Loading...
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: