HomeMy WebLinkAbout2018-02-13 Meeting Minutes Public Service Committee Meeting Commission Chamber - 2/13/2018
ATTENDANCE:
Present: Hons. Guilfoyle, Chairman; Fennoy, Vice Chairman; Davis and
M. Williams, members.
Absent: Hon. Hardie Davis, Jr., Mayor.
PUBLIC SERVICES
1. New Location: A.N. 18-03: A request by James Edward Miller for a retail
package Beer & Wine License to be used in connection with Circle K Store
#203271 located at 3947 Harper Franklin Blvd. District 3. Super District 10.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Marion Williams
Commissioner
Mary Davis Passes
2. New Ownership Application: A.N. 18-04: A request by Sumit K. Patel for a
retail package Beer & Wine License to be used in connection with VK
Foodmart, LLC located at 2940 Inwood Drive. (District 5 - Super District 9)
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Marion Williams
Commissioner
Mary Davis Passes
3. New Ownership Application: A.N. 18-05: A request by Amelia D. Legutki for a
retail package Beer & Wine License to be used in connection with Walgreen
Item
Action:
d/b/a Riteaid #11831 located at 2501 Tobacco Rd. District 4. Super District 9. Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
William Fennoy
Commissioner
Mary Davis Passes
4. New Ownership Application: A.N. 18-06: A request by Amelia D. Legutki for a
retail package Beer & Wine License for Walgreen d/b/a Riteaid #11834 located
at 2803 Wrightsboro Rd. Suite 17. District 3. Super District 10.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
William Fennoy
Commissioner
Mary Davis Passes
5. New Ownership Application: A.N. 18-07: A request by Amelia D. Legutki for a
retail package Beer & Wine License to be used in connection with Walgreen
d/b/a Riteaid #11832 located at 1503 Walton Way. District 1. Super district 9.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
William Fennoy
Commissioner
Mary Davis Passes
6. New Ownership Application: A.N. 18-08: A request by Amelia D. Legutki for a
retail package Beer & Wine License to used in connection with Walgreen d/b/a
Riteaid #11836 located at 3650 Wheeler Rd. District 3. Super District 10.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
William Fennoy
Commissioner
Mary Davis Passes
7. Discuss Bernie Ward Community Center and Jones Pool. (Requested by
Commissioner Marion Williams)
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Defer
Motion to approve
referring this back to
the committee in two
weeks after the
Administrator has an
assessment done of the
facility.
Motion Passes 4-0.
Commissioner
William
Fennoy
Commissioner
Mary Davis Passes
8. Motion to approve award of RFP 17-278, Dyess Park Improvement Design
Services, to POND & Co. for engineering and design professional services for
$69,650.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Mary Davis
Commissioner
William Fennoy Passes
9. Motion to approve award of RFP 17-277, Fleming Park Improvement Design
Services, to Johnson, Laschober & Associates, P.C. for engineering and design
professional services for $98,040.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
Commissioner
Mary Davis
Commissioner
William Fennoy Passes
4-0.
10. Motion to approve award of RFP 17-276, Jamestown Park Improvement
Design Services, to W. K. Dickson & Co. for engineering and design
professional services for $42,000.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Mary Davis
Commissioner
William Fennoy Passes
11. Motion to approve award of RFP 17-279, Lake Olmstead Park Improvement
Design Services, to 2 KM Architects, Inc. for engineering and design
professional services for $145,000.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Mary Davis
Commissioner
William Fennoy Passes
12. Motion to approve award of RFP 17-298, Lombard Mill Pond Preserve Trail
Improvement Design Services to POND & Co. for engineering and design
professional services for $45,580.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Mary Davis
Commissioner
William Fennoy Passes
13. Consider request from Mr. Cantrell Brown regarding the use of the May Park
Gym for at-risk youth basketball league.
Item
Action:
Approved
www.augustaga.gov
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
Mary Davis
Commissioner
William Fennoy Passes
14. Motion to approve the minutes of the Public Services Committee held on
January 30, 2018.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Mary Davis
Commissioner
William Fennoy Passes
Public Service Committee Meeting
2/13/2018 1:00 PM
Attendance 2/13/18
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Public Service Committee Meeting
2/13/2018 1:00 PM
Alcohol Application
Department:Planning & Development
Presenter:Julietta H. Walton
Caption:New Location: A.N. 18-03: A request by James Edward Miller for a
retail package Beer & Wine License to be used in connection with
Circle K Store #203271 located at 3947 Harper Franklin Blvd.
District 3. Super District 10.
Background:This is a New Location.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $1,330.00.
Alternatives:
Recommendation:Staff reserves its recommendation pending further discussion and/or
dissemination of the information during the Public Services
Committee meeting. (The Sheriff's Office approved the application
subject to additional information not contradicting applicants
statements.)
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Public Service Committee Meeting
2/13/2018 1:00 PM
Alcohol Application
Department:Planning & Development
Presenter:Julietta H. Walton
Caption:New Ownership Application: A.N. 18-04: A request by Sumit K.
Patel for a retail package Beer & Wine License to be used in
connection with VK Foodmart, LLC located at 2940 Inwood Drive.
(District 5 - Super District 9)
Background:This is a New Ownership Application. Formerly in the name of
Aratiben Patel.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $1,330.00.
Alternatives:
Recommendation:Staff reserves its recommendation pending further discussion and/or
dissemination of additional information during the Public Services
Committee meeting. (The Sheriff’s Office approved the application
subject to additional information not contradicting applicant’s
statements.)
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Public Service Committee Meeting
2/13/2018 1:00 PM
Alcohol Application
Department:Planning & Development
Presenter:Julietta H. Walton
Caption:New Ownership Application: A.N. 18-05: A request by Amelia D.
Legutki for a retail package Beer & Wine License to be used in
connection with Walgreen d/b/a Riteaid #11831 located at 2501
Tobacco Rd. District 4. Super District 9.
Background:This is a New Ownership Application. Formerly in the name of
Christy Gray.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $1,330.00.
Alternatives:
Recommendation:Staff reserves its recommendation pending further discussion and/or
dissemination of additional information during the Public Services
Committee meeting. (The Sheriff’s Office approved the application
subject to additional information not contradicting applicant’s
statements.)
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Public Service Committee Meeting
2/13/2018 1:00 PM
Alcohol Application
Department:Planning & Development
Presenter:Julietta H. Walton
Caption:New Ownership Application: A.N. 18-06: A request by Amelia D.
Legutki for a retail package Beer & Wine License for Walgreen d/b/a
Riteaid #11834 located at 2803 Wrightsboro Rd. Suite 17. District 3.
Super District 10.
Background:This is a New Ownership Application. Formerly in the name of
Christy Gray.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $1,330.00
Alternatives:
Recommendation:Staff reserves its recommendation pending further discussion and/or
dissemination of additional information during the Public Services
Committee meeting. (The Sheriff’s Office approved the application
subject to additional information not contradicting applicant’s
statements.)
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Public Service Committee Meeting
2/13/2018 1:00 PM
Alcohol Application
Department:Planning & Development
Presenter:Julietta H. Walton
Caption:New Ownership Application: A.N. 18-07: A request by Amelia D.
Legutki for a retail package Beer & Wine License to be used in
connection with Walgreen d/b/a Riteaid #11832 located at 1503
Walton Way. District 1. Super district 9.
Background:This is a New Ownership Application. Formerly in the name of
Christy Gray.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $1,330.00.
Alternatives:
Recommendation:Staff reserves its recommendation pending further discussion and/or
dissemination of additional information during the Public Services
Committee meeting. (The Sheriff’s Office approved the application
subject to additional information not contradicting applicant’s
statements.)
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Public Service Committee Meeting
2/13/2018 1:00 PM
Alcohol Application
Department:Planning & Development
Presenter:Julietta H. Walton
Caption:New Ownership Application: A.N. 18-08: A request by Amelia D.
Legutki for a retail package Beer & Wine License to used in
connection with Walgreen d/b/a Riteaid #11836 located at 3650
Wheeler Rd. District 3. Super District 10.
Background:This is a New Ownership Application. Formerly in the name of
Christy Gray.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $1,330.00.
Alternatives:
Recommendation:Staff reserves its recommendation pending further discussion and/or
dissemination of additional information during the Public Services
Committee meeting. (The Sheriff’s Office approved the application
subject to additional information not contradicting applicant’s
statements.)
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Lena Bonner
From:
Sent:
To:
Subject:
Cantrell Brown <browncantrell2g@gmail.com>
Friday, January 26,20'J,8 5:23 PM
Lena Bonner
At risk youth
Yes, ms.bonner I'm writing this letter on the behalf myself and the young youth of Augusta GA, I want to start a
basketball league for the youth of Augusta called team706, for the parents and kids of Augusta so that the
young men's will have something to do for the summer beside walking the streets and going to jail there life is
so short, Most of these kids don't have a male role model in there home and they are raised by there mother who
had to work and provide for them and make sure they get a education, and graduate, What I want to do as a
citizen and a person who cares about them is give them hope for the future I would love to sit down with the
mayor are councilmen and decuse the project only thing I need from them is to give me a chance and show
them that someone cares about these kids I would love to use Maypark gy* for practice and home games if I
could ( free ) the ages arc 12-13 and 15-16 old I have talk to some people and they are willing to help me if this
is possible to get off the ground, I don't have much but my job, family and God Blessings if the mayor would
grant me this I would thank him so much yes I Know crime rate is high in our area but we must start by
cleaning up the neighborhood which I proposed is a Saturday clean up day by giving the kids a rack and picking
up paper to teach them that a clean neighborhood is a growing neighborhood Some of these kids don't have
much but what they are use to seeing everyday crime ant it time to help build our young men's and women's into
doctors, lawyers etc because they are the future of us so I'm asking for a chance to show that Augusta kids can
do it without the violence not just Augusta the whole CSRA I want to reach out to every kid out there and show
them that I care everyone says they care about the youth but I don't see anyone standing up on the front line and
fighting for them but Me and2 other people remember we have fist but if we ball it up we can not down
obstacle in our way so give me a chance to knock down these walls and save our youth with this basketball
team.
Sincerely,
Cantrell Brown
762-383-7286
browncantrel129@ gmail.com
E. Boundaries suite B
Augusta Ga 30901
Thanks again
Public Service Committee Meeting
2/13/2018 1:00 PM
Bernie Ward Community Center
Department:
Presenter:Commissioner Marion Williams
Caption:Discuss Bernie Ward Community Center and Jones Pool.
(Requested by Commissioner Marion Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Request for Proposal
Request for Proposals will be received at this office until Tuesday, November 14 2017 @ 3:00 p.m. for furnishing:
RFP Item # 17-278 Dyess Park Improvements for the Augusta, GA – Recreation and Parks Department
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFP documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. RFP
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, November 1,
2017 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract
with the successful bidder(s). A 100% performance bond and a 100% payment bond will be required for award.
Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include
specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions,
applicable to the procurement. All specific requirements contained in the request for proposal including, but not
limited to, the number of copies needed, the timing of the submission, the required financial data, and any other
requirements designated by the Procurement Department are considered material conditions of the bid which are
not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition
shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia
Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the
envelope.
Proponents are cautioned that acquisition of RFP documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the
proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
OFFICIAL
VENDORS Attachment
"B"E-Verify Addendum
1
SAVE
Form Original 7
Copies
Fee
Proposal
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Yes 312290 Yes Yes Yes Yes Yes
Pond & Company
621 NW Frontage Road, Suite 320
Augusta, GA 30907
Yes 175046 Yes Yes Yes Yes Yes
Zel Engineers
435 Telfair Street
Augusta, GA Yes 257101 Yes Yes Yes Yes Yes
Moreland Altobelli Associates
2450 Commerce Ave
Duluth, GA 30096
Yes 53328 Yes Yes Yes Yes Yes
RFP 17-278 Dyess Park Improvements
for the Augusta, GA – Recreation and Parks Department
RFP Date: Tuesday, November 21, 2017 @ 11:00 a.m.
Total Number Specifications Mailed Out: 11
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar):NA
Pre Proposal Telephone Conference Attendees: NA
Total packages submitted: 4
Total Non-Compliant: 0
Page 1 of 1
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Zel Engineers
435 Telfair Street
Augusta, GA
Moreland Altobelli
Associates
2450 Commerce Ave
Duluth, GA 30096
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Zel Engineers
435 Telfair Street
Augusta, GA
Moreland Altobelli
Associates
2450 Commerce Ave
Duluth, GA 30096
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 PASS PASS
2. Qualifications & Experience (0-5)20 4.3 4.8 3.5 4.9 85.0 95.0 70.0 98.0
3. Organization & Approach (0-5)15 3.8 4.4 4.3 3.9 56.3 65.3 63.8 57.8
4. Scope of Services
• Capability of developing cost effective and innovative design (5)
● Understanding of the project, approach to be taken
your vision for the project (4)
● Specialized experience related to project scope (2)
● Relevant projects/information that may be helpful in
the selection process (1)
● Include a Gantt chart with a proposed timeline for the
design process from public outreach through design
and finished construction documents (3)
(0-5)15 3.0 4.5 3.8 3.5 45.0 67.5 56.3 52.5
5. Schedule of Work (0-5)10 3.8 4.2 3.3 3.8 37.5 41.5 32.5 37.5
0.0 0.0 0.0 0.0
Within Richmond County 5 10 5 5 5 50.0 50.0 50.0 0.0
Within CSRA 5 6 0.0 0.0 0.0 0.0
Within Georgia 5 4 5 0.0 0.0 0.0 20.0
Within SE United States (includes AL, TN, NC, SC,
FL) 5 2 0.0 0.0 0.0 0.0
All Others 5 1 0.0 0.0 0.0 0.0
7. References (0-5)5 3.8 4.8 3.5 4.7 18.8 23.8 17.5 23.3
18.5 22.5 18.25 20.65 292.5 343.0 290.0 289.0
8. Presentation by Team (0-5)10 0 0 0 0
9. Q&A Response to Panel Questions (0-5)5 0 0 0 0
0 0 0 0
Lowest Fees 5 10 5 0 50 0 0
Second 5 6 5 0 0 30 0
Third 5 4 5 20 0 0 0
Forth 5 2 5 0 0 0 10
Fifth 5 1 0 0 0 0
Total Phase 2 5 5 5 5 20 50 30 10
312.5 393.0 320.0 299.0
Procurement Department Completion Date: 1/9/18
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluation Sheet for RFP 17-278 Dyess Park Improvements
for the Augusta, GA – Recreation and Parks Department
Evaluation Meeting: Thursday, December 14, 2017 @ 4:00 p.m.
10. Cost/Fee Proposal Consideration
(only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only)
Vendors
Phase 2 (Option - Numbers 8-9)
Procurement DepartmentRepresentative:_____________________________________________
Evaluator: Cumulative Date: 1/9/18
Total (Total Possible Score 750)
Ranking of 0-5 (Enter a number value between 0 and 5)
6. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Weighted Scores
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 375)
Phase 1
Scale 0 (Low) to 5 (High)
2KM Architects Inc.
529 Greene Street
Augusta, GA 30901
Cranston Engineering Group
452 Ellis Street
Augusta, GA 30901
Johnson, Laschober & Associates,
1296 Broad Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road, Suite 320
Augusta, GA 30907
WK Dickson
1450 Greene Street, Suite 225
Augusta, GA 30901
Zimmerman, Evans, and Leopold,
Inc.
435 Telfair Street
Augusta, GA 30901
Alta Planning and Design
111 E. Chapel Hill Street, Suite 100
Durham, NC 27701
EMC Engineering Services
4210 Columbia Road, Suite 16-A
Martinez, GA 30907
Moreland Altobelli Associates
2450 Commerce Ave, Suite 100
Duluth, GA 30096
Vaughn & Melton Consulting
Engineers
300 Chastain Center Blvd, Suite
325
Kennesaw, GA 30144
Wood + Partners Inc.
7 Lafayette Place
Hilton Head Island, SC 29926
RFP Item #17-276
Jamestown Park Improvements
For Recreation & Parks Department
Mailed Out 10/11/17
RFP Item #17-247
Jamestown Park Improvements
For Recreation & Parks Department
RFP Due: TUE. 11/7/17@ 11:00 A.M.
Glenn Parker
Recreation & Parks Department
Kellie Irving
Compliance Department Ron Houck
Recreation & Parks Department
Public Service Committee Meeting
2/13/2018 1:00 PM
Dyess Park Improvements
Department:Recreation and Parks
Presenter:Glenn Parker
Caption:Motion to approve award of RFP 17-278, Dyess Park
Improvement Design Services, to POND & Co. for engineering
and design professional services for $69,650.
Background:Funding has been identified through SPLOST VII to conduct
improvements at Dyess Community Park at the budgeted amount
of $930,000. In working with staff, priorities have been developed
as follows: Community center renovationsSwimming pool
enhancements/spray ground/splash padSite enhancements along
James Brown Blvd.Repurpose of existing tennis courts
Analysis:The Augusta Commission approved a pre-qualified list of eleven
(11) architectural and engineering firms to assist the Recreation
and Parks Department with implementation of their capital
improvement projects in August 2017. A Request for Proposal
was solicited from the eleven firms with four (4) firms submitting
proposals. Of the five firms submitting, POND & Co scored the
highest in the evaluation process. Fee negotiations were conducted
and both parties accepted an agreed upon price.
Financial Impact:$69,650
Alternatives:1. To Approve the award of RFP 17-278 to POND & Co. for
$69,650. 2. Move No Action thus delaying the improvements
scheduled for Dyess Community Park.
Recommendation:1. Move to Approve.
Funds are Available
in the Following
Accounts:
329061110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Request for Proposal
Request for Proposals will be received at this office until Tuesday, November 21, 2017 @ 11:00 a.m. for furnishing:
RFP Item # 17-277 Fleming Park Improvements for the Augusta, GA – Recreation and Parks Department
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFP documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. RFP
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, November 8,
2017 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract
with the successful bidder(s).
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:
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form Original 7
Copies
Fee
Proposal
Johnson, Laschober & Associates, P.C.
1296 Broad Street
Augusta, GA 30901 Yes 226309 Yes Yes Yes Yes
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Yes 312290 Yes Yes Yes Yes
Pond & Company
621 NW Frontage Road, Suite 320
Augusta, GA 30907
Yes 175046 Yes Yes Yes Yes
Moreland Altobelli Associates, Inc.
2450 Commerce Ave, Suite 100
Duluth, GA 30096
Yes 53328 Yes Yes Yes Yes
RFP 17-277 Flemming Park Improvements
for the Augusta, GA – Recreation and Parks Department
RFP Date: Tuesday, November 21, 2017 @ 11:00 a.m.
Total Number Specifications Mailed Out: 11
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar):NA
Pre Proposal Telephone Conference Attendees: NA
Total packages submitted:4
Total Noncompliant: 0
Page 1 of 1
Johnson, Laschober &
Associates,
1296 Broad Street
Augusta, GA 30901
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Moreland Altobelli
Associates, Inc.
2450 Commerce Ave, Suite
100
Duluth, GA 30096
Johnson, Laschober &
Associates,
1296 Broad Street
Augusta, GA 30901
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Moreland Altobelli
Associates, Inc.
2450 Commerce Ave, Suite
100
Duluth, GA 30096
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 PASS PASS
2. Qualifications & Experience (0-5)20 4.9 3.7 4.5 4.9 97.0 73.0 90.0 97.0
3. Organization & Approach (0-5)15 4.7 3.2 4.3 4.4 69.8 48.0 63.8 65.3
4. Scope of Services
• Capability of developing cost effective and innovative design (5)
● Understanding of the project, approach to be taken
your vision for the project (4)
● Specialized experience related to project scope (2)
● Relevant projects/information that may be helpful in
the selection process (1)
● Include a Gantt chart with a proposed timeline for the
design process from public outreach through design
and finished construction documents (3)
(0-5)15.0 4.9 3.0 3.5 3.0 72.8 45.0 52.5 45.0
5. Schedule of Work (0-5)10.0 4.0 3.3 4.2 3.3 40.0 32.5 41.5 32.5
0.0 0.0 0.0 0.0
Within Richmond County 5 10.0 5.0 5.0 5.0 0.0 50.0 50.0 50.0 0.0
Within CSRA 5 6.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
Within Georgia 5 4.0 0.0 0.0 0.0 5.0 0.0 0.0 0.0 20.0
Within SE United States (includes AL, TN, NC, SC,
FL) 5 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
All Others 5 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
7. References (0-5)5.0 4.5 3.3 4.3 4.7 22.5 16.3 21.3 23.3
22.9 16.4 20.7 20.1 352.0 264.8 269.0 263.0
8. Presentation by Team (0-5)10 0 0 0 0
9. Q&A Response to Panel Questions (0-5)5 0 0 0 0
0 0 0 0
Lowest Fees 5 10 5 0 0 50 0
Second 5 6 5 30 0 0 0
Third 5 4 5 0 20 0 0
Forth 5 2 5 0 0 0 10
Fifth 5 1 0 0 0 0
Total Phase 2 5 5 5 5 30 20 50 10
382.0 284.8 319.0 273.0
Evaluation Sheet for RFP 17-277 Flemming Park Improvements
for the Augusta, GA – Recreation and Parks Department
Evaluation Meeting: Thursday, December 14, 2017 @ 3:00 p.m.
10. Cost/Fee Proposal Consideration
(only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only)
Vendors
Phase 2 (Option - Numbers 8-9)
Procurement DepartmentRepresentative:___________Nancy Williams__________________________________
Evaluator: Cumulative Date: 1/9/18
Total (Total Possible Score 750)
Ranking of 0-5 (Enter a number value between 0 and 5)
6. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Weighted Scores
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 375)
Phase 1
Scale 0 (Low) to 5 (High)
Procurement Department Completion Date: 1/9/18
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
2KM Architects Inc.
529 Greene Street
Augusta, GA 30901
Cranston Engineering Group
452 Ellis Street
Augusta, GA 30901
Johnson, Laschober & Associates,
1296 Broad Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road, Suite 320
Augusta, GA 30907
WK Dickson
1450 Greene Street, Suite 225
Augusta, GA 30901
Zimmerman, Evans, and Leopold,
Inc.
435 Telfair Street
Augusta, GA 30901
Alta Planning and Design
111 E. Chapel Hill Street, Suite 100
Durham, NC 27701
EMC Engineering Services
4210 Columbia Road, Suite 16-A
Martinez, GA 30907
Moreland Altobelli Associates
2450 Commerce Ave, Suite 100
Duluth, GA 30096
Vaughn & Melton Consulting
Engineers
300 Chastain Center Blvd,
Suite 325
Kennesaw, GA 30144
Wood + Partners Inc.
7 Lafayette Place
Hilton Head Island, SC 29926
RFP Item #17-277
Fleming Park Improvement Project
For Recreation & Parks Department
Mailed Out 10/25/17
RFP Item #17-277
Fleming Park Improvement Project
For Recreation & Parks Department
RFP Due: TUE. 11/21/17@ 11:00 A.M.
Glenn Parker
Recreation & Parks Department
Kellie Irving
Compliance Department Ron Houck
Recreation & Parks Department
Public Service Committee Meeting
2/13/2018 1:00 PM
Fleming Park Improvements
Department:Recreation and Parks
Presenter:Glenn Parker
Caption:Motion to approve award of RFP 17-277, Fleming Park
Improvement Design Services, to Johnson, Laschober &
Associates, P.C. for engineering and design professional services
for $98,040.
Background:Funding has been identified through SPLOST VII to conduct
improvements at Fleming Community Park at the budgeted
amount of $980,000. In working with staff, priorities have been
developed as follows: Community center improvementsSite
improvementsSwimming pool enhancements to include a new
spray ground/splash padRenovations of the sports complex
scoring tower
Analysis:engineering firms to assist the Recreation and Parks Department
with implementation of their capital improvement projects in
August 2017. A Request for Proposal was solicited from the
eleven firms with four (4) firms submitting proposals. Of the five
firms submitting, Johnson, Laschober & Associates, P.C. scored
the highest in the evaluation process. Fee negotiations were
conducted and both parties accepted an agreed upon price.
Financial Impact:$98,040
Alternatives:1. To Approve the award of RFP 17-277 to Johnson, Laschober &
Associates, P.C. for $98,040. 2. Move No Action thus delaying
the improvements scheduled for Fleming Community Park.
Recommendation:1. Move to Approve.
Funds are Available
in the Following
Accounts:
329061110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Public Service Committee Meeting
2/13/2018 1:00 PM
Jamestown Park Improvements
Department:Recreation aand Parks
Presenter:Glenn Parker
Caption:Motion to approve award of RFP 17-276, Jamestown Park
Improvement Design Services, to W. K. Dickson & Co. for
engineering and design professional services for $42,000.
Background:Funding has been identified through SPLOST VII to conduct
improvements at Jamestown Community Park at the budgeted
amount of $400,000. In working with staff and the Sandridge
Community Association, priorities have been developed as
follows: Relocation of the basketball court into the park and
construct two (2) courts. Installation of lighted, paved walking
trail in the park. The trail would be on the perimeter of the
proposed basketball courts and football field.The
renovation/repurposing of the existing softball field into a
regulation size football field with irrigation and lighting.
Analysis:The Augusta Commission approved a pre-qualified list of eleven
(11) architectural and engineering firms to assist the Recreation
and Parks Department with implementation of their capital
improvement projects in August 2017. A Request for Proposal
was solicited from the eleven firms with five (5) firms submitting
proposals. Of the five firms submitting, W. K. Dickson & Co
scored the highest in the evaluation process. Fee negotiations were
conducted and both parties accepted an agreed upon price.
Financial Impact:$42,000
Alternatives:1. To Approve the award of RFP 17-276 to W. K. Dickson Co. for
$42,000. 2. Move No Action thus delaying the improvements
scheduled for Jamestown Community Park.
Recommendation:1. Move to Approve.
Funds are Available
in the Following
Accounts:
329061110
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
1 OF 30 Revision Date: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
2 KM Architects Inc.
(CONSULTANT)
CONSULTANT: 2 KM Architects, Inc.
PROJECT: Lake Olmstead Park Renovations
DATE EXECUTED:
DATE COMPLETED:
2 OF 30 Revision Date: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
2KM Architects Inc.
(CONSULTANT)
This Agreement is made and entered into this 2nd day of February, 2018 by and between
AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the “CITY”
and 2KM Architects Inc., a Corporation authorized to do business in Georgia, hereinafter called the
"CONSULTANT."
WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish
professional services for the Lake Olmstead Park Improvement Project – Community Engagement,
Cost Analysis, Design/Engineering, Preparation of Plans and Specifications and, Project
Management.
And,
WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to
provide the services contained herein and the CITY has relied upon such representation.
NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is
agreed by and between the CITY and the CONSULTANT that:
3 OF 30 REVISION DATE: June 2011
GENERAL PROVISIONS
CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design
professionals, to provide the engineering services required to provide professional engineering and
design services for the Project in accordance with the requirements as outlined in and attached as
Attachment A – Scope of Services and other relevant data defining the Project.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility
companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties
agree to work together on the basis of trust, good faith and fair dealing, and shall take actions
reasonably necessary to enable each other to perform this Agreement in a timely, efficient and
economical manner. All parties agree to cooperate in a manner consistent with good design
practice and will exercise the degree of skill and diligence normally employed by professional
engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any
services not meeting this standard without additional compensation.
AMENDMENTS TO AGREEMENT
Every amendment to the Scope of Services shall become and is hereby made a part of this
Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be
valid.
REDUCTION IN REQUIRED SERVICES
If reductions in the required services are ordered by CITY, the credits shall be the amounts for such
services as described in subsequently executed Amendments to this Agreement, and no claim for
damages for anticipated profits shall accrue to the CONSULTANT.
DATE CHANGES
If in this Agreement specific period for rendering services are set forth or specific dates by which
services are to be completed are provided and if such periods of time or dates are changed through
no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be
subject to equitable adjustment.
AGREEMENT MODIFICATIONS
This Agreement shall not be modified except by a duly executed Amendment hereto in writing
under the hands and seals of both parties hereto.
TIME OF COMPLETION
The time of completion shall be as described in the schedule attached hereto as Attachment D -
Schedule.
4 OF 30 REVISION DATE: June 2011
This Agreement shall terminate immediately and absolutely at such time as appropriated and
otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT
on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all
work prior to termination of contract even if the CITY has obligated the funds to other projects.
PROJECT PROGRESS
CONSULTANT'S services and compensation under this Agreement have been agreed to in
anticipation of the orderly and continuous progress of the Project through completion.
LITIGATION
Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support,
prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of
the CITY except in consideration of compensation. All such services required or requested of
CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be
reimbursed as additional services.
BINDINGS
It is further agreed that the CITY and CONSULTANT each binds itself and themselves, it’s or their
successors, executors, administrators and assigns to the other party to this Agreement and to its or
their successors, executors and assigns in respect to all covenants of this Agreement. Except as
above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in
this Agreement without prior written consent of the other party hereto.
EXTENT OF THE AGREEMENT
This Agreement represents the entire agreement between CITY and CONSULTANT and
supersedes all prior negotiations, representations and agreements, either written or oral.
5 OF 30 REVISION DATE: June 2011
DEFINITIONS
Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall
have the following meanings:
Agreement Execution - means the date on which CONSULTANT executes and enters into an
Agreement with CITY to perform the Work.
Agreement Price - means the total monies, adjusted in accordance with any provision herein,
payable to the CONSULTANT under this Agreement.
CITY –means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia.
CONSULTANT - means the party or parties contracting directly with the CITY to perform Work
pursuant to this Agreement.
Contract - means the Agreement Documents specifically identified and incorporated herein by
reference.
Contract Time - means the period stated in this Agreement for the completion of the Work.
Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity
having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to
provide a part of the Work called for by this Agreement.
Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted
by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the
Agreement Price or the Contract Time, issued after execution of this Agreement.
Task Order – means a written order specifying a Scope of Services, time of completion and
compensation limit for services being provided by CONSULTANT. Task Orders shall be
incorporated by reference as part of the Supplemental Conditions of this Agreement.
Work - means any and all obligations, duties and responsibilities, including furnishing equipment,
engineering, design, workmanship, labor and any other services or things necessary to the
successful completion of the Project, assigned to or undertaken by CONSULTANT under this
Agreement.
6 OF 30 REVISION DATE: June 2011
CONTRACT DOCUMENTS
List of Documents
The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements,
including Task Orders shall constitute the Agreement Documents (the “Agreement”).
Conflict and Precedence
The Agreement Documents are complementary, and what is called for by one is as binding as if
called for by all. In the event there are any conflicting provisions or requirements in the component
parts of this Agreement, the several Agreement Documents shall take precedence in the following
order:
1. Agreement – Including Attachments
2. General Conditions
3. Supplemental Conditions – Including Task Orders
7 OF 30 REVISION DATE: June 2011
GENERAL CONDITIONS
1. COMMENCEMENT OF WORK
The performance of services as defined in the Prime Agreement between CONSULTANT and the
CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt
by the CONSULTANT of a written Notice to Proceed. The effective date of services shall be defined
in the Notice to Proceed.
2. PROFESSIONAL STANDARDS
The standard of care for all services performed or furnished by CONSULTANT under this
Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S
profession practicing under similar conditions.
3. CHANGES AND EXTRA WORK
The CITY may, at any time, request changes in the work to be performed hereunder. All such
changes, including any increase or decrease in the amount of the CONSULTANT’s compensation,
which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be
incorporated in written Supplemental Agreements to the Agreement.
Changes that involve an increase in the compensation shall be considered major, and require the
approval of the CITY.
4. PERSONNEL
The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel
necessary to complete this Agreement; none of whom shall be employees of, or have any
contractual relationship with, the CITY. All of the services required hereunder will be performed
by the CONSULTANT under its supervision, and all personnel engaged in the work shall be
qualified and shall be authorized or permitted under law to perform such services.
All key professional personnel, including subcontractors, engaged in performing services for the
CONSULTANT under this agreement are indicated in a personnel listing attached hereto as
Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or
substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written
approval of the CITY or his designee.
The CONSULTANT shall employ only persons duly registered in the appropriate category in
responsible charge of supervision and design of the work. The CONSULTANT shall endorse all
reports, contract plans, and survey data. Such endorsements shall be made by a person duly
registered in the appropriate category by the Georgia State Board of Registration for Professional
Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for
the work prescribed by this Agreement.
8 OF 30 REVISION DATE: June 2011
5. ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct
errors and omissions in its plans and specifications without additional compensation. The
CONSULTANT shall give immediate attention to these changes so there will be a minimum of
delay to others.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for
subsequent correction of any errors and the clarification of any ambiguities.
6. CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential use and
information of the CITY and that it will not disclose its conclusions in whole or in part to any
persons whatsoever, other than to submit its written documentation to the CITY, and will only
discuss the same with it or its authorized representatives. Upon completion of this Agreement
term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT
pursuant thereto shall become the property of the CITY and be delivered thereto.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or
results and findings of the work conducted under this Agreement shall not be presented publicly or
published without prior approval in writing of the CITY.
It is further agreed that if any information concerning the PROJECT, should be released by the
CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds
for termination of this Agreement without indemnity to the CONSULTANT, but should any such
information be released by the CITY or by the CONSULTANT with such prior approval, the same
shall be regarded as public information and no longer subject to the restrictions of this Agreement.
7. OPEN RECORDS
CONSULTANT acknowledge that all records relating to this Agreement and the services to be
provided under the contract may be a public record subject to Georgia’s Open Records Act
(O.C.G.A. § 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request
and making all records, not exempt, available for inspection and copying as provided by law.
8. JURISDICTION
The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT
with regard to its interpretation and performance, and any other claims related to this agreement.
All claims, disputes and other matters in question between CITY and CONSULTANT arising out of
or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically
consents to jurisdiction and venue in Richmond County and waives any right to contest the
jurisdiction and venue in the Superior Court of Richmond County, Georgia.
9 OF 30 REVISION DATE: June 2011
9. TERMINATION OF AGREEMENT FOR CAUSE
If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its
obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants,
agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to
commence correction of obligation within 5 days of written notice and diligently complete the
correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed,
or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause
for termination. The CITY shall thereupon have the right to terminate this Agreement by giving
written notice to the CONSULTANT of such termination, and specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In such event, all finished or
unfinished documents, maps, data, studies, work papers and reports prepared by the
CONSULTANT under this Agreement shall become the property of the CITY, and the
CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory
work completed on such documents, as mutually agreed by the CITY and CONSULTANT.
10. TERMINATION FOR CONVENIENCE OF THE CITY
The CITY may terminate this contract in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract
up to the time of termination.
11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS
CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the
submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of
Services.
If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT
shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed
committee(s), and carefully fit its own work to such additional work as may be directed by the
CITY. The CONSULTANT shall not commit or permit any act, which will interfere with the
performance of work by any other CONSULTANT or by CITY employees.
12. COVENANT AGAINST CONTINGENT FEES
The CONSULTANT warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established
commercial or selling agencies maintained by CONSULTANT for the purpose of securing business
and that the CONSULTANT has not received any non-CITY fee related to this Agreement without
the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have
the right to annul this Agreement without liability or at its discretion to deduct from the Agreement
Price of consideration the full amount of such commission, percentage, brokerage or contingent fee.
10 OF 30 REVISION DATE: June 2011
13. RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons caused
by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents
and employees from all suits, claims, actions or damages of any nature whatsoever to the extent
found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent
performance or non-performance of work under this Agreement. These indemnities shall not be
limited by reason of the listing of any insurance coverage.
14. INSURANCE
The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in
force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or
financial loss resulting from injuries occurring to persons or property or occurring as a result of any
negligent error, act, or omission of the CONSULTANT in performance of the work during the term
of this Agreement.
The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's
Compensation insurance in accordance with the laws of the State of Georgia.
The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits
of not less than:
A. Workmen’s Compensation Insurance – in accordance with the laws of the State of Georgia.
B. Public Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars for
injuries, including those resulting in death to any one person, and in an amount of not less than
One Million ($1,000,000) Dollars on account of any one occurrence.
C. Property Damage Insurance – in an amount of not less than One Million ($1,000,000) Dollars
from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000)
Dollars.
D. Valuable Papers Insurance – in an amount sufficient to assure the restoration of any plans,
drawings, field notes, or other similar data relating to the work covered by the Project.
E. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars
or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000.
CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder
in insurance coverage’s identified in items (b) and (c). The policies shall be written by a responsible
company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days'
written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's
compensation and professional liability policies, and a copy of such policy or a certificate of
insurance shall be filed with the Director at the time of the execution of this Agreement.
11 OF 30 REVISION DATE: June 2011
15. PROHIBITED INTERESTS
15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall
acquire no interest, direct or indirect, that would conflict in any manner or degree with the
performance of its services hereunder. The CONSULTANT further agrees that, in the
performance of the Agreement, no person having such interest shall be employed.
15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure
or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the
proceeds thereof.
15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or
persons in the employ of the CITY for any work required by the terms of the Agreement,
without the written permission of the CITY except as may otherwise be provided for herein.
16. SUBCONTRACTING
The CONSULTANT shall not subcontract any part of the work covered by this Agreement or
permit subcontracted work to be further subcontracted without the CITY's prior written approval
of the subcontractor.
All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set
forth in this Agreement.
17. ASSIGNABILITY
The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its
rights, obligations, benefits, liabilities or other interest under this Agreement without the written
consent of the CITY.
18. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the
CONSULTANT will not discriminate against any employee or applicant for employment because
of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or
advertisements for employees placed by qualified applicants, receive consideration for employment
without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the
foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so
that such provision will be binding upon each subcontractor, provided that the foregoing provision
shall not apply to contracts or subcontracts for standard commercial supplies of raw materials.
12 OF 30 REVISION DATE: June 2011
19. DRUG FREE WORK PLACE
CONSULTANT shall be responsible for insuring that its employees shall not be involved in any
manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a
controlled substance in the workplace. For purposes of the policy, “workplace” is defined as CITY
owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may
result in discipline and/or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal
drug statute conviction for workplace violation.
CONSULTANT may require drug or alcohol testing of employees when contractually or legally
obligated, or when good business practices would dictate.
20. ANTI-KICKBACK CLAUSE
Salaries of architects, drafters, engineer’s, and technicians performing work under this Agreement
shall be paid unconditionally and not less often than once a month without deduction or rebate on
any account except only such payroll deductions as are mandatory by law. The CONSULTANT
hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate
provisions in all subcontracts covering work under this Agreement.
21. AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary, the
CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for
examination all of its records with respect to all matters covered by this Agreement. It shall also
permit the CITY and/or representatives of the audit, examine and make copies, excerpts or
transcripts from such records of personnel, conditions of employment and other data relating to all
matters covered by this Agreement.
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 the Agreement, for inspection by the CITY or any
reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The
CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it
may make with any subcontractor, assignee, or transferee.
22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE
All documents and materials prepared as an instrument of service pursuant to this Agreement are
the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose,
distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials
prepared under this Agreement without according credit of authorship. The CITY shall hold
harmless the CONSULTANT against all claims arising out of such use of documents and materials
without the CONSULTANT’s knowledge and written consent.
13 OF 30 REVISION DATE: June 2011
23. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent, or employee of the CITY, either
before, during, or after the execution of this Agreement, shall affect or modify any of the terms or
obligations herein contained, nor shall such verbal agreement or conversation entitle the
CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All
changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above.
24. INDEPENDENT CONTRACTOR
The CONSULTANT shall perform the services under this Agreement as an independent contractor
and nothing contained herein shall be construed to be inconsistent with this relationship or status.
Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or
any of its agents or employees to be the agent, employee, or representative of the CITY.
25. NOTICES
All notices shall be in writing and delivered in person or transmitted by certified mail, postage
prepaid. Notices shall be addressed as follows:
CITY: CONSULTANT:
ADMINISTRATOR
AUGUSTA, GEORGIA 2 KM Architects, Inc.
530 Greene Street 529 Greene Street
Augusta, GA 30911 Augusta, GA 30901
Copy to:
DIRECTOR
AUGUSTA PARKS AND RECREATION DEPARTMENT
2027 Lumpkin Road
Augusta, GA 30906
26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order
a temporary stopping of the work, or delaying of the work to be performed by CONSULTANT
under this agreement.
27. DEFECTIVE PRICING
To the extent that the pricing provided by CONSULTANT is erroneous and defective, the parties
may, by agreement, correct pricing errors to reflect the intent of the parties.
14 OF 30 REVISION DATE: June 2011
28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE
CONSULTANT is not responsible for delay in performance caused by hurricanes, tornadoes,
floods, and other severe and unexpected acts of nature. In any such event, the contract price and
schedule shall be equitably adjusted.
29. HOLD HARMLESS
Except as otherwise provided in this agreement, CONSULTANT shall indemnify and hold
harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits,
demands, damages, losses, and expenses, including attorneys’ fees, arising out of or resulting from
the negligent performance of its Work.
30. GEORGIA PROMPT PAY ACT NOT APPLICABLE
The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act.
31. RIGHT TO INSPECT PREMISES
Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work
site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is
pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia.
32. E-VERIFY
All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical
performance of services shall be required to execute an Affidavit verifying its compliance with
O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is
contracting with Augusta, Georgia has registered with and is participating in a federal work
authorization program. All contractors and subcontractors must provide their E-Verify number and
must be in compliance with the electronic verification of work authorized programs operated by
the United States Department of Homeland Security or any equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of
newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L.
99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-
10-91 and shall continue to use the federal authorization program throughout the contract term. All
contractors shall further agree that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to its contract with Augusta,
Georgia the contractor will secure from such subcontractor(s) each subcontractor’s E-Verify number
as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit
provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to
maintain records of such compliance and provide a copy of each such verification to Augusta,
Georgia at the time the subcontractor(s) is retained to perform such physical services.
33. LOCAL SMALL BUSINESS LANGUAGE
In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to
collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its
Local Small Business Opportunity Program and to make such records available to Augusta,
Georgia. The requirements of the Local Small Business Opportunity Program can be found at
www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), for all contracts
15 OF 30 REVISION DATE: June 2011
where a local small business goal has been established, the contractor is required to provide local
small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid
to each local small business on each contract, and shall provide such payment affidavits, regarding
payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in
the format specified by the Director of minority and small business opportunities, and shall be
submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the
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.
34. ACKNOWLEDGEMENT
“Consultant acknowledges that this contract and any changes to it by amendment, modification,
change order or other similar document may have required or may require the legislative
authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law,
Consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume
contractual obligations and the consequences of Consultant's provision of goods or services to
Augusta, Georgia under an unauthorized contract, amendment, modification, change order or
other similar document, including the possibility that the Consultant may be precluded from
recovering payment for such unauthorized goods or services. Accordingly, Consultant agrees that
if it provides goods or services to Augusta, Georgia under a contract that has not received proper
legislative authorization or if the Consultant provides goods or services to Augusta, Georgia in
excess of the any contractually authorized goods or services, as required by Augusta, Georgia's
Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or
services provided by Consultant. Consultant assumes all risk of non-payment for the provision of
any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to
other remedies for the provision of any unauthorized goods or services to Augusta, Georgia,
however characterized, including, without limitation, all remedies at law or equity." This
acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and
services, except revenue producing contracts.
[SIGNATURES ON FOLLOWING PAGE]
16 OF 30 REVISION DATE: June 2011
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below:
CITY: CONSULTANT:
AUGUSTA, GEORGIA (CITY) 2 KM Architects, Inc.
BY: BY:
PRINTED NAME: ___Hardie Davis Jr. PRINTED NAME Robert Mauldin, NCARB, AIA
AS ITS: MAYOR AS ITS: Vice President
ATTEST CLERK: ATTEST:
PRINTED NAME: PRINTED NAME: Jamie Patterson
AS ITS: Clerk of Commission AS ITS: Project Manager
DATE: DATE: 2/02/2018
Copy to:
DIRECTOR
AUGUSTA PARKS AND RECREATION DEPARTMENT
2027 Lumpkin Road
Augusta, GA 30906
17 OF 30 REVISION DATE: June 2006
CONSULTANT’S RESPONSIBILITIES
CONSULTANT, in order to determine the requirements of the Project, shall review the
information in Attachment A – Scope of Services. CONSULTANT shall review its understanding
of the Project requirements with CITY and shall advise CITY of additional data or services, which
are not a part of CONSULTANT’s services, if any, necessary for design to begin.
PROJECT UNDERSTANDING
Upon request from the CONSULTANT, CITY may provide all criteria and full information as to
CITY's and CONSULTANT'S requirements for this part of the project, including design objectives
and constraints, space, capacity and performance requirements, flexibility and expendability, and
any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports,
surveys, and other materials that may be relied upon in performing CONSULTANT'S services.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the project
activities and data collected under the Agreement and amendments thereto. All reports,
drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY
in association with this Agreement shall be subject to review.
The CITY may at any time request progress reports, prints or copies of any work performed
under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans
shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies
with the CITY’s request in the regard.
The CITY’s review recommendations shall be incorporated into the plans by the CONSULTANT.
CONSULTANT'S INSURANCE
CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as
specified in General Condition 14 – Insurance.
CITY’S RESPONSIBILITES
CITY-FURNISHED DATA
CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness,
and completeness of the information provided by CITY.
RIGHT TO ENTER
The CONSULTANT will notify all property owners or occupants of the intent to enter properties
for the purpose of accomplishing work in accordance with the practices of the CITY. The
CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of
intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the
18 OF 30 REVISION DATE: June 2011
necessary documents identifying the CONSULTANT as being in the employ CITY for the
purpose described in the Agreement.
ADVERTISEMENTS, PERMITS, AND ACCESS
Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all
advertisements for bids; permits and licenses required by local, state, or federal authorities; and
land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT
construction.
TIMELY REVIEW
CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications,
proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant,
auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and
render in writing decisions required by CITY in a timely manner.
PROMPT NOTICE
CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes
aware of any development that affects the scope or timing of CONSULTANT's Services, or of any
defect in the work of CONSULTANT or construction contractors.
CITY'S INSURANCE
CITY will maintain property insurance on all pre-existing physical facilities associated in any way
with the PROJECT.
LITIGATION ASSISTANCE
The Scope of Services does not include costs of CONSULTANT for required or requested
assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or
defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for
suits or claims between the parties to this AGREEMENT, will be reimbursed as additional
services.
19 OF 30 REVISION DATE: June 2011
ATTACHMENT A – SCOPE OF SERVICES
PROJECT DESCRIPTION:
The overall goal of the project is to create a space that is bold and innovative, yet inviting
and welcoming to visitors and residents alike.
The objective of the project is to enhance and improve an existing neighborhood park to
maximize its use. The project also is intended to: deliver exemplary government services
by working with the community through the design process; develop and strengthen
relationships with public partners, residents and community groups; deepen a sense of
place and community identity by developing recreational opportunities for all; and, to
rehabilitate facilities by addressing long deferred maintenance that are sensitive to
accessibility improvements.
Given the visibility, location and importance of the project site to a broad range of
stakeholders and constituents, it is expected that the improvements contemplated in this
RFP will generate a great deal of public interest and attention.
It is clear the success of this project will be judged by the quality of the design of the
park improvements and how well it contributes to making this space more enjoyable
for all users.
Lake Olmstead Regional Park is approximately 97 acres located at 2200 Broad Street
Boulevard, Augusta, Georgia and is in close proximity to the Augusta Canal National
Heritage Area, Augusta University Summerville Campus, and, the Washington Road
business community. The park is within the Harrisburg/Summerville District,
historically active civic and community neighborhoods located in Commission District
7.
Referencing the ARPD Master Plan, the park is identified as active/passive use Regional
Park. Among the strengths noted is the aesthetics and programming value of the lake
used for a variety of boating activities/events, two highly used rental facilities and a
popular disc golf course. Current park facility elements that have been identified as
important to the community include: baseball/softball field, gazebo, two
community/rental buildings, picnic areas, disc golf and one singlewide boat ramp and
floating dock. The lake connects directly to the Augusta Canal which make
kayaking/canoeing popular.
20 OF 30 REVISION DATE: June 2011
Improvement elements that have been previously identified to be included in
this park are listed below:
• New picnic shelter
• New outdoor rest room facility
• Casino and BBQ-Pit community building renovations to include kitchen
upgrade, ADA compliance issues with rest rooms, lighting upgrades,
painting, etc.
• Park gazebo renovations/enhancements
• Playground area dry and/or wet
• The use CPTED Guidelines are encouraged to promote park safety and
engage local law enforcement during the design phase.
The elements listed above will need to be confirmed and refined as part of the
community outreach process and based on the cost analysis.
I. Scope of Services
The total funding available for this project is $1,450,000 and will need to support the construction.
The CONSULTANT assumes that the OWNER will prioritize the proposed improvements to stay
within the funding allocated. If the OWNER secures additional funding for this project, additional
services will be required.
DESIGN OBJECTIVES:
PHASE 1: CONCEPTUAL PLANNING
The CONSULTANT will meet with staff to develop a priority list of the proposed improvements
and define the scope of the improvements. From this meeting, the CONSULTANT will prepare a
Preliminary Costs Analysis to include the design, contingency, and construction of each proposed
improvement and submit to OWNER for review. If the analysis exceeds the total funding available
for the project, the OWNER will direct the CONSULTANT as to the priority of which
improvements to include in the project moving forward.
At this point, the CONSULTANT will prepare Conceptual Design Plans to be used during one (1)
Public Meeting/Charrette to include improvements identified by the OWNER as priorities.
21 OF 30 REVISION DATE: June 2011
PHASE 2: SURVEY AND MAPPING
Upon receiving a Notice to Proceed from the OWNER, the CONSULTANT will mobilize to begin
survey field work to provide a detailed topographical design survey as follows:
• The DESIGN TEAM will utilize existing mapping available to be provided by the
OWNER with limited field survey to validate key features such as tree lines, electrical
transmission and distribution lines, poles, retaining walls, ditches, buildings, drives,
edges of asphalt and concrete pavements, fire hydrants, valves, curb and gutter, above
ground water appurtenances, storm sewer structures, sanitary sewer
manholes/cleanouts, structures, and temporary accessory buildings. Pipe size, type of
pipe and invert elevations will only be obtained for storm sewer lines and gravity
sanitary sewer lines.
• We will attempt to locate available information regarding underground utilities such as
water, sewer, and stormwater with the assistance of Augusta Utilities Department and
Augusta Engineering Department.
• Topographic elevations will be collected for the objects in the corridor and depicted in
mapping with 1-foot contour information. This information will be used to depict final
grading and restoration conditions on design plans.
• Locate individual trees larger than 8” DBH as well as ornamental trees within the project
boundary.
PHASE 3: CONSTRUCTION DOCUMENTS
The DESIGN TEAM will use the Conceptual Design Plans and comments from the Public
Meeting/Charrette to develop the Site Construction Documents. Plans and calculations will comply
with requisite County, State, and Federal requirements including required specifications. These
plans will include:
1. Existing Conditions and Demolition Plan: will include existing structures, utilities,
topography, and property line information and show structures/facilities to be removed for
the proposed development.
2. Site Layout and Staking Plan: will include proposed structures, field layout, basketball
court layouts, walking trail(s), sidewalks, and steps. Summary and required parking
provided will be noted on this plan. Horizontal control for the purposes of locating civil
hardscape and proposed hardscape will be included on this plan sufficient for construction
staking.
22 OF 30 REVISION DATE: June 2011
3. Grading and Drainage Plan: will include finished ground surface elevations of the parking
improvements. Existing finished floor elevation, storm drain alignments, types and sizes,
site contour grading (with key spot elevations) as well as tie-in to building drainage system
(to within 5 feet of the building) will be shown on this plan.
4. Electrical/Lighting Plan: will include the electrical distribution and lighting for the proposed
football field, basketball courts, and walking trail. Several types of lighting and installation
methods will be considered; ranging from LED versus Metal Halide (lighting source) as
well as the types of fixtures and poles. The intent is to provide a trouble-free system that
meets the foot-candle requirements keeping in mind the need to minimize energy usage
and future maintenance costs. The expectation is that the onsite lighting will be provided
through operational use agreement with Georgia Power and the electrical supply provided
by Georgia Power. The plans will reflect layout information from Georgia Power but
installation will not be part of bid package.
5. Irrigation Plan: will include turf heads with stainless steel risers and check valves set on
triple swing joints. The irrigation design coverage will be double with one head throwing
to the next. The system should utilize a ‘Smart Controller” to aid in water conservation
using flow meters, moisture sensors and rain/freeze sensors. Electric valves should be
located outside of the playing area and each valve or gang of valves should be isolated by
manual gate valves.
6. Erosion Control Plans, Details, and Notes: will indicate minimum standards for erosion
control measures and practices that are appropriate during the construction sequence to
assist the contractor in minimizing erosion. This plan will comply with the general
requirements of the NPDES (National Pollutant Discharge Elimination System) General
Permits adopted by the State.
7. Construction Details: will consist of typical site development details for items specified on
the plans provided under this task.
The CONSULTANT will provide Construction Documents to be reviewed by the OWNER. During
this review period, we will submit the plans and design reports to Augusta-Richmond County to
acquire the necessary land disturbing construction permits. Prior to receiving final permits, the
plans will be revised to include comments from the local municipality and the OWNER prior to
releasing the plans for construction.
The CONSULTANT will submit the Notice of Intent (NOI) and Notice of Termination (NOT) to the
Local Issuing Authority with Georgia EPD to comply with the state law and NPDES requirements.
23 OF 30 REVISION DATE: June 2011
We assume that the overall disturbed area will be greater than 1.0 acre, thus requiring the submittal
of a NOI and NOT.
PHASE 4: CONSTRUCTION BIDDING
Upon receiving the approvals from the regulatory agencies and the OWNER, the CONSULTANT
will proceed with the Construction Bidding portion of the project consisting of the following tasks:
• Coordinate with the City Procurement Department to advertise the project,
• Attend mandatory pre-bid meeting as a technical reference to the OWNER for the
project,
• Provide clarification related to the plans/specifications throughout design and
construction through addendums,
• Prepare letter of recommendation for award of the contract.
• Prepare Construction Contract Documents for selected contractor.
PHASE 5: CONSTRUCTION ADMINISTRATION
Provide services during construction as follows:
• Attend the pre-construction meeting as a technical reference to the OWNER,
• Review shop drawings submittals prepared by the contractor and make
recommendations on conformance with documents,
• Attend up to four (4) Project meetings, with this including final inspection and
punchlist. The project will be 120 days.
• Recommend design changes as field conflicts arise,
• Review and approval of pay requests from the construction Contractor (line of
Communication will be construction Contractor to resident observer to CONSULTANT
to OWNER),
• Provide clarification and specifications throughout construction, and
• Revise/update plans and as changes occur that require submittal and publish record
drawings at the completion of the project.
ITEMS NOT INCLUDED IN THIS SCOPE OF WORK:
• Offsite Roadway Improvements
• Offsite Utility Extensions
• Geotechnical Services
• Environmental Permitting
24 OF 30 REVISION DATE: June 2011
• Zoning Modifications or Appeals
• Traffic Impact Analysis
• Permit Fees
• Wetland Permitting
• Flood Certifications
• Subdivision Permitting
• Electrical Design Plans
25 OF 30 REVISION DATE: June 2011
ATTACHMENT B - COMPENSATION
The City shall pay the CONSULTANT for services set forth in Scope of Services,
Basic Services
The OWNER shall pay the CONSULTANT for services set forth in Scope of Services as follows:
Preliminary Design: $ 29,000 Lump Sum
Initial Design: $ 29,000 Lump Sum
Final Design: $ 50,750 Lump Sum
Bidding Phase: $ 7,250 Lump Sum
Construction Phase: $ 29,000 Lump Sum
The CITY shall compensate the CONSULTANT for services, which have been authorized by the
CITY under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY
and accompanied by all support documentation requested by the CITY, for payment for the
services, which were completed during the billing period. The CITY shall review for approval
said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not
properly supported, or if the costs requested or a part thereof, as determined solely by the CITY,
are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay
each such invoice or portion thereof as approved, provided that the approval or payment of any
such invoice shall not considered to be evidence of performance by the CONSULTANT to the
point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by
such invoice. The CITY shall pay any undisputed items contained in such invoices.
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems, which have been encountered, which may inhibit
execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and
an itemized description of the percentage of total work completed for each phase during the
billing period.
When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task
Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard
billing rates shown in Attachment B to the Contract of those principals and employees engaged
directly on the work.
Compensation for design services shall be invoices based on the sum of all actual costs incurred
in the performance of the work, including all direct, payroll, overall and profit cost in an amount
not-to-exceed the compensation set forth in the terms of the Agreement or any authorized Task
26 OF 30 REVISION DATE: June 2011
Order. All invoices submitted by the CONSULTANT shall be detailed to reflect incurred
expenses, labor hours and costs by authorized Task.
Overtime may be performed at the discretion of the CONSULTANT, but the premium time
portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested
acceleration of the scheduled work in writing.
ATTACHMENT C – 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 the CITY. Those personnel committed for this work are as follows:
Robert L. Mauldin; Principal
Architect
2KM Architects, Inc.
Mark Baker, ASLA
Wood + Partners, Inc.
Jamie Patterson; Project
Manager
2KM Architects, Inc.
Trey Griffin, ASLA
Wood + Partners, Inc.
Tom Rehder; Interiors and
Specifications
2KM Architects, Inc.
Christopher S. Lehi; CA Phase
2KM Architects, Inc.
Scott Williams, P.E.
Cranston Engineering Group
James B. Cranford, Jr., P.E.
Cranston Engineering Group
Steven Petersen, P.E.
ING Consulting, Inc.
M. Ashley Paulk, P.E.
Electrical Design Consultants,
Inc.
Kyle Theodore, ASLA
Wood + Partners, Inc.
Mark Baker, ASLA
Wood + Partners, Inc.
27 OF 30 REVISION DATE: June 2011
ATTACHMENT D – SCHEDULE FOR PERFORMANCE
LAKE OLMSTEAD PARK RENOVATIONS
Project Schedule –
Preliminary Design Phase 60 - 90 Days
Initial Design Phase 60 Days
Final Design Phase 90 Days
Bidding Phase 45 Days
Sub-Phase 1 – Construction Phase 240 Days
CONSULTANT SERVICES
28 OF 30 REVISION DATE: June 2011
As a part of this Agreement the CONSULTANT agrees to furnish the following checked items
(CONSULTANT to initial in the space provided acknowledging responsibility to furnish said
item).
Prior to Authorization to Proceed:
Detailed Scope of Services based upon Schedule A of this Agreement to be submitted
with Cost Proposal clearly defining the CONSULTANT’S understanding of the project
limits, design objectives and CONSULTANT’S services to be provided.
Cost Proposal that will include cost of design, preparation of construction plans and
specifications, and other services requested in the CITY’s Request for Proposal.
Schedule for submittal of review documents at Concept and Final documents.
Prior to submitting Final review documents:
Locate all existing utilities using available information collected by the CONSULTANT.
The CITY will furnish available information on water and sewer locations however, the
CONSULTANT must verify to CITY’S satisfaction.
Provide CITY with information on the project site(s), including the following:
• Past and present use of the land (specifically identify any landfilling activities in
the area); identify any nearby designated wetlands
• Soil type(s)
• Boring results when required by CONSULTANT for new facilities or where depth
of line and existing site conditions warrant.
• Brief description of the area (e.g., residential, commercial, industrial) including
general slope of the land, and whether trees, signs, etc. will be in conflict with the
new facilities. Include number of properties affected and number of easements
required with property owners identified
• Identification of potential problems in meeting design objectives.
Site Plan (If Required)
Throughout project:
Prepare printed responses to comments received from the CITY following reviews.
Provide the necessary plats for easement acquisition and DOT/other permit
application.
Prepare Public Works/DOT/Other permit applications for signature by the CITY.
Prepare and submit plans to EPD for review and approval when required.
Prepare plans and specifications,
Prepare construction cost estimates at each review stage and with the submittal
of Final documents. Provide cost breakdown for any items to be lump sum in the
construction contract.
29 OF 30 REVISION DATE: June 2011
Upon completion of design:
Coordinate with the City Procurement Department to advertise the project.
Fax bid information to CITY.
Attend the Pre-Bid Meeting as a technical reference to the CITY.
Prepare letter of recommendation for award of the contract.
Develop conformed contract documents and forward to the CITY for execution.
Attend the pre-construction meeting as a technical reference to the CITY.
Provide clarification related to the plans/specifications throughout design and
construction.
Provide record drawings at completion of the project electronically,
Provide Services During Construction as follows:
• Attend project meetings as scheduled by the CITY
• Recommend design changes as field conflicts arise (site visits may be required)
• Review and approval of pay requests from the construction Contractor (line of
communication will be construction contractor to resident observer to
CONSULTANT to CITY)
• Provide clarification of plans and specifications throughout construction
• Revise/update plans and/or easement plats as changes occur that require
resubmittal to DOT/other agencies.
• Construction Administration Services called for in attached scope.
ADDITIONAL SERVICES:
30 OF 30 REVISION DATE: June 2011
1. Revisions to the plans/contract documents to extend the limits of the project after this
AGREEMENT has been executed by the CITY.
2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e., correct
location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of
the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government
agency at their request will be considered an additional service.
3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY.
4. Other not described above, as approved by the CITY.
Request for Proposal
Request for Proposals will be received at this office until Tuesday, December 19, 2017 @ 11:00 a.m. for furnishing:
RFP Item # 17-279 Lake Olmstead Park Improvements for the Augusta, GA – Recreation and Parks
Department
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFP documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. RFP
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
A Mandatory Pre Bid Conference will be held on Tuesday, December 5, 2017 @10:00 a.m. in the Procurement
Department, 535 Telfair Street, Room 605.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Thursday, December 7, 2017
@ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract
with the successful bidder(s).
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:
OFFICIAL
VENDORS Attachment
"B"E-Verify Addendum
1
SAVE
Form Original 7
Copies
Fee
Proposal
Compliance
Review
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
YES 312290 YES YES YES YES YES Yes
Pond & Company
621 NW Frontage Road, Suite 320
Augusta, GA 30907
YES 175046 YES YES YES YES YES Noncompliant
Johnson, Laschober & Associates,
1296 Broad Street
Augusta, GA 30901 YES 226309 YES YES YES YES YES Noncompliant
Moreland Altobelli Associates
2450 Commerce Ave
Duluth, GA 30096
Cranston Engineering Group
452 Ellis Street
Augusta, GA 30901
RFP 17-279 Lake Olmstead Park Improvements
for the Augusta, GA – Recreation and Parks Department
RFP Date: Tuesday, December 19, 2017 @ 11:00 a.m.
Total Number Specifications Mailed Out: 11
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Pre Proposal Telephone Conference Attendees: 5
Total packages submitted: 3
Total Noncompliant: 0
Page 1 of 1
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Johnson, Lesschober &
Associates, 1296 Broad
Street, Augusta. GA30901
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Johnson, Lesschober &
Associates, 1296 Broad
Street, Augusta. GA30901
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 FAIL FAIL PASS FAIL FAIL
2. Qualifications & Experience (0-5)20 3.0 60
3. Organization & Approach (0-5)15 3.0 454. Scope of Services
• Capability of developing cost effective and
innovative design (5)
● Understanding of the project, approach to be
taken your vision for the project (4)
● Specialized experience related to project scope
(2)
● Relevant projects/information that may be
helpful in the selection process (1)
● Include a Gantt chart with a proposed timeline
for the design process from public outreach
through design and finished construction
documents (3)
(0-5)15 2.5 37.5
5. Schedule of Work (0-5)10 3.5 35
0
Within Richmond County 5 10 5.0 50
Within CSRA 5 6 0
Within Georgia 5 4 0
Within SE United States (includes AL, TN, NC,
SC, FL) 5 2 0
All Others 5 1 0
7. References (0-5)5 3.0 15
20.0 242.5
8. Presentation by Team (0-5)10 0
9. Q&A Response to Panel Questions (0-5)5 0
Lowest Fees 5 10 0
Second 5 6 0 0 0
Third 5 4 0 0 0
Forth 5 2 0 0 0
Fifth 5 1 0 0 0
Total Phase 2 0 0 0 0 0 0
242.5 0 0
Procurement Department Completion Date: 1/16/18
Internal Use Only
Note: Respondent/Offeror(s) receiving 600 or more points will be invited to do presentations to provide additional information if deemed necessary.
Total Cumulative Score
(Maximum point is 500)
10. Cost/Fee Proposal Consideration
(only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only)
Evaluation Sheet for RFP# 17-279
Design Services - Lake Olmstead Park Improvements
for the Augusta, GA – Recreation and Parks Department
Evaluation Meeting: Tuesday, January 16 @ 11:00 a.m.
Vendors
Phase 2 (Option - Numbers 8-9)
Procurement DepartmentRepresentative:_____Nancy Williams________________________________________
Evaluator: Cumulative Date: 1/16/18
Total (Total Possible Score 750)
Ranking of 0-5 (Enter a number value between 0 and 5)
6. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Weighted Scores
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 375)
Phase 1
Scale 0 (Low) to 5 (High)
2KM Architects Inc.
529 Greene Street
Augusta, GA 30901
Cranston Engineering Group
452 Ellis Street
Augusta, GA 30901
Johnson, Laschober & Associates,
1296 Broad Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road, Suite 320
Augusta, GA 30907
WK Dickson
1450 Greene Street, Suite 225
Augusta, GA 30901
Zimmerman, Evans, and Leopold,
Inc.
435 Telfair Street
Augusta, GA 30901
RETURNED MAIL
Alta Planning and Design
111 E. Chapel Hill Street, Suite 100
Durham, NC 27701
EMC Engineering Services
4210 Columbia Road, Suite 16-A
Martinez, GA 30907
Moreland Altobelli Associates
2450 Commerce Ave, Suite 100
Duluth, GA 30096
Vaughn & Melton Consulting
Engineers
300 Chastain Center Blvd, Suite
325
Kennesaw, GA 30144
Wood + Partners Inc.
7 Lafayette Place
Hilton Head Island, SC 29926
RFP Item #17-279
Lake Olmstead Park Improvements
For Recreation & Parks Department
Mailed Out 10/19/17
RFP Item #17-279
Lake Olmstead Park Improvements
For Recreation & Parks Department
RFP Due: TUE. 12/19/17@ 11:00 A.M.
Glenn Parker
Recreation & Parks Department
Kellie Irving
Compliance Department Ron Houck
Recreation & Parks Department
Public Service Committee Meeting
2/13/2018 1:00 PM
Lake Olmstead Park Improvements
Department:Recreation and Parks
Presenter:Glenn Parker
Caption:Motion to approve award of RFP 17-279, Lake Olmstead Park
Improvement Design Services, to 2 KM Architects, Inc. for
engineering and design professional services for $145,000.
Background:Funding has been identified through SPLOST VII to conduct
improvements at Lake Olmstead Regional Park at the budgeted
amount of $1,450,000. In working with staff, priorities have been
developed as follows: Facility renovations and enhancements to
the Casino and BBQ-Pit. Construct new picnic shelter and comfort
station and associated site improvements. Park gazebo
renovations. Playground
Analysis:The Augusta Commission approved a pre-qualified list of eleven
(11) architectural and engineering firms to assist the Recreation
and Parks Department with implementation of their capital
improvement projects in August 2017. A Request for Proposal
was solicited from the eleven firms with three (3) firms submitting
proposals. Of the three firms submitting, 2 KM Architects was the
only firm that was deemed compliant. Scoring evaluation
proceeded and fee negotiations were conducted as both parties
accepted an agreed upon price for services.
Financial Impact:$145,000
Alternatives:1. To Approve the award of RFP 17-279 to 2 KM Architects, Inc.
for $145,000. 2. Move No Action thus delaying the improvements
scheduled for Lake Olmstead Regional Community Park.
Recommendation:1. Move to Approve.
Funds are Available
in the Following 329061110
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Request for Proposal
Request for Proposals will be received at this office until Tuesday, December 5, 2017 @ 3:00 p.m. for furnishing:
RFP Item # 17-298 Design Services - Lombard Mill Pond Preserve Trail, Phase II for the Augusta, GA –
Recreation and Parks Department
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFP documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. RFP
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, November 21, 2017
@ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract
with the successful bidder(s).
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:
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 7
Copies
Fee
Proposal
2KM Architects, Inc.
529 Greene Street
Augusta, GA 30901
Pond & Company
621 Frontage Road, Suite 320
Augusta, GA 30907
YES 175046 YES YES YES YES YES
Zel Engineers
435 Telfair Street
Augusta, GA 30901 YES 257101 YES YES YES YES YES
Moreland Altobelli Associates
2450 Commerce Ave
Duluth, GA 30096
YES 53328 YES YES YES YES YES
RFP# 17-298 Design Services - Lombard Mill Pond Preserve Trail, Phase II
for the Augusta, GA – Recreation and Parks Department
RFP Date: Tuesday, December 7, 2017 @ 11:00 a.m.
Total Number Specifications Mailed Out: 11
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar):NA
Pre Proposal Telephone Conference Attendees: NA
Total packages submitted: 4
Total Noncompliant: 0
NO BID
Page 1 of 1
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Zel Engineers
435 Telfair Street
Augusta, GA 30901
Moreland Altobelli
Associates
2450 Commerce Ave
Duluth, GA 30096
Pond & Company
621 NW Frontage Road,
Suite 320
Augusta, GA 30907
Zel Engineers
435 Telfair Street
Augusta, GA 30901
Moreland Altobelli
Associates
2450 Commerce Ave
Duluth, GA 30096
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)20 4.5 3.0 4.4 90.0 60.0 87.5
3. Organization & Approach (0-5)15 3.7 2.6 3.9 55.1 39.4 58.94. Scope of Services
• Capability of developing cost effective and
innovative design (5)
● Understanding of the project, approach to be
taken your vision for the project (4)
● Specialized experience related to project scope
(2)
● Relevant projects/information that may be
helpful in the selection process (1)
● Include a Gantt chart with a proposed timeline
for the design process from public outreach
through design and finished construction
documents (3)
(0-5)15 4.3 2.9 3.8 63.8 43.1 57.4
5. Schedule of Work (0-5)10 3.6 2.9 2.1 35.8 28.8 21.3
0.0 0.0 0.0
Within Richmond County 5 10 5 5 50.0 50.0 0.0
Within CSRA 5 6 0.0 0.0 0.0
Within Georgia 5 4 5 0.0 0.0 20.0
Within SE United States (includes AL, TN, NC,
SC, FL) 5 2 0.0 0.0 0.0
All Others 5 1 0.0 0.0 0.0
7. References (0-5)5 4.1 3.0 3.6 20.6 15.0 17.9
25.1 19.4 22.8 315.3 236.3 262.9
8. Presentation by Team (0-5)10 0 0 0
9. Q&A Response to Panel Questions (0-5)5 0 0 0
0 0 0
Lowest Fees 5 10 5 0 50 0
Second 5 6 5 30 0 0
Third 5 4 5 0 0 20
Forth 5 2 0 0 0
Fifth 5 1 0 0 0
Total Phase 2 5 5 5 30 50 20
345.3 286.3 282.9
Procurement Department Completion Date: 1/9/18
Internal Use Only
Note: Respondent/Offeror(s) receiving 600 or more points will be invited to do presentations to provide additional information if deemed necessary.
Total Cumulative Score
(Maximum point is 500)
10. Cost/Fee Proposal Consideration
(only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only)
Cumulative Evaluation Sheet for RFP# 17-298
Design Services - Lombard Mill Pond Preserve Trail, Phase II
for the Augusta, GA – Recreation and Parks Department
Evaluation Meeting: Monday, December 18, 2017 @ 3:00 p.m.
Vendors
Phase 2 (Option - Numbers 8-9)
Procurement DepartmentRepresentative:__________Nancy Williams___________________________________
Evaluator: Cumulative Date: 1/9/18
Total (Total Possible Score 750)
Ranking of 0-5 (Enter a number value between 0 and 5)
6. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Weighted Scores
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 375)
Phase 1
Scale 0 (Low) to 5 (High)
2KM Architects Inc.
529 Greene Street
Augusta, GA 30901
Cranston Engineering Group
452 Ellis Street
Augusta, GA 30901
Johnson, Laschober & Associates,
1296 Broad Street
Augusta, GA 30901
Pond & Company
621 NW Frontage Road, Suite 320
Augusta, GA 30907
WK Dickson
1450 Greene Street, Suite 225
Augusta, GA 30901
Zimmerman, Evans, and Leopold
435 Telfair Street
Augusta, GA 30901
Alta Planning and Design
111 E. Chapel Hill Street, Suite 100
Durham, NC 27701
EMC Engineering Services
4210 Columbia Road, Suite 16-A
Martinez, GA 30907
Moreland Altobelli Associates
2450 Commerce Ave, Suite 100
Duluth, GA 30096
Vaughn & Melton Consulting
Engineers
300 Chastain Center Blvd, Suite
325
Kennesaw, GA 30144
Wood + Partners Inc.
7 Lafayette Place
Hilton Head Island, SC 29926
RFP Item #17-298
Design Services - Lombard Mill Pond
Preserve Trail, Phase II
For Recreation & Parks Department
Mailed Out 11/7/17
RFP Item #17-298
Design Services - Lombard Mill Pond
Preserve Trail, Phase II
For Recreation & Parks Department
RFP Due: TUE. 12/05/17@ 3:00 P.M.
Glenn Parker
Recreation & Parks Department
Kellie Irving
Compliance Department Ron Houck
Recreation & Parks Department
Public Service Committee Meeting
2/13/2018 1:00 PM
Lombard Mill Pond Preserve Trail Improvements
Department:Recreation and Parks
Presenter:Glenn Parker
Caption:Motion to approve award of RFP 17-298, Lombard Mill Pond
Preserve Trail Improvement Design Services to POND & Co. for
engineering and design professional services for $45,580.
Background:Funding has been identified through SPLOST VI to conduct
improvements at Lombard Mill Pond Preserve Trail Project at the
budgeted amount of $444,400. In working with staff and the
Central Savannah River Land Trust, priorities have been
developed as follows: Phase II will provide for paving of the
crush-n-run sections, as well as boardwalks and a bridge(s) that
crosses the pond to the northern bank.
Analysis:The Augusta Commission approved a pre-qualified list of eleven
(11) architectural and engineering firms to assist the Recreation
and Parks Department with implementation of their capital
improvement projects in August 2017. A Request for Proposal
was solicited from the eleven firms with three (3) firms submitting
proposals. Of the three firms submitting, POND & Co scored the
highest in the evaluation process. Fee negotiations were conducted
and both parties accepted an agreed upon price.
Financial Impact:$45,580.00
Alternatives:1. To Approve the award of RFP 17-298 to POND & Co. for
$45,580.00. 2. Move No Action thus delaying the improvements
scheduled for Lombard Mill Pond Preserve Trail Project.
Recommendation:1. Move to Approve.
Funds are Available
in the Following
Accounts:
328061110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Public Service Committee Meeting
2/13/2018 1:00 PM
May Park Basketball League
Department:
Presenter:Mr. Cantrell Brown
Caption:Consider request from Mr. Cantrell Brown regarding the use of
the May Park Gym for at-risk youth basketball league.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Public Service Committee Meeting Commission Chamber - ll30l20lS
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Guilfoyle, Chairman; Fennoy,
Vice Chairman; Davis and M. Williams, members.
PUBLIC SERVICES
1. Discuss funding for upgrading the James Brown display at the Augusta Regional Item
Airport at Bush Field. (Requested by Commissioner Sammie Sias) Action:
Approved
Motions
Motion Motion TextI ype
Unanimous consent is given to add
this item to the agenda.
Motions
Motion;----- Motion Textrype
Motion to approve at a
cost of $9,600.00 and
Approve charged to the
Contingency Account.
Motion Passes 4-0.
2. Motion to approve the purchase of additional weight room/exercise fitness Item
equipment from Innovative Fitness Solutions Bid Item 17-149. Action:
Approved
Motions
+'#:"' Motion rext
Motion to approve with the
Administrator bringing
back additional
Made Seconded MotionBy By Result
Made By
Commissioner
Marion
Williams
seconded By f;t#
Commissioner
william Fennoy Passes
seconded By fffir'Made By
information on Tuesday
regarding the matter of
holding the current bid Commissioner A-.--.--,__:-_-
Approve ,,,H.J.HtJi.,?j#::;, Hl|;f ;n""HHiJl;"' passes
this year.
Motion Passes 4-0.
3. New Ownership Application: A.N. 18-02: A request by Earl Benny Culver for Item
a retail package Beer & Wine License to be used in connection with Eminence, Action:
Inc dba Amex Mart located at2579 Tobacco Rd. District 4. Super District 9. Approved
Motions
X:11'" Motion Text Made By seconded By Motion't'ype Result
Motion to
a -_-^_-^ approve. Commissioner CommissionerApprove Itiition passes william Fennoy Mary Davis Passes
4-0.
4. New Ownership Application: A.N. 18-01: A request by Mann Fai Cheang for Item
an on premise consumption Beer & Wine License to be used in connection with Action:
New Ming Wah located at 3415 Wrightsboro Road. District 5. Super District 9. Approved
Motions
X:j*1"Il Morion Text Made By Seconded By Motion'l'ype -.----- -'t -------- -r' Result
Motion to
Approve ffi3,',Xl'ru,,., ir""THjJ['er $",il##]:& passes
4-0.
5. Motion to approve the American Airlines Agreement. Item
Action:
Approved
Motions
*j:"" Motion Text Made By Seconded By MotionrYPe -'---- -" Result
Motion to
Approve il3,',Xl'ru,,., ir""frts'iJll* fi,",il,T#I:ffi:, passes
4_0.
6.A motion to approve Mr. Dan Vander Meer as the
McDonald Transit.
new General Manager for Item
Action:
Approved
Motion
Result
Passes
Motion
Result
Passes
Motion
Result
Passes
Motion
Result
Motions
Motion
Type
Approve
Motion Text Made By Seconded By
Motion toapprove. Commissioner Commissioner
Motion Passes Mary Davis William Fennoy
Motion Text Made By Seconded By
Motion toapprove. Commissioner Commissioner
Motion Passes Mary Davis Marion Williams
Motion Text Made By Seconded By
Motion toapprove. Commissioner Commissioner
Motion Passes William Fennoy Marion Williams
4-0.
7. Approve placing the Art Cart in the rear of the Public Defender's Office at 902 Item
Greene Street. Action:
Approved
Motions
Motion
Type
Approve
4-0.
8. Motion to approve proclaiming Augusta, Georgia a Purple Heart City. Item
(Requested by Commissioner Wayne Guilfoyle) Action:
Approved
Motions
Motion
Type
Approve
4-0.
9. Receive report from the Planning & Development Department regarding auto Item
repair/mechanic shops that have received Special Zonings with conditions Action:
relative to their businesses and the process for checking to make sure they are Approved
in compliance. (Requested by Commissioner Marion Williams)
Motions
+#:"' Motion rext Made By Seconded By
Motion to approve
^ receiving this item as Commissioner CommissionerApprove information. William Fennoy Marion Williams Passes
Motion Passes 4-0.
10. Motion to approve Avfuel Aviation Fuel Supplier Second Amendment. Item
Action:
Approved
Motions
Motion
Type
Approve
4-0.
11. Motion to approve the final renewal Davis Landscaping Amendment 2 in the Item
amount of 567,992. Action:
Approved
Motions
Motion
Type
Approve
4-0.
12. Approve the Host agreement for the Diamond Lakes Campgrounds.Item
Action:
Approved
Motions
Motion
Type
Approve
4-0.
13. Motion to approve Executive Director's Purchase Authority in the amount of Item$25,000.00. Action:
Approved
Motion Text Made By Seconded By
Motion toapprove. Commissioner Commissioner
Motion Passes Mary Davis William Fennoy
Motion Text Made By Seconded By
Motion toapprove. Commissioner Commissioner
Motion Passes Marion Williams William Fennoy
Motion Text Made By Seconded By
Motion toapprove. Commissioner Commissioner
Motion Passes Mary Davis William Fennoy
Motion
Result
Passes
Motion
Result
Passes
Motion
Result
Passes
Motions
Motion Motioni;. - Motion Text Made By seconded By Result
Motion to
a ___^--^ approve. Commissioner CommissionerApprove Motion passes william Fennoy Marion williams Passes
4-0.
14. Motion to accept Departure Media - In terminal advertising Augusta Regional Item
Airport - 5 year contract. Action:
Approved
Motions
Motionr,_1!_m,ttrhMotion-^"-'"- Motion Text Made By Seconded By'f'ype - ----- -r *------- -J Result
Motion to
a ^__^__^ approve. Commissioner CommissionerApprove ilotion passes william Fennoy Marion williams Passes
4-0.
15. Motion to approve the Innovative Electronic Design, LLC- PA System. Item
Action:
Approved
Motions
il,T:"' Motion Text Made Bv seconded Bv f""rlli,"
Motion to
a .^-..^--^ approve. Commissioner CommissionerApprove triotion passes william Fennoy Marion williams Passes
4-0.
16. Discuss and review the new Liffer Control Ordinance. The ordinance is not Item
serving the function that it was intended to serve. Request input from the Action:
Marshal's Office and the Planning and Development Department. Begin the Rescheduled
required steps to amend this ordinance. (Requested by Commissioner
Sammie Sias)
Motions
f.|j:"' Motion Text Made By Seconded By MotionrYPe ''---- -r Result
Motion to refer this
item to the
Administrator for
review and report back ..^_*:^^:^_^- CommissionerDerer Hil::il._"ffiy.o;,""I,HiJl,"' wlriam passes
Fennoy
Motion Passes 4-0.
17. Motion to approve the minutes of the Public Services Committee held on ltem
January 9,2018. Action:
Approved
Motions
Motion f,, r. m , rr r h Motioniil- Motion Text Made By seconded By Result
Motion to
a ^_^-.^__^ approve. Commissioner CommissionerApprove vtotion Passes Mary Davis William Fennoy rasses
4-0.
18. Motion to approve Runway Closure Markers (Lighted X's) Hali-Brite Contract. Item
Action:
Approved
Motions
f#:"" Motion rext Made By seconded By f.:.t.:il
Motion to
a ---_-^_-^ approve. Commissioner CommissionerApprove Motion passes Mary Davis william Fennoy Passes
4-0.
19. Consider a request from Ms. Tonya Bonitatibus/Savannah Riverkeeper to Item
discuss the master plan of the Lock and Dam Park. (Requested by Action:
Commissioner Marion Williams) Approved
Motions
i;':"' Motion Text Made By seconded By f*llil
Motion to approve an
expenditure of $10,000
plus travel expenses to
Approve hire McClaughlin Passes
Consulting to work
toward putting a Commissioner Commissioner
whitewater center at the William Marion
Lock & Dam Park with Fennoy Williams
funding to come from the
Administrator's or
Recreation and Parks
budget.
Motion Passes 4-0.
20. Motion to approve Towable Passenger Stair Bid Award to Aero Specialties in ltem
the amount of $63,736.20. Action:
Approved
Motions
Motion Motion;----" Motion Text Made By Seconded By Resultrype
Motion to
a,-.-..__-_ approve. Commissioner CommissionerApprove Motion passes Mary Davis william Fennoy Passes
4-0.
www.auqustaga.gov
Public Service Committee Meeting
2/13/2018 1:00 PM
Minutes
Department:Clerk of Commission
Presenter:
Caption:Motion to approve the minutes of the Public Services Committee
held on January 30, 2018.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY: