBE goals (including breaking down contracts into smaller units to facilitate DBE participation). INFORMATION: The bidder/offerer provided interested DBEs with adequate information about the plans, specifications and requirements of the subcontract. FOLLOW‐UP: The bidder/offerer followed‐up initial indications of interest by DBEs by contacting those DBEs to determine with certainty if they remained interested in bidding. GOOD FAITH NEGOTIATIONS: The bidder/offerer negotiated in good faith with interested DBEs and did not reject DBEs as unqualified without sound business reasons based on a thorough investigation of their capabilities. To determine whether a bidder/offerer has demonstrated good faith efforts to reach the DBE utilization goal(s) on the above‐referenced project, AUGUSTA, GEORGIA will consider, AT A MINIMUM, EVIDENCE OF GOOD FAITH EFFORTS as described in the table below. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 38 of 44 EVIDENCE OF GOOD FAITH EFFORTS a) A report of all proposals received from a joint venture of DBE firms. The report shall indicate the action taken by the bidder/offerer in response to the submitted proposals that have been rejected, and the reason for rejection shall be indicated. b) Documentation of efforts to enter into agreements with DBE firms for contracted work and efforts to arrange for a joint venture, partnership or other business relationship with DBEs. c) Documented contact with DBE firms, associations, or business development organizations which disseminate information to DBE firms. d) A copy of letters sent to groups in relevant market sectors notifying them of the bidder's/offerer's intent to submit a proposal to AUGUSTA, GEORGIA. e) Description of assistance provided by the bidder to DBE firms: 1. Review of Request for Proposal or other documents issued by AUGUSTA, GEORGIA. 2. Review of the Scope of Work to be performed. 3. Efforts to assist interested DBEs with bonding, insurance, lines of credit as required by the bidder/offerer. f) Documentation of any other effort(s) undertaken by the bidder to encourage the participation of DBE firms. g) Overall operation of the bidder/offerer may be considered in evaluating the Evidence of Good Faith Efforts of the bidder/offerer to comply with the goals and intent of the disadvantaged business enterprise goals for AUGUSTA, GEORGIA. h) Any other documentation to demonstrate Evidence of Good Faith Efforts to satisfy the objectives outlined above. ASSISTANCE You may contact the DBE Liaison Officer for assistance with completing any DBE form or document. You may also contact the DBE Liaison Officer for assistance in identifying available, capable, and willing DBE firms. CONTACT US Kellie S. Irving Compliance Department Director Augusta, Georgia 535 Telfair Street, Suite 710 706.826.1325 kirving@augustga.g ov www.augustaga.gov RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 39 of 44 DBE GOAL FORMS The following exhibits must be submitted to complete your proposal. Please complete the forms in their entirety as applicable to the bid proposal instructions. Exhibit 1 Letter of Intent Exhibit 2 Schedule of DBE Participation Exhibit 3 DBE Unavailability Report Exhibit 4 DBE Utilization Report Exhibit 5 Final DBE Utilization Report RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 40 of 44 EXHIBIT 1 LETTER OF INTENT To Utilize a Disadvantaged Business Enterprise (DBE) Subcontractor/Subconsultant From: (Name of Proposer/Bidder) To: Augusta, Georgia’s Selection Committee Project Description: In response to Augusta, Georgia’s Bid No. , the undersigned hereby agree to utilize as a subcontractor the firm listed below, if awarded the contract. The undersigned further certify that the firm has been contacted and properly apprised of the projected work assignment(s) upon execution of the contract with Augusta, Georgia. Name of Firm: (Proposed DBE Subcontractor/Subconsultant) Expiration of DBE Certification: (Attach copy of DBE certification) Projected Work Assignment: Enter description of work assignment Projected Percentage of Prime’s Contract Fees to be Awarded: (Dollar Amount or Percentage %) (Signature of Owner or Authorized Rep.) (Date) Subscribed and sworn to before me this day of 20 . (Notary’s Signature) (Notary Seal) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - (ACKNOWLEDGEMENT BY THE PROPOSED DBE FIRM) The undersigned intends to perform work in connection with the above Contract as (check one) an individual a partnership a corporation a joint venture. The undersigned agrees with the prime contractor’s/consultant’s proposal and further certifies that all information provided herein is true and correct. (Signature of Owner or Authorized Rep.) (Date) State of County of Sworn and subscribed before me this day of , Notary Print Name Notary Signature Commission Expires , Identification Produced: Notary Seal RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 41 of 44 EXHIBIT 2 SCHEDULE OF DBE PARTICIPATION (To be submitted with an executed Letter of Intent from each DBE firm listed in this form) BID/RFP #: DATE FORM SUBMITTED: PROJECT NAME: PROJECT START DATE: PRIME CONTRACTOR: ADDRESS: CONTACT PERSON: TELEPHONE #: DBE Subcontractor Expiration of Certification DBE Contact Phone Type of Work To Be Performed $ Estimated Sub-Contract Amount $ $ $ $ $ Total Estimated Dollar ($) DBE Participation $ DBE Subcontractor Participation Percentage (Total estimated amount allocated to DBEs divided by Total Contract Amount) % The listing of a DBE shall constitute a representation by the bidder/responder to Augusta, Georgia that such DBE has been contacted and properly apprised of the upcoming County project. Bidders/Responders are advised that the information contained herein is subject to verification by Augusta, Georgia’s contract representative, with the concurrence of Augusta, Georgia’s DBE Liaison, and that submission of said information is an assertion of its accuracy, per the requirements of the DBE Program. I certify that the above information is true to the best of my knowledge: Signature Title Date THIS DOCUMENT MUST BE PROVIDED WITH THE SUBMITTAL AND SIGNED BY THE PERSON SIGNING THE SUBMITTAL RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 42 of 44 EXHIBIT 3 SAMPLE - DBE Unavailability Report BID NO. (NAME OF PRIME CONTRACTOR) (ADDRESS) (TELEPHONE NO.) _ The undersigned representative of the prime contractor, personally appeared before the undersigned officer, authorized to administer oaths who, after being duly sworn, states that the undersigned has contacted the DBEs listed below and that said DBEs are unavailable to perform or to submit a bid which was not the low acceptable bid set forth, and that the following information regarding DBE subcontractors is true and correct to the best of his/her knowledge: 1. The following DBE contractors were invited to bid subcontract work, but were not available to work. (Provide copy of the invitation, dates, List of DBEs, address, and responses.) 2. The following DBE contractors were invited to bid subcontract work, but did not respond to the invitation. (Provide copy of the invitation, dates, List of DBEs, address) 3. The following DBE contractors submitted bids which were not the low acceptable bids. (Provide copy of the responses and your analysis as to why the bids were not acceptable). If you did not get any responses to your solicitation of DBE contractors, please detail your efforts to recruit eligible firms, i.e., advertising, personal calls, mailing lists, etc. Information provided will be verified. Attach all supporting documents such as newspaper ads, phone lists, mailing lists, etc. Your report should include information as detailed above. The report should be signed by the same person signing the Bid submittal. Signature: Title: Date: RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 43 of 44 DBE UTILIZATION REPORT EXHIBIT 4 Report No. CONTRACT #: CONTRACT AMOUNT: $ DATE FORM SUBMITTED: PROJECT DESCRIPTION: PROJECT COMPLETION DATE: PRIME CONTRACTOR: PERIOD ENDING: CONTACT PERSON: TELEPHONE #: FAX # SUBCONTRACTING INFORMATION TO BE SUBMITTED MONTHLY TO AUGUSTA, GEORGIA’S CONTRACT REPRESENTATIVE AND THE DBE LIAISON (kirving@augustaga.gov) DBE Subcontractor Original Agreed Price Revised Agreed Price % of Work Completed To Date Amount Paid This Period Amount Paid To Date Gender Ethnic Category M F B H A NA W I attest that the information submitted in this report is in fact true and correct to the best of my knowledge Signature Title Date Note: The information provided herein is subject to verification by Augusta, Georgia’s DBE Liaison. RFP 18-159 Congestion Management Update for the ARTS RFP Due Wednesday, February 28, 2018 @ 3:00 p.m. Page 44 of 44 FINAL DBE UTILIZATION REPORT EXHIBIT 5 (To be submitted with the final invoice) CONTRACT #: CONTRACT AMOUNT: DATE FORM SUBMITTED: PROJECT DESCRIPTION: PROJECT COMPLETION DATE: PRIME CONTRACTOR: PERIOD ENDING: CONTACT PERSON: TELEPHONE #: ( ) FAX # ( ) SUBCONTRACTING INFORMATION All payments made to DBE subcontractors must be reported on this form. DBE Subcontractor Description of Work Original Amount (Agreed to Price) Final Subcontract Amount Total Amt Paid Gender Ethnic Category M F B H A NA W TOTALS: I attest that the information submitted in this report is in fact true and correct to the best of my knowledge Signature Title Date Note: The information provided herein is subject to verification by Augusta, Georgia’s DBE Liaison 1 CONSULTANT SERVICES AGREEMENT Between AUGUSTA, GEORGIA And VANESSE, HANGEN BRUSTLIN INC. – VHB THIS AGREEMENT made and entered into this ______ day of __________ 2018 by and between AUGUSTA, GEORGIA, a political subdivision of the State of Georgia, hereinafter referred to as “AUGUSTA” or "CLIENT” and VANESSE, HANGEN BRUSTLIN INC. – VHB a Massachusetts corporation authorized to do business in Georgia, hereinafter referred to as the (CONSULTANT), for the following reasons: WHEREAS, the AUGUSTA desires to engage a qualified and experienced planning and engineering consulting firm to develop a Congestion Management Process Update for the Augusta Regional Transportation Study (ARTS)- Metropolitan Planning Organization (MPO) planning area pursuant to the Request For Proposal (RFP) #18-159, hereinafter referred to as the (PROJECT); and WHEREAS, the CONSULTANT responded to the aforementioned RFP and has represented to AUGUSTA that it is experienced and qualified to provide the services contained therein; and WHEREAS, AUGUSTA has relied on such representations and selected the CONSULTANT as the most qualified respondent based on its submittal. NOW, THEREFORE, in consideration of the foregoing, the provisions contained herein and the mutual benefits derived herefrom, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, it is agreed by and between AUGUSTA and the CONSULTANT as follows: ARTICLE I TERM AND PERIOD OF SERVICE The term of this Agreement shall commence on May ___, 2018 and extend through March 31, 2019. The term of this Agreement may be extended only by written renewal approved by the Augusta Georgia Board of Commissioners and the CONSULTANT in accordance with the AUGUSTA, GEORGIA Code. ARTICLE II SCOPE OF SERVICES AND PROCEDURE The required services for the PROJECT are as enumerated and described in Exhibit A – RFP submittal by the CONSULTANT, Exhibit B – Augusta’s RFP Solicitation No. #18-159 for Consulting Services to develop the Congestion Management Process Update for the Augusta Regional Transportation Study (ARTS)- Metropolitan Planning Organization and Exhibit C - Cost Proposal, which documents are attached hereto and incorporated in their entirety by reference and further specified herein. 2 ARTICLE III REVIEW OF WORK Authorized representatives of the CLIENT, ARTS MPO, Georgia Department of Transportation (GDOT), South Carolina Department of Transportation (SCDOT), Aiken County, SC and the Federal Highway Administration may at all reasonable times review and inspect the PROJECT activities, financial reports and data collected under the terms of this Agreement and any amendments thereto. The CONSULTANT shall maintain all required records pertinent to this Agreement for a period of three (3) years after final payment is made. All reports, drawings, studies, specifications, estimates, maps, and computations prepared by or for the CONSULTANT pursuant to this PROJECT, shall be available to authorized representatives of the CLIENT and representatives of the Federal Highway Administration for inspection and review at all reasonable times in the General Offices of the CLIENT. Acceptance shall not relieve the CONSULTANT of its professional obligation to correct, at its expense, any of its errors in the work. ARTICLE IV COMPENSATION AND PAYMENT SECTION A - TOTAL COST The CLIENT shall compensate the CONSULTANT for the proper performance of services under this Agreement a lump sum amount not to exceed two hundred thousand dollars and no/100 cents ($200,000.00) as presented in Exhibit C – Cost Proposal for the completion of the Scope of Work. SECTION B - PAYMENT The CONSULTANT shall submit monthly invoices to the CLIENT. The invoices shall include charges for all labor and costs in accordance with the Scope of Services listed in Attachment A. The monthly invoice shall be accompanied by monthly progress reports that indicate the status of the project. Unless there is a dispute regarding compensation owed to Consultant, Augusta agrees to pay all approved invoices within thirty (30) days of receipt. The CLIENT shall not be obligated to pay any invoices, which are not in accord with the terms of this Agreement. By acceptance of the CLIENT's payment of an invoice amount, CONSULTANT releases the CLIENT from any and all claims for service provided and/or work performed through the date of the invoice. SECTION C - FINAL PAYMENT It is further agreed that upon completion of the work by the CONSULTANT and its acceptance by the CLIENT including the receipt of any final written submission of the CONSULTANT and the 3 approval thereof by the CLIENT, the CONSULTANT shall submit to the CLIENT a final invoice. Upon approval of the final invoice by the CLIENT, the CLIENT will pay the CONSULTANT a sum equal to one hundred percent (100%) of the total compensation as set forth in Article V, Section A, less the total of all previous partial payments, paid or in the process of payment. In no event shall this amount exceed the total lump sum amount under this Agreement as set out in this Article. Should the CLIENT fail to pay CONSULTANT all amounts under an invoice when such amounts are due, CONSULTANT may, after providing ten (10) days written notice, suspend its performance of services until such time as all past due amounts have been paid and the time for performance has been extended to overcome the effects of the suspension. The CONSULTANT agrees that acceptance of this final payment shall be in full and final settlement of all claims arising against the CLIENT for work done, materials furnished, costs incurred, or otherwise arising out of this Agreement and shall release the CLIENT from any and all claims arising out of the CONSULTANT'S work for the CLIENT for and on account of said Agreement, and any and all work done, and labor and materials furnished, in connection with the same, including any work by any subcontractor, unless CONSULTANT has provided notice of a claim to the CLIENT prior to accepting final payment. ARTICLE V SUBSTANTIAL CHANGES If, prior to the satisfactory completion of the services under this Agreement, the CLIENT materially alters the scope, character, complexity or duration of the services from those required under the Agreement, a supplemental agreement may be executed between the parties. Minor changes in the work which do not involve increased compensation, extensions of time or changes in the goals and objectives of the work may be made by written notification of such change by either the CLIENT or the CONSULTANT with written approval by the other party. ARTICLE VI AUTHORIZATION AND APPROVAL The CONSULTANT must begin work under this Agreement no later than five (5) business days after the effective date of this Agreement. The CONSULTANT shall complete all work described in Article II by __March 31, 2019 ____________ _. ARTICLE VII INDEPENDENT PARTIES AUGUSTA, GEORGIA and the CONSULTANT shall at all times be considered independent parties and, in no event, shall either be liable for the actions, omissions, debts and obligations of the other. CONSULTANT shall not have any claim against AUGUSTA, GEORGIA for vacation pay, paid sick leave, retirement benefits, social security, workers compensation, health, disability, professional malpractice or unemployment insurance benefits or other benefits. 4 ARTICLE VIII RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT hereby indemnifies and holds harmless the CLIENT, its officers, agents and employees from and against any and all suits, claims, actions, losses, expenses, or damages of any nature whatsoever that arise out of the negligent acts, errors, or omissions of the CONSULTANT or the CONSULTANT'S subcontractors in the performance of work under this Agreement. These indemnities shall not be limited by reason of any insurance coverage or limits on insurance coverage held by the CONSULTANT or the CONSULTANT'S employers, agents and subcontractors or by other indemnities given herein. ARTICLE IX INSURANCE Prior to beginning work, the CONSULTANT shall obtain and furnish certificates to the CLIENT for the following minimum amounts of insurance: (1) Workman's Compensation Insurance in accordance with the laws of the State of Georgia. (2) Public Liability Insurance in an amount of not less than one hundred thousand dollars ($100,000.00) for injuries, including those resulting in death to any one person, and in an amount of not less than three hundred thousand dollars ($300,000.00) on account of any one occurrence. (3) Property Damage Insurance in an amount of not less than fifty thousand dollars ($50,000.00) from damages on account of any occurrence, with an aggregate limit of one hundred thousand dollars ($100,000.00). (4) Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, statistical data, surveys or other similar data relating to the work covered by the PROJECT. Insurance shall be maintained in full force and effect during the life of the Agreement and until final completion of the PROJECT. ARTICLE X OWNERSHIP OF DOCUMENTS Subject to the CONSULTANT being paid for services performed, the CONSULTANT agrees that all reports, drawings, computer disks, specifications, survey notes, estimates, maps, computations and other data prepared by or for it under the terms of this Agreement shall be delivered to, become and remain the property of the CLIENT upon termination or completion of the work. 5 ARTICLE XI SUBLETTING, ASSIGNMENT OR TRANSFER It is understood by the parties of this Agreement that the work of the CONSULTANT is considered personal by the CLIENT. The CONSULTANT agrees not to assign, sublet or transfer any or all of its interest in this Agreement without prior written approval by the CLIENT. The CLIENT reserves the right to review all subcontracts prepared in connection with the Agreement, and the CONSULTANT agrees that, if requested, it shall submit to the CLIENT any proposed subcontract documents together with subcontractor cost estimates for review and written concurrence of the CLIENT in advance of their execution. All subcontracts in the amount of $10,000.00 or more shall include the provisions set forth in all articles in this Agreement. ARTICLE XII MAINTENANCE OF CONTRACT COST RECORDS The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the PROJECT and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement and for three years from the date of final payment under this Agreement, for inspection by the CLIENT and any reviewing agencies, and copies thereof shall be furnished upon request. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee or transferee. ARTICLE XIII TERMINATION Either party may, for its own convenience and at its sole option, without cause and without prejudice to any other right or remedy of other party, elect to terminate this Agreement, in whole or in part, by delivering to the address listed in the Notices article of this Agreement, a written notice of termination specifying the effective date of termination. Such notice shall be delivered at least thirty days (30) days prior to the effective date of termination. The CLIENT reserves the right to terminate this Agreement at any time for just cause, or for any cause, upon thirty (30) days written notice to the CONSULTANT, notwithstanding any just claims by the CONSULTANT for payment of services rendered prior to the date of termination. Upon receipt of such notice of termination, the CONSULTANT shall discontinue and cause all work under this Agreement to terminate upon the date specified in the said notice. All obligations cease upon the CLIENT's notification to CONSULTANT. AUGUSTA, GEORGIA will however honor those obligations made in accordance with the Terms of Agreement, Scope of Work listed in Exhibit A, which were made in good faith prior to such written notification. 6 Upon termination, notwithstanding the herein above provisions, all finished or unfinished documents, data, studies, and reports prepared by the CONSULTANT in accordance with the Scope of Work listed in Exhibit A shall become the property of and be delivered to AUGUSTA, GEORGIA. The CLIENT shall promptly pay the CONSULTANT for all services performed to the effective date of termination provided that the CONSULTANT submits to Augusta properly computed invoices no later than thirty (30) days after the effective date of termination. CONSULTANT Default - If the CONSULANT defaults by failing to substantially perform in accordance with the terms of this Agreement, AUGUSTA, GEORGIA, in its sole discretion, may, in the case of a termination for breach or default, allow contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions. If CONSULTANT fails to remedy to the CLIENT 's satisfaction the breach or default of any of the terms, covenants, or conditions of this Agreement within ten (10) days after receipt by consultant or written notice from the CLIENT setting forth the nature of said breach or default, the CLIENT shall have the right to terminate the Contract without any further obligation to contractor. Any such termination for default shall not in any way operate to preclude Augusta from also pursuing all available remedies against contractor and its sureties for said breach or default. If CONSULTANT fails to perform the services within the time specified in this contract or any extension or if the Consultant fails to comply with any other provisions of this contract, Augusta may terminate this contract for default. Th e CLIENT shall terminate by delivering to CONSULTANT a notice of termination specifying the nature of default CONSULTANT shall only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. ARTICLE XIV SEVERABILITY If any provision of this Agreement is held to be invalid, illegal, or unenforceable for any reason, the validity, legality and enforceability of the remaining provisions of this Agreement will not be adversely affected. ARTICLE XV PUBLICATION AND PUBLICITY Articles, papers, bulletins, data, studies, statistics, interim or final reports, oral transmittals or any other materials reporting the plans, progress, analyses, results, or findings of work conducted under this Agreement shall not be presented publicly or published without prior written approval by the CLIENT. IT IS FURTHER AGREED that if any information concerning the PROJECT, its conduct, results or data gathered or processed should be released by the CONSULTANT without prior approval from the CLIENT, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULTANT. In addition, the CONSULTANT shall indemnify and hold harmless the CLIENT, its officers, employees, and agents from any liability arising from such unauthorized release of data. 7 Further, CONSULTANT acknowledges that under Georgia law its records, accounts, correspondence, and other documentation pertaining to this Agreement, may be public records subject to Georgia’s Open Records Act (O.C.G.A. § 50-18-70, et seq.). CONSULTANT agrees to deliver immediately to the CLIENT any request made to CONSULTANT under the Georgia Open Records Act and to cooperate fully in responding to any request made either to CLEINT or CONSULTANT and making all records, not exempt, available for inspection and copying as provided by Georgia law. ARTICLE XVI CONFIDENTIALITY The CONSULTANT shall comply with all applicable federal, state, and local laws and regulations relating to confidentiality and privacy. T h e CONSULTANT agrees to take reasonable steps to insure the physical security of any confidential data under its control. The CONSULTANT agrees that it will inform each of its employees or agents having any involvement with personal data other confidential information of the laws and regulations relating to confidentiality. ARTICLE XVII COPYRIGHTING The CONSULTANT and the CLIENT agree that any papers, interim reports, forms, and other material which are a part of work under this Agreement are to be deemed a "work made for hire", as such term is defined in the Copyright Laws of the United States. As a "work made for hire", all copyright interests in said works will vest in the CLIENT upon creation of the copyrightable work. If any papers, interim reports, forms, or other material which are a part of work under this Agreement are deemed by law not to be a "work made for hire", any copyright interests of the CONSULTANT are hereby assigned completely and solely to the CLIENT. The CLIENT reserves publication rights to any works produced under this Agreement. ARTICLE XVIII FEDERAL, STATE AND LOCAL CLAUSES This agreement incorporates by reference the following Federal Highway Administration and Augusta Georgia required clauses with the same force and effect as set forth in full in the main text of the agreement. It is understood and agreed that the CONSULTANT is obligated by and to AUGUSTA, GEORGIA (hereinafter referred to as Augusta, Georgia or the CLIENT) for any specifications or documentation required of Augusta, Georgia under these clauses. As set forth in the RFP 18-159 as follows: 1. Minority/Women Business reference page 9 2. Statement of Non-Discrimination reference page 6, 3. Non-Collusion reference page 6 4. Conflict of Interest reference page 7 5. Contractor Affidavit and Agreement reference page 7 6. Local Small Business Opportunity Program reference page 9 8 7. Title VI reference page 15, and 8. Disadvantage Business Enterprise reference page 25-44 ARTICLE XIX NOTICES Any notice or consent required to be given by or on behalf of any party hereto to any other party hereto shall be in writing and shall be sent by (a) registered or certified United States mail, return receipt requested, postage prepaid, (b) personal delivery to the Strategic Long Range Planning Manager or Deputy Director of Augusta Planning and Development Department, (c) overnight courier service, or (d) delivered in person to the Consultant, his or her authorized representative. All notices sent to the addresses listed below shall be binding unless said address is changed in writing no less than two weeks before such notice is sent. Future changes in address shall be effective upon written notice being given via certified first class U.S. mail, return receipt requested. Such notices will be addressed as follows: If to CLIENT: Carletta Singleton, Planning Manager, Strategic Long Range Planning Martin Laws, Deputy Director Augusta Planning and Development Department 535 Telfair Street, Suite 300 Augusta, Georgia 30901 With a copy to: General Counsel Augusta Law Department 535 Telfair Street, Building 3000 Augusta, Georgia 30901 If to CONSULTANT: Grady Smith, Program Manager VANESSE, HANGEN BRUSTLIN INC. – VHB 1355 Peachtree Street NE Suite 100 Atlanta, Georgia 30309 9 ARTICLE XX CONTRACT DISPUTES This Agreement shall be deemed to have been executed in Richmond County, Georgia, and all questions of interpretation and construction shall be governed by the laws of the State of Georgia. All claims, disputes and other matters in question between the CLIENT and CONSULTANT arising out of or relating to this Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. CONSULTANT, by executing this Agreement, specifically consents to jurisdiction of the State of Georgia and to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. ARTICLE XXI COMPLIANCE WITH APPLICABLE LAW A. The undersigned certify that the provisions of Sections 45-10-20 through 45-10-28 of the Official Code of Georgia Annotated relating to Conflict of Interest and State Employees and Officials Trading with the State have been complied with in full. B. IT IS FURTHER CERTIFIED that the provisions of Sections 50-24-1 through 50- 24-6 of the Official Code of Georgia Annotated, relating to the "Drug-Free Workplace Act" have been complied with in full, as stated in Exhibit D of this Agreement. C. IT IS FURTHER AGREED that the CONSULTANT shall comply and shall require its subcontractors to comply with the regulations for COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964, as amended, and 23 C.F.R. 710.405(b) as stated in Exhibit E of this Agreement. The covenants herein contained shall, except as otherwise provided, accrue to the benefit of and be binding upon the successors and assigns of the parties hereto. IN WITNESS WHEREOF, said parties have hereunto set their hand and affixed their seals the day and year above first written. By:_________________________________ ____________________________________________ Notary Public By:_______________________________ Grady Smith, Program Manager VANESSE, HANGEN BRUSTLIN INC. – VHB 10 ____________________________________________ Notary Public 11 EXHIBIT A SCOPE OF WORK The Augusta Regional Transportation Study (ARTS-MPO) is a bi-state Metropolitan Planning Organization (MPO) covering the Augusta-Richmond County, GA, and Aiken County, SC urbanized area. The ARTS planning area includes Richmond County, part of Columbia County, and the Cities of Hephzibah, and Blythe in Georgia; and part of Aiken and Edgefield Counties in South Carolina including Cities of Aiken, North Augusta, New Ellenton and Burnettown. The Augusta Planning and Development Department administers and provides technical planning staff for the federal transportation planning process in partnership with GDOT, SCDOT, FHWA, FTA, Aiken County Planning and Development Department, Augusta Public Transit Dept. and the Lower Savanah Council of Governments. A Congestion Management Process (CMP) is integral to transportation planning in the ARTS area. The Congestion Management Process (CMP) is intended to include procedures to alleviate or reduce anticipated increases in roadway congestion and ensure that “federal, state, and local agencies” join with regional transit providers, business, private and environmental interests to develop and implement comprehensive strategies needed to develop appropriate responses to transportation needs. The purpose of the ARTS CMP is to document congestion/travel reliability on major transportation corridors in the study area; issues related to special events, work zones and atmospheric conditions; identify and implement strategies for reducing or eliminating congestion to improve travel reliability, and track the effectiveness of congestion/travel reliability mitigation projects. The CMP will describe the framework for the ongoing process and include elements of the roadway system, traffic level of service standards, performance elements, trip reduction and travel demand. The Congestion Management Process update will address planning factors and performance measures mandated by the Fixing America Surface Transportation Act (FAST Act) that are appropriate for inter-county transportation planning. The roadway network within the ARTS MPA includes 52 corridors designated as federal-aid roadways, such as interstates, freeways, multi-lane highways, rural highways, and arterials. Since congestion/travel reliability results from various travel system deficiencies which are identified by different criteria, the existing processes for data collection and analysis, identification of innovative and applicable congestion mitigation strategies monitoring methodologies will be analyzed, redefined and updated. This work is based on federal guidelines, best practices, available data, engineering and planning techniques. The descriptions of the regional CMP system is included in Attachment X. The RFP shall include but not limited to engineering and planning approaches to the following tasks: Task 1: Review and Conduct Assessment of the Existing CMP Task 1 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 2: Research CMP Best Practices - research relevant CMP best practices for similar 12 Transportation Management Areas in Georgia and South Carolina. There are many examples of best practice assessments regarding Congestion Management Process. This task will identify relevant MPO experiences with CMP that offer innovative approaches appropriate for the ARTS area. Task 2 - Deliverables: Tasks 1 and 2 conducted concurrently and presented combined in the Draft and Final Reports. Task 3: Develop a Stakeholder and Public Outreach Approach Attendance and presentations on reports of up to any of three total combined meetings of the ARTS MPO committees, County Council, City Council, Town Council or Planning Commissions may be required. Task 3 - Deliverables: Draft and Final Reports. Task 4: Data Collection and Analysis of Existing and Future CMP Transportation System Network - collect data currently available for the roadway network and intersections from the Annual Traffic Crash and Intersection Report and traffic data reports from state and local agencies to help reduce the data collection effort. Task 4 - Deliverables: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation Database or Update; Presentations to MPO committees. Task 5: Analyze Traffic Congestion Problems and Needs – evaluate current traffic conditions and evaluate characteristics for the existing CMS c orridors in the study area. Review and analyze existing transportation improvement projects in the FY 2017-2022 Transportation Improvement Program, planned projects in the 2040 Long- Range Transportation Plan (LRTP/MTP) relevant traffic and transportation studies and other regionally significant transportation projects completed for the MPO and any jurisdictions within the study area. Conduct traffic analysis of current and future levels of congestion/travel reliability on existing major and minor thoroughfares, collectors, and intersections resulting in a corridor traffic data profile. Task 5 - Deliverable: Tasks 4 and 5 conducted concurrently and presented combined in Technical Report; GIS Transportation System Database; and GIS shape files. Task 6: Review and refine Goals and Objectives - review and refine existing regional goals and objectives addressing congestion management. Task 6 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 7: Develop Multimodal Performance Measures – using the traffic and travel analysis in Task 4 and 5, develop guidelines and performance measures to address traffic congestion/travel reliability, safety, regional transportation issues, as well as existing 13 and future transportation conditions. These performance measures should be developed in coordination and support the travel reliability, performance measures and targets set by the States of Georgia and South Carolina in consultation with FHWA and FTA. Task 7 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 8: Review and Update Existing CMP Strategies – develop a package of multimodal congestion/travel reliability management strategies for each corridor. Also, include an evaluation of previously implemented congestion/reliability focused projects and/or strategies to support a before & after evaluation of projects to guide in the selection of future projects. Task 8 - Deliverable: Tasks 6, 7 and 8 conducted concurrently and presented combined in the Draft and Final Reports. Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process – this task will include developing a step-by-step process for data collection, updating the GIS attribute database and spatial analysis, evaluations of previously implemented congestion/travel reliability projects or strategies in the area, and reporting annual traffic congestion/travel reliability conditions and travel data. This task will also include developing a project prioritization process. Task 9 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS based Performance Database. Task 10: Develop CMP System Performance Monitoring Evaluation - develop corridor profiles for each CMP corridor summarizing existing conditions, level of congestion/travel reliability, performance measures, strategies, recommendations, project prioritization and implementation process/schedule in the creation of an annual CMP report. Task 10 - Deliverable: Tasks 9 and 10 conducted concurrently and presented combined in the Draft and Final Reports; GIS analytical reporting tool – Annual Performance Monitoring Report based Database. 14 EXHIBIT B Augusta’s RFP #18-159 for Consulting Services to develop the Congestion Management Process Update for the Augusta Regional Transportation Study (ARTS)- Metropolitan Planning Organization 15 Exhibit C - Cost Proposal Cost Proposal Proposed CMP Update Project Budget - By Task Task Amount % By Task Task 0: Project Management 14,000.00 8% Task 1: Review and Conduct Assessment of the Existing CMP 8,750.00 5% Task 2: Research CMP Best Practices 8,750.00 5% Task 3: Develop a Stakeholder and Public Outreach Approach 7,000.00 4% Task 4: Data Collection and analysis of Existing and Future CMP Transportation System Network 26,250.00 15% Task 5: Analyze Traffic Congestion Problems and Needs 17,500.00 10% Task 6: Review and Refine Goals and Objectives 7,000.00 4% Task 7: Develop Multi-Modal Performance Measures 10,500.00 6% Task 8: Review and Update Existing CMP Strategies 15,750.00 9% Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process 19,250.00 11% Task 10: Develop CMP System Performance Monitoring Evaluation 38,500.00 22% Task 11: Draft and Final Reports 1,750.00 1% TOTAL $175,000 100% Optional Additional Elements Improved dashboard with enhanced search and query, drill down charting and graphics 25,000.00 Project Manager Sr. Planner/ Engineer Sr. GIS Programmer/A nalyst Planner/ Engineer Admin Total Hours Total Cost Task 0: Project Management 26 37 8 0 9 80 $ 13,043 Task 0.1: PM Team & Client Coordination Meetings 18 9 0 0 0 27 $ 5,400 Task 0.2: Project Management Plan/Invoicing/Progress Reports 0 4 0 0 9 13 $ 1,083 Task 0.3: QA/QC Activities 8 24 8 0 0 40 $ 6,560 Task 1: Review and Conduct Assessment of the Existing CMP 4 10 0 12 0 26 $ 3,840 Task 1.1: Assess Current Conditions 1 2 0 0 0 3 $ 525 Task 1.2: Identify Potential Process Improvements 2 6 0 0 0 8 $ 1,350 Task 1.3: Draft & Final "Report Card" of Current Conditions 1 2 0 12 0 15 $ 1,965 Task 2: Research CMP Best Practices 4 5 0 45 0 54 $ 7,050 Task 2.1: Identify Peer MPOs 1 1 0 8 0 10 $ 1,335 Task 2.2: Conduct Best Practices Research 0 0 0 13 0 13 $ 1,560 Task 2.3: Identify Best Practices Relevent to ARTS 1 2 0 8 0 11 $ 1,485 Task 2.4: Draft & Final Existing CMP and Best Practices Assesment Chapter 2 2 0 16 0 20 $ 2,670 Task 3: Develop a Stakeholder and Public Outreach Approach 14 22 0 8 0 44 $ 7,410 Task 3.1: Stakeholder and Public Outreach Plan 1 4 0 0 0 5 $ 825 Task 3.2: Develop up to Three (3) One-page Fact Sheets 1 3 0 4 0 8 $ 1,155 Task 3.3: Attend and Present at up to Four (4) Combined & Public Meetings 12 15 0 4 0 31 $ 5,430 Task 4: Data Collection and analysis of Existing and Future CMP Transportation System Network 2 10 0 51 0 63 $ 8,070 Task 4.1: Collect Existing Data (Coordinate with ARTS, DOTs, APT)0 4 0 16 0 20 $ 2,520 Task 4.2: Collect Additional Data Identified Through Stakeholder Coordination 0 4 0 16 0 20 $ 2,520 Task 4.3: Draft & Final Data Collection and Needs Assessment Chapter 2 2 0 19 0 23 $ 3,030 Task 5: Analyze Traffic Congestion Problems and Needs 2 28 0 60 0 90 $ 11,850 Task 5.1: Identify and Document System and Corridor Attributes 0 6 0 12 0 18 $ 2,340 Task 5.2: Develop GIS Shapefiles of Current and Future Congestion 0 1 0 12 0 13 $ 1,590 Task 5.3: Develop GIS Transportation System Database 0 1 0 12 0 13 $ 1,590 Task 5.4: Summarize Needs by Corridor 1 16 0 16 0 33 $ 4,545 Task 5.5: Draft & Final Traffic Congestion Problems and Needs Chapter 1 4 0 8 0 13 $ 1,785 Task 6: Review and Refine Goals and Objectives 4 12 0 16 0 32 $ 4,620 Task 6.1: Review Previous CMP Goals and Refine to Align With Current ARTS Goals 1 2 0 0 0 3 $ 525 Task 6.2: Coordinate With GDOT and SCDOT to Align With Statewide Goals 1 2 0 0 0 3 $ 525 Task 6.3: Develop SMART Objectives for Each Goal 1 4 0 8 0 13 $ 1,785 Task 6.4: Document CMP Goals and SMART Objectives 1 4 0 8 0 13 $ 1,785 Task 7: Develop Multi-Modal Performance Measures 3 12 0 0 0 15 $ 2,475 Task 7.1: Update & Expand Existing Performance Measures 1 4 0 0 0 5 $ 825 Task 7.2: Identify New Multi-Modal Performance Measures 1 4 0 0 0 5 $ 825 Task 7.3: Document Multi-Modal Performance Measures 1 4 0 0 0 5 $ 825 Task 8: Review and Update Existing CMP Strategies 3 2 0 0 0 5 $ 975 Task 8.1: Review Existing CMP Strategies 0 0 0 0 0 0 $ - Task 8.2: Identify Potential New CMP Strategies 0 0 0 0 0 0 $ - Task 8.3: Update Toolbox of CMP Strategies 1 0 0 0 0 1 $ 225 Task 8.4: Evaluate Strategy Effectiveness 1 0 0 0 0 1 $ 225 Task 8.5: Draft & Final Goals and Objectives, Multimodal Performance Measures, and CMP Strategies Chapter 1 2 0 0 0 3 $ 525 Task 9: Develop CMP Data Collection, Monitoring and Performance Reporting Process 2 2 90 0 0 94 $ 13,800 Task 9.1: Implement Data Environment/Big Data 0 0 34 0 0 34 $ 4,930 Task 9.2: Develop Project Prioritization Process 1 0 10 0 0 11 $ 1,675 Task 9.3: Document List of Prioritized Projects 0 0 12 0 0 12 $ 1,740 Task 9.4: Draft & Final CMP Data Collection, Monitoring, and Performance Reporting Process 1 2 34 0 0 37 $ 5,455 Task 10: Develop CMP System Performance Monitoring Evaluation 1 2 190 0 0 193 $ 28,075 Task 10.1: Implement Reporting Dashboard 0 0 156 0 0 156 $ 22,620 Task 10.2: Provide Documentation & Training on Reporting Dashboard 0 0 16 0 0 16 $ 2,320 Task 10.3: Draft & Final System Performance Monitoring Evaluation Chapter 1 2 18 0 0 21 $ 3,135 Task 11: Draft and Final Reports 2 2 0 8.68 0 12.68 $ 1,792 Task 11.1: Draft Report 1 1 0 6 0 8 $ 1,095 Task 11.2: Final Report 1 1 0 3 0 4.68 $ 697 Total 67 144 288 201 9 709 $ 103,000 VHB Labor Costs Loaded Hourly Rates Cost Project Manager (Grady Smith)$ 225.00 15,075$ Senior Planner/Engineer $ 150.00 21,600$ Senior GIS Programmer/Analyst $ 145.00 41,760$ Planner/Engineer $ 120.00 24,082$ Admin $ 53.70 483$ Total 103,000$ VHB Direct Expenses Travel (mileage, etc.)1,500$ Miscellaneous (graphics, printing, meals)2,500$ Total 4,000$ Subconsultants RS&H; Tasks 7, 8, 9, and 10 40,000$ Vision Engineering and Planning (DBE) 16.5%; Tasks 1, 4, and 5 28,000$ Total 68,000$ Sub-Total 175,000$ Additional Tasks Improved dashboard with critical intersections, enhanced search and query, drill down charting and graphics 20,000$ Flexible funds for additional tasks to be determined with ARTS during the course of the project 5,000$ TOTAL COST 200,000$ Augusta Congestion Management Process VHB Task Description Total Hours 9 201 DRAFT Project Budget 3/29/2018 144 VHB Staff Hours by Task & Staff Category Fee Estimate 67 288 Jacobs Engineering Group Inc. 4/30/2018 Finance Committee Meeting 5/8/2018 1:20 PM Award contract to Vanesse, Hangen Brustlin Inc. – VHB for RFP 18-159 ARTS MPO Congestion Management Process Update Department:Planning & Development Presenter:Rob Sherman Caption:Award contract for professional consulting planning and engineering services for RFP 18-159 Congestion Management Process Update for the Augusta Regional Transportation Study MPO. All procurement procedures were followed in accordance with city, state and federal requirements. This contract shall not to exceed $200,000. Background:The Augusta Planning and Development Department on behalf of the Augusta Regional Transportation Study – Metropolitan Planning Organization is required to develop and maintain a Congestion Management Process as a prerequisite of the federal transportation planning process in compliance with 23 U.S.C 134, 49 U.S.C 5305 CFR §450.334(a) of the Metropolitan Planning and Programming Regulations. Based on the Transportation Management Area Certification Review of the ARTS MPO conducted by the Federal Highway Administration and Federal Transit Administration on July 26-27, 2016, the Augusta Planning and Development Department is required to update the Congestion Management System (CMS) to comply with FHWA transportation planning guidelines for Congestion Management Process Framework to include performance measures and targets. The Policy Committee of the ARTS MPO approved a resolution on December 7, 2017 to include funding for this project $200,000 ($140,000 is 80% federal MPO PL funds and $35,000 is 20% local match) using federal aid highway transportation funds from GDOT, SCDOT and FHWA. The local match is provide in the 2018 general fund budget for the Planning and Development Department. Additionally, the Aiken County Planning and Development Department will provide $25,000 ($20,000 federal MPO PL funds and $5,000 local match). Analysis: The APDD must develop and maintain a Congestion Management Process for ARTS MPO as a condition of receiving federal metropolitan planning funds to carry out and meet all federal regulations, transportation planning requirements and guidelines subject to 23 U.S.C 134, 49 U.S.C 5305 CFR §450.334(a) of the Metropolitan Planning and Programming Regulations; and the Fixing America Surface Transportation (FAST) Act of 2015. Financial Impact:No additional financial impact. Funding for this project is provide in the 2018 general fund budget for the Planning and Development Department. Alternatives:Do not approve the contract award to the recommended firm for professional consulting planning and engineering services not to exceed $200,000.00. Recommendation:Approve the contract award to the recommended firm for professional consulting planning and engineering services not to exceed $200,000.00. Funds are Available in the Following Accounts: GDOT, SCDOT and FHWA will provide federal aid highway transportation funds. Aiken County, SC will also provide local funds for this project as member government of the ARTS MPO. These funds are included in the Planning and Development Department in account # 220016309 – Planning and Development Grant. REVIEWED AND APPROVED BY: Finance Committee Meeting Commission Chamber ATTENDANCE: Present: Hons. Frantom, Chairman; Sias, Vice Chairman; Hasan, member. Absent: Hons. Hardie Davis, Jr., Mayor; Guilfoyle, member. FINANCE 1. Presentation by Ms. Belinda Johnson regarding atax matter involving the Item Tax Commissioner's Office concerning property in her grandfather's estate Action: in the name of Johnny M. Taylor at2485 Dublin Drive. Rescheduled -fr A - 412412018 Motions f#:" Motion rext MotionSeconded BY Resutt Motion to approve asking Ms. Johnson to meet with the Tax Commissioner today ^ and if the matter is not CommissionerApprove resolved, to place the Sammie Sias item on the Commission agenda next week. Motion Passes 3-0. 2. Approve a request from the Daniel Field General Aviation Commission, DNL Item GAC, for an increase in the operating budget of the Daniel Field Airport in the Action: amount of $79,000. Please note that the Daniel Field Airport is an enterprise Approved fund. Motions Made By Commissioner B.; H;;,; Passes Motion Text Made By Seconded By Motion MotionType Result Motion to a -^-^-^^__^ approve. Commissioner CommissionerApprove Motion passes Ben Hasan Sammie Sias Passes 3-0. 3. Motion to approve the minutes of the Finance Committee held on April 10, Item2018. Action: Approved Motions Motion tf, .. m Motion- ----- Motion Text Made By Seconded By'f'ype - ----- -'1 ^----"--- -r Result Motion to Aoorove approve. Commissioner Commissioner- -rr- - - Motion Passes Ben Hasan Sammie Sias Passes 3-0. www.ausustasa.sov Finance Committee Meeting 5/8/2018 1:20 PM Minutes Department:Clerk of Commission Presenter: Caption:Motion to approve the minutes of the Finance Committee held on April 24, 2018. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Augusta Richmond County Operating/Encumbrance Carryover Requests 2018 Fund Org Key Object Description Department Carryover Amount Requested Encumbrance Carryover (3951110) Operating/Capital Carryover (3951120)Total Finance Recommended 101 101-01-1310 5234110 Printing and binding Clerk of Council/Commission 15,000 15,000 Y 101 101-01-5710 5234110 Printing and binding Tax Assessor 19,182 19,182 Y 101 101-04-1110 5316120 Telephones under $500 Engineering 8,205 - N 101 101-03-9110 5422210 Trucks, All Sizes Augusta Animal Services 37,800 37,800 Y 101 101-10-1110 6011140 Disparity Study Compliance 225,060 225,060 Y 101 101-10-1110 6011140 Events Planning Recreation 80,000 80,000 Y 101 101-01-5160 5319120 R&M - Building Planning and Development 32,720 32,720 Y 101 Total 417,967 34,182 375,580 409,762 217 217-07-2210 5319120 R&M - Building Planning and Development 69,860 65,020 4,840 Y 217 217-07-2210 5413120 Building Renovations Planning and Development 19,350 19,350 Y 217 Total 89,210 65,020 24,190 89,210 274 274-03-4110 5422110 Vehicles Fire 77,000 77,000 Y 274 274-03-4110 5426120 Safety Equipment Fire 79,000 79,000 Y 274 Total 156,000 - 156,000 156,000 276 276-04-1610 5311640 Replacement Lights Street Lights 24,885 - N 276 Total 24,885 - - - 506 506-04-3110 5223112 R&M-Contract-Equipment Utilities 5,320 - N 506 506-04-3110 5224214 Equipmental Rental Utilities 3,720 - N 506 506-04-3110 5423110 Office Fixtures & Furniture Utilities 11,070 11,070 Y 506 506-04-3110 5424510 Peripherals Equipment Utilities 41,750 41,750 Y 506 506-04-3210 5223110 Repairs and maintenance Utilities 41,360 41,360 Y 506 506-04-3410 5311914 Tool Supplies Utilities 1,260 - N 506 506-04-3430 5223110 Repairs and maintenance Utilities 1,190 - N 506 506-04-3540 5213119 Other Technical Services Utilities 8,370 8,370 Y 506 506-04-3540 5424510 Peripherals Equipment Utilities 9,370 9,370 Y 506 506-04-3580 5223110 Repairs and maintenance Utilities 5,280 5,280 Y 506 506-04-3580 5319130 R & M - Equipment Utilities 4,690 4,690 Y 506 506-04-3580 5421110 Machinery Utilities 59,530 59,530 Y 506 Total 192,910 181,420 - 181,420 581 581-04-4320 5211110 Management Consultants Stormwater 510,415 510,415 Y 581 581-04-4320 5211120 Contractual Services Stormwater 1,006,765 1,006,765 Y 581 581-04-4320 5414910 Other Infrastructure Stormwater 6,567 - N 581 581-04-4320 5423110 Office Fixtures & Furniture Stormwater 8,204 - N 581 581-04-4320 5424120 Software Stormwater 177,213 177,213 Y 581 Total 1,709,164 1,694,393 - 1,694,393 611 611-01-5214 5522101 Damages-General Fund Risk Management 4,442 4,442 Y 611 611-01-5214 5522551 Damages-Bush Field Risk Management 2,690 2,690 Y 611 Total 7,132 7,132 - 7,132 Grand Total 2,597,268 1,982,147 555,770 2,537,917 Recommended C:\Users\ts12712\Desktop\carryover agenda item\Copy of Carryover requests summary_TS Finance Committee Meeting 5/8/2018 1:20 PM Operating, Capital, Encumbrance Carryover Request Department:Finance Presenter:Donna Williams, Finance Director Caption:Approve funding of operating, capital, encumbrance carryover. Background:Operational appropriations are encumbered as a result of purchase orders, contracts or other forms of legal commitments. Encumbrances outstanding at year-end are reported as a reservation of fund balance. Operational appropriations lapse at year-end and Capital Projects typically extend over several years and may still require a budget amendment; however, reappropriations of amounts to cover significant encumbrances are made by the Augusta Georgia Commissioners during the subsequent fiscal year as an amendment to the budget Analysis:Several projects, programs and large contracts for services were approved and awarded in 2017. The funding for the contracts was collected in 2017. In accordance with budgetary policy commission, approval is required to carry over funding from prior years. Approval will allow the program to continue without any disruption of service. Financial Impact:Funding is available in related funds fund balance. Alternatives:Require use of current year funding Recommendation:approve us of fund balance for encumbrance carryover Funds are Available in the Following Accounts: 101-00-0000/3952110 $ 409,770 217-00-0000/3952110 $ 89,210 274-00-0000/3952110 $ 156,000 506-00-0000/3952110 $ 181,420 581-00-0000/3952110 $ 1,694,340 611-00- 0000/3952110 $ 7,140 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Nancy Morawski From: Commissioner Sammie SiasSent Thursday, May 03, 2018 9:40 AMTo: Lena BonnerCc: Janice Allen Jackson; Hawthorne Welcher; Chris J. Johnson; Commissioner Dennis Williams; Commissioner Sean Frantom Subiect: Re: Finance Agenda Item I inadvertently left offthese additional properties that is part of this same cleanup and redevelopment effort. 1312 Steiner Ave 1314 Steiner Ave 1408 Steiner Ave 1733 MillStr Sammie L. Sias Commissioner, Augusta Richmond County "Failure is not on Option" From: Commissioner Sammie Sias Sent: Thursday, May 3, 2018 8:52 AM To: Lena Bonner Cc: Janice Allen Jackson; Hawthorne Welcher; Chris J. Johnson; Commissioner Dennis Williams; Commissioner Sean Frantom Subject: Finance Agenda ltem Ms Bonner, Please place the following item on the Finance Committee Agenda for 8 May 2OL8: Reference property at: 1409 Steiner Ave, Augusta, GA 3OgO1 Consider the Refund of Delinquent Taxes once they are paid to support the cleanup and redevelopment of this long time contaminated eyesore in the community. I am requesting that we consider this over two committee cycles to allow all questions and concerns to be addressed. Request that Community Housing Director, the Laney Walker Development Corp, and other interested be prepared to address the commission on this issue. I also ask the Tax Commissioner's to provide a detailed report of all taxes due. Thanking everyone in advance. Sammie L. Sias Commissioner, Augusta Richmond County "Foilure is not an Option" Please consider the environment before printing this email. This e-mail contains confidential information and is intended only for the individual named. lf you are not the named addressee, you should not disseminale,distribute or copy this e-mail. Please notify the sender immediately by e-mail if you have received this e-mail by mistake and delete this e-mail from your system.The City of Augusta accepts no liability for the contenl of this e-mail or for the consequences of any actions ta[en on the basis of the information provided, unlessthat information is subsequently confirmed in writing. Any views or opinions presented in this e-mail are solely those of the author and do not necessarily representthose of the City of Augusta. E-mail transmissions cannot be guaranteed to be secure or error-free as information could be intercepted, corrupted, lost, desiroyed,arrive late or incomplete, or contain viruses. The sender therefore does not accept liability for any errors or omissions in the content of this message which ariie asa result of the e-mail transmission. lf verification is required, please request a hard copy version. AED:104.1 Space Above This Linc f<rr necorder iUi After recordirrg, plcase return to Huggirrs, Allen. Anderson & Jones. LLP 3525 Walton Way lirrcnsion Aug(sta, Georgia 30909 Attn: David C. JoncsSTATE OF GEORGIA COUNTY OF RICHMOND OUITCLAIM DEED THIS INDENTURE is made as ?f t!? k_day of Ebr^-a-c.\ , 201g, by and berweenWells Fargo Bank, N.A., Successor-By-Merger to W"cnwi, nffi].A. and SouthTrustBank, hereinafter called "Grantor". and Laney-Walker Development Corporation, hereinaftercalled "Grantee". The words "Grantor" and "Grantee" include the neuter, masculine and femininegenders, and the singular and the plural. wIINgS!ErH: FOR AND fN CONSIDERATION of the sum of Ten Dollars ($10.00) in hand paid toGrantor by Grantee at and before the execution, sealing and delivery hereof, and other good andvaluable consideration, the receipt and sufficiency of wliich are hereby acknowledged, Grantor hasremised, released, conveyed and forever quitclaimed, and by these presents does"r.emise, release.convey and forever quitclaim unto Grantee, and the successors, successors-in-titie, legairepresentatives and assigns of Grantee, all those -tracts or parcels of land lying and being-inRichmond County, Georgia, being more particularly described on Exhibit,,d,,, attached heretoand incorporated herein by reference. To HAyE AND TO HOLD said tracts or parcels of land in orderthat neither Grantor norany person clairning under Grantor shall at any time by any Jneans or ways have, claim or demandany title or intercst in or to said land or any oithe rights, rnembers and appurtenances thereof. THE PURPOSE oF THIS CONVEYANCE is for Grantor fully and comptetely toremise, release, convey and forever quitclaim to Grantee all those tr".h o. parcels of landdescribed herein in order to clear title to said tracts or parcels of tand (including, wiihout Iimitation, -t - the release of all those tracts or parcels of land from (i) thal certain Writ of Fieri Facias against C. P"tty Whitney, Jr. recorded with the Clerk of Superior Court of Richrnond County, ceorgia inBook 41, page 6361, and (ii) that ce(ain Deed to Sicure Debt from C. Barry Whitney. Jr. recordedwith.the Cle$ of Superior Court of Richmond County, Georgia in Realty i.eel 486, page 1 423, asrnodified in Book 692,Page2218 andin Bo_ok 872,Page 136-1, and (iii) ihat ceftain SeJurity Deedfrom C. Barry Whitney recorded with the Clerk of Suferior Court of Richmond County, Georgiain Book 723,Page35l. Grantor acknowledges that C. Bamy Whitney, Jr. {alVa C. Barry Whitney) deeded thetmcts or parcels of land described herein to Crantee pursuant to that certain Deed of Gift recordedwith the_Clerk of Superior Court of Richrnond Couniy, Georgia in Book I 599. page l g63 and thatcertain Deed of Gift recorded with the Clerk of Superior Court of Richmond Cofrrty, Georgia inBook 1606, Page 890. IN WITNESS WHEREOF, Grantor's duly auflrorized representative has executed arrdsealed this indenture, and delivered this indenture to Crantee, allihe day and year first writtenabove. presence GRANTOR: WELLS FARGO BANK, N.A.,SUCCESSOR-BY.MERGER TOWACHOVIA BANK, N.A. AND SOUTTITRUST BANK By: Name: Title: (sEAL) Signed, sealed and delivered in the My Commission Expires: I - 30 -poeo (NOTARTAL SEAL) ."-:,!li.i, ii !,i!,i,e. :s \#uorooitii?'= - -Z c.@ '': ==z$'rrfuuilo-"i'o-o-i 1,<e';?:.::;-i'oo\..'-'",,:,;?,y,1,r,\i""..." AUCt.tBot s!721 I EXHIBIT A All those parcels of land, together with improvements thereon, situate, lying and being in the Stateof Ceorgia, County of Richmond, more particularly being described as the following, to wit: TRACT h I4O9 & 1312 STEINER AVENUE Parcel No. Two (2), being all or the lancl within the red lines lettered IJ, JK, KL, LM, MN, NO,oP, PQ, QR' RS, sr, TU, uv, vw, wx, xy, and yr, on a',plat of property" of Atlantic StatesWarehouse Company, made by Elroy G. Smith, Engineer, dated June l0,lg26,a blue print of saidPlat being annexed to and recorded with a Security Deed from Atlantic States WarehouseCompany to Georgia Railroad Bank, dated June 24,lg26,and recorded in the Of'fice of the Clerkof Superior Court of Richmond County in Realty Book l0-T, pages 534-s3g, to which plat reference is made for a more complete description, and being bounded: North by Anderson Avenue; East now or formerly by an alley; Soutlrwest by what was formerly Augusta Avenue, and also by Milledgeville Road; and West by CIay Street, which separates a portion of this property from property owned by Medical College of Georgia Foundation. And being of portion or the property conveyed by Georgia Railroad Bank and Trust Company toCeorgia-Carolina Warehouse & Compress Company. by Wamanty Deed of January I l, 1933, andrecorded in said clerk's office in Realty Book l2-o, page 410 et seq. LESS AND EXCEPT all that property conveyed to The City Council of Augusta by that cerrain deed from Georgia-Carolina Warehouse & Cornpress Company dated November ZZ,l957 and recorded in said clerk's office in Realty Book 24-v, page 102 et seq. ALSO, LESS AND EXECPT all that property conveyed to RCB Capital, LLC by that certainSherifPsTaxDeeddatedOctoberT,20l4andrecordedinsaidClerk'sOfficeinBook 1459.page 498. TAX #s: 059-3-001-00-0 and 059-3-028-00-0 TRACT 2z 1733 MILL STREET All that lot or parcel of larrd with any improvements thereon lying within the City of Augusta, Richmond County, Georgia, fronting 102 feet, more or less. on the West side of Mills Street, alsoknown as Mill Street; and being known as Not No. I I, Block 20, ona plat recorded in the Officeof the Clerk of the Superior Court of Richmond County, Ceorgia in Realty Book 4-H, pages 572-573. Said lot is triangular in shape and is bounded: North by Lot No. l0 of said plat; East Ly MillsStreet; South and West by the Iong line of its triangle, which measures 134 %feet, more or less, inlength, that faces what was referred to as l6th Street. ancl has been used by Lansing B. Lee, Jr. andBertha L. Toole herein; the premises being known as No. 1733 and !735 Mills Str.eet. And being the same property conveyed by Mr. Louis T. Clark to ceorgia-Carolina Warehouse &compress company by warranty Deed dated February2l,l966, and recorded in said clerk.sOffice in Realty Book 32-M, page 881. TAX #: 059-3-026-00-0 AtjouB0l 5l72t.l TRACT 3: t3t4 STEINER AVENUE All that lot of land with improvement, thereon, lying in the city of Augusta, Richmond County.ceorgia, known as Lot No. 20, of the oflicial ptui in the office of the city Tax Assessor ofAugusta' Georgia, known then as ward 4, Block 97. said Lot is triangular in shape. said propertyfronts a distance or 84 feet. more or less, on the South aide of steiner Lane. and is further boundedon the East by caffett's Lane for a distance of ll7.2},more or less, and on the Southwest by aStreet designated on official Plats, now or formerly as Monroe or Sixteenth Street, on which it hasa frontage of I38'5 feet, more or less; the premisis being formerly known as t:i+ Steiner Lane,also referred to as 1316 Steiner Lane, now known u, l:l+ steiner Lane, and, on the currentAugusta-Richmond county Tax Map as Map 59, Brock 3,parcer27. TAX #: 059-3-027-00-0 TRACT 4: 1408 STEINER AYENUE tLL^1"9 only that parcel of land, with improvements thereon, designated as Tax parcel 059-3-029-00-0, lying and being in the city of Augusta, ni.r,rnona county, Georgia, containing 4.gacres, more or less, shown in Book l0-T, Page 534, the descriptiori contJined therein beingincorporated herein by this reference, described"in Deed Book 32), page loti, Lno*n as I40gSteiner Avenue. Map and ParcelNo. 059-3-029-OO-O 1408 Steiner Ave. AUGLIB0| 53?23 I THOMPSON BUILDING WREGKING GO, HttAtr E. THO6pSOI 63{ Eleventh StreetPrcridcnl P.O. Box 932 Augusta, Georgia 3O9O3 Phone: (T061722-143.2 Farc (7O6) 7224253 ING. Conmcrciol Demolition Equipmcnt lcntol Grcding / (lclring January 25,2018 ATTN: Dr. David Squires PH: 706-831-6696 Email: drsquires@gmail.com REF: QUOTE FOR SITE CLEANUP AND ROUGH-GRADE CONCRETE AND BUILDING MATERIALSLOCATED AT 1409 STEINER AVENUE, GA ON 16.29 ACRES Dear Dr. Squires: We at Thompson Building Wrecking Co. are pleased to submit our proposal to perform the demolition and removal for the project referenced above. o SITE CLEANUP AND ROUGH-GRADE OF 1G.29 ACRES: $650,000.00 BUDGETARY PURPOSES ONLY ln addition, this quote includes Thompson Building Wrecking Company providing the manpower, supervision, tools, equipment, disposalfees, permits and insuranoe necessary to start and complete this demolition and cleanup project in a timely and professional manner. Work may begin within 10 working days of notice to proceed, and atl work completed within 20 workingdays thereafter. Payment will be due at completion. We look forward to providing our services for this project. Should there be any questions or if I can be offurther help please don't hesitate to call. Respectfully, TYSON THOMPSON Project Estimator I srArE oF GEORGiA I couNTY oF RrcHri4OND I I NATIONAL BANK l& TRUST CO., hereinafter called "Grantor", and Laney-Walker Development Corporition, hereinafter called "Grantee". The words 'oGrantor" and "Grantee" include the neuter, rna{culine and feminine genders, and the singular and the ptural. wITNES$ErH: Space Above This Lrne for Recorder's Use After recording, please retum to Huggins, Allen, Anderson & Jones, LLP 3525 Walton Way Extension Augusta, Georgia 30909 Attn: David C. Jones QUITCLAIM DEED nl'n"'.' t'*;i ;;';#[';'il; described lrerein in ord[r to clear title to said tracts or parcels of land (including, wiihout limitation, I THIS INDEN{URE is made asof theJ?nday ot /t/0, f ,z}1g,by and between QUEENSBOROUGIi NATIONAL BANK E.- TRffi CON,TPANY, FTWA FIRST any person claiming ,tfA., C,"ni* tfruiiut ury tirne by any means or ways lrave, claim or demand any tirle or interest in {r to said land or any of the rights, members and appurtenances thereof. THE PURrOff OF THIS CONVEYANCE is for Crantor fully and completely to AUGLIB0| 51721 I -t- $ NATIONAL BANK & TRUST CO. By: Name: ,?r Tiile: e lP (sEAL) Notary My SEAL) AUCL|Bo: 5l?ll I Allthose parcels of lan EXHIBIT A , together with improvements thereon, situate, rying and being in the State ichmond, more particularly being described as the following, to wit:of Georgia, County of TRACT t:1409 & 13!2 STEINER AVENUE Parcel No. Two (2), bling all or the land within the red lines lertered IJ, JK, KL, LM, MN, NO,oP, PQ, QR, RS, sr, Iu, uv, vw, wx, xy, and yl, on a "plat of property" of Atlantic states Warehouse Company, inade by Elroy G. Smith, Engineer, dated June lO,lg}6,a blue print of saidPlat being annexed t{ and recorded with a Security Deed from Atlantic States Warehouse Company to Georgia t{ailroad Bank, dated June 24,1g26,and recorded in the Office of the Clerkof Superior Court of $ichmond County in Realty Book l0-T, pages 534-539, to which plat reference is made forja more complete description, and being bounded: North by Anderson Avenue; East now or f$rmerly by an alley; Southwest by what was formerly Augusta Avenue, and also by Milledgeville $oad; and West by Clay Street, which separates a portion of this propefty from property owned b[ Medical college of Georgia Foundation. And being the same Compress Company Office in Realty Book conveyed by Mr. Louis T. Clark to Georgia-Carolina Warehouse & warranty Deed dated February 21,1966, and recorded in said clerk's 2-M, page 881. And being of portion o[ the property conveyed by Georgia Railroad Bank and Trust Company to Georgia-Carolina Wardhouse & Compress Company, by Warranty Deed of January I l, 1933, and recorded in said clerk'c office in Realty Book l2-o, page 410 et seq. LESS AND EXCEPT hll that property conveyed to The City Council of Augusra by rhar certain deed from Georgia-Caholina Warehouse & Compress Company dated November 22,1957 and recorded in said clerk'p office in Realty Book 24-v, page 102 et seq. ALSO, LESS AND Elpcpr all that property conveyed to RCB Capital, LLC by that cerlain Sherifls Tax Deed datfd Octob er 7 ,2014 and recorded in said Clerk's Office in Book 1459, page4e8. i TAX #s: 0s9-3-00r-OolO and 059-3-028-00-0 TRACT 2: |733MILI, STREET IAll that lot or parcel lf land with any improvements thereon lying within the City of Augusta, Richmond County, Ce{rgia. fronting 102 feet, more or less, on the West side of Mills Street, also known as Mill Streel; qnd being known as Not No. I l, Block 20, on a plat recorded in the Office of the Clerk of the Supirior Courl of Richmond County, Georgia in Realty Book 4-H, pages 572- 573. Said lot is trianguljar in shape and is bounded: Norlh by Lot No. 10 of said Plar; East by Mills Street; South and Westlby the long line of its triangle, which measures 134 %feet, more or less, in length, that faces what i'vas referred to as l6Ih Street, and has been used by Lansing B. Lee, Jr. and Bertha L' Toole hereinJ the premises being known as No. 1733 and 1735 Mills Street. TAX #:059- N,r( I TRACT 3: I3I4 srB[Nen AVENUE I All that lot of land wit[ improvement, thereon, lying in the City of Augusta, Richmond County, Georgia, known as Lo[ No. 20, of the Official Plat in the Office of the City Tax Assessor ofAugusta, Georgia, kno'lvn then as Ward 4, Block 97. Said Lot is triangular in shape. Said property fronts a distance or 84 feet, more or less, on the South aide of Steiner Lane, and is further bounded on the East by Garrett''is Lane for a distance of 117.20, more or less, and on the Soulhwest by a Street designated on off cial Plats, now or fonnerly as Monroe or Sixteenth Street, on which it has a frontage of 138.5 feef, more or less; the premises being formerly known as l3l4 Steiner Lane, also refeffed to as l3i6 Steiner Lane, now known as l3l4 Steiner Lane, and, on the current Augusta-Richmond Colnty Tax Map as Map 59, Block 3,parcel 27. TAX #: 059-3-027-00-P TRACT 4: 1408 STBINER AVENUE IALL and only that parpel of Iand, with improvements thereon, designated as Tax Parcel 059-3- 029-00-0, lying and b$ing in the City of Augusta, Richmond County, Georgia, containing 4.8 acres, more or less, s{rown in Book l0-T, Page 534, the description contained therein being incorporated herein bylthis reference, described in Deed Book322. Paee 1681. known as l40g in Book l0-T, Page 534, the description contained therein being incorporated herein bylthis reference, described in Deed Book322, Page 1681, known as l40g Steiner Avenue. Map and ParcelNo. 05p-3-029-00-0 1408 Steiner Ave. ?( Finance Committee Meeting 5/8/2018 1:20 PM Refund of Delinquent Taxes for Properties Department:Clerk of Commission Presenter: Caption:Consider the refund of delinquent taxes once they are paid to support to cleanup and redevelopment of this long time contaminated eyesore in the community regarding properties located at 1409 Steiner Avenue, 1312 Steiner Avenue, 1314 Steiner Avenue, 1408 Steiner Avenue, and 1733 Mill Street, Augusta, GA 30901. (Requested by Commissioner Sammie Sias) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance Committee Meeting 5/8/2018 1:20 PM PI# 0015914 PL Augusta Congestion Management Process Update Department:Planning & Development Presenter:Martin Laws / Rob Sherman Caption:Request to approve a Resolution to support approval of the Fiscal Year 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds for Project # 0015914 for $175,000 ($140,000 federal and $35,000 local match). Background:The Augusta Planning and Development Department (APDD) is the metropolitan transportation planning staff of the Augusta Regional Transportation Study serving as Metropolitan Planning Organization (MPO) representing Richmond County, Georgia. The APDD received approval from the Augusta Richmond County Commission to execute the FY 2018 Metropolitan Transportation Planning Services Contract between Augusta Georgia and GDOT on October 17, 2017, refer to attached Office of Administrator’s Letter of Approval – October 17, 2018. These funds provide funding for administration, staff, and office equipment to support the Augusta Regional Transportation Study work tasks in the FY 2018 Unified Planning Work Program. The amount of the original contract was $365,796.00 80% federal with a 20% local match for $91,449.00. These funds were included in the FY 2018 General Fund Budget. Analysis:GDOT and FHWA GA Division agreed to carryover funds and extend the termination date to June 30, 2019 for the original agreement between GDOT and Augusta GA for FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds for aforementioned Project # 0015914 to secure professional consultant services for planning and engineering. Without approval of this item, the funds for this project would expire June 30, 2018. Thus, the Augusta Planning Development Department would not have federal funds available for the PI# 0015914 PL Augusta Congestion Management Process Update. Financial Impact:Local matching funds will be provided by the City of Augusta in an 80/20 split including $140,000.00 80% from the U.S. Department of Transportation – Federal Highway Administration and $35,000.00 20% local match from the city. Alternatives:Do not approve the Resolution in support to develop this project. Recommendation:Approve resolution supporting this PI# 0015914 PL Augusta Congestion Management Process Update project. Funds are Available in the Following Accounts: FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds REVIEWED AND APPROVED BY: Finance Committee Meeting 5/8/2018 1:20 PM Supplemental Agreement with GDOT for FY 2018 Federal Highway Administration Department:Planning & Development Presenter:Martin Laws / Rob Sherman Caption:Request to approve the FY 2018 PL Contract – PI # 0015459 Supplemental Agreement contract between Augusta, Georgia and the Georgia Department of Transportation for federal funds totaling $282,245.00 ($225,796.00 as 80% federal and $56,449.00 as 20% local). Background:The Augusta Planning and Development Department (APDD) is the metropolitan transportation planning staff of the Augusta Regional Transportation Study serving as Metropolitan Planning Organization (MPO) representing Richmond County, Georgia. The APDD received approval from the Augusta Richmond County Commission to execute the FY 2018 Metropolitan Transportation Planning Services Contract between Augusta Georgia and GDOT on October 17, 2017, refer to attached Office of Administrator’s Letter of Approval – October 17, 2018. These funds provide funding for administration, staff, and office equipment to support the Augusta Regional Transportation Study work tasks in the FY 2018 Unified Planning Work Program. The amount of the original contract was $365,796.00 80% federal with a 20% local match for $91,449.00. These funds were included in the FY 2018 General Fund Budget. GDOT and FHWA GA Division will carryover funds, $175,000 ($140,000 federal and $35,000 local match) and extend the termination date to June 30, 2019 for the original agreement between GDOT and Augusta GA for FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning Program (PL) Funds. These funds are for Project # 0015914 to secure professional consultant services for planning and engineering. Analysis:Approving this contract secures federal funds for both PI #0015459 to conduct MPO federal transportation planning services for federal aid projects and programs; and to fund PI# 0015914 for the ARTS Congestion Management Process Update, which is a federal required plan to be developed under a professional consulting service contract as outlined in the ARTS FY 2018 Unified Planning Work Program. Financial Impact:These funds were included in the FY 2018 general funds budget as part of the total FHWA MPO PL funds totaling $365,796.00 from GDOT for the Planning and Development Dept. The contract stipulates that the Georgia Department of Transportation will reimburse the city for eighty percent (80%) of the eligible costs incurred for providing regional transportation planning services. The funding amount is similar to the funding level last year, so that the twenty percent (20%) local match will be similar to the 2017 budget for the Planning and Development Department. The Augusta Richmond Co. Commission approved the original contract October 10, 2017. No additional local funds are needed. Alternatives:None recommended Recommendation:Approve the FY 2018 Metropolitan Transportation Planning PL Contract – PI # 0015459 Supplemental Agreement contract between Augusta, Georgia and the Georgia Department of Transportation. Funds are Available in the Following Accounts: GDOT for FY 2018 Federal Highway Administration (FHWA) Metropolitan Planning (PL) Funds Budgeted in fund: 220016309-3343117 REVIEWED AND APPROVED BY: