Loading...
HomeMy WebLinkAbout2019-05-07 Meeting MinutesCommission Meeting Agenda Commission Chamber - 5/7/2019 ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; B. Williams, Garrett, Sias, Fennoy, Frantom, M. Williams, Davis, D. Williams, Hasan and Clarke, members of Augusta Richmond County Commission. INVOCATION: Reverend Rufus Copeland, Pastor, Gardner Grove Baptist Church. PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. RECOGNITION(S) April Years of Service A. Congratulations! 2019 April Years of Service (YOS) Recipients. Item Action: None ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Recognition of the April Years of Services recipients. Augusta Utilities Department B. National Drinking Water Week” (Requested by Commissioner Marion Williams) Item Action: None ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Recognition of the Utilities Department for their participation in activities for National Drinking Water Week. Congratulations! C. Lucy C. Laney High School Senior Jakelia Baker on receiving offers of $1.3 million in scholarship awards. (Requested by Commissioner Bill Fennoy) Item Action: None 2019-07-05_Jakelia_Baker_Good_news_and_bad_news.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Recognition of Ms. Jakelia Baker for her receipt of offers of $1.3 million in scholarship awards. Saint Paul’s Church 100th anniversary D. Congratulations! Saint Paul’s Church 100th anniversary. (Requested by Commissioner Bill Fennoy) Item Action: None ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Presentation is made to St. Paul's Church. Five (5) minute time limit per delegation DELEGATIONS E. Mr. Bennish Brown, President & CEO Augusta Convention Visitors Bureau regarding 1st quarter updated on progress and activities of the ACVB's efforts to promote Augusta. Item Action: None Bennish_Brown_ACVB.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Presentation is made by Mr. Brown. F. Mr. Moses Todd regarding the state of the Good and Welfare of Augusta- Richmond County, GA Item Action: None Mr._Moses_Todd_Agenda_Item_45.2.19.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Presentation is made by Mr. Todd. CONSENT AGENDA (Items 1-49) PUBLIC SERVICES 1. Motion to approve New Location: A.N. 19-13: request by Alphonso Daggett for an on premise consumption Liquor, Beer & Wine License to be used in connection with Gravity Lounge & Restaurant LLC located at 2510 Peach Orchard Rd Unit G. There will be Dance. District 2. Super District 9. (Approved by Public Services Committee April 30, 2019) Item Action: Approved AN.19-13.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 2. Motion to approve New Application: A.N. 19-14: A request by Brett Summers for an on premise consumption Liquor, Beer & Wine License to be used in connection with TDT Augusta LLC dba Top Dwag Tavern located at 2821 Washington Rd. There will be Sunday Sales. District 7. Super District 10. (Approved by Public Services Committee April 30, 2019) Item Action: Approved AN.19-14.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 3. Motion to approve the award of Bid Item 19-138A to Hammett Electric Company, Inc. for the lump sum bid of $139,788.67. (Approved by Public Services Committee April 30, 2019) Item Action: Approved Bid_Opening_Summary_19_138A.pdf 19-138A__ITB_-_SENT_TO_VENDORS.pdf 19-138A_Department_Recommendation_of_Award.pdf Mail_Labels.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 4. Motion to approve Change Order #3 McCarthy - Taxiway A Project - Augusta Regional Airport. (Approved by Public Service Committee April 30, 2019) Item Action: Approved McCarthy_Improvement_Change_Order_3_-_Taxiway_A_Connector.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 5. Motion to extend the Management Agreement with Cypress Golf Management, LLC for an additional period of sixty (60) months. (Approved by Public Services Committee April 30, 2019) Item Action: Approved Cypress_Executed_Agreement.pdf Renewal_Letter_Signed.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Mr. Clarke out. Motion Passes 9-0. Commissioner Sammie Sias Commisioner Sean Frantom Passes 6. Motion to approve the award of runway 5/23 and airfield pavement renovations at Daniel Field Airport. (Bid Item #19-210) Reeves Construction Company. (Approved by Public Services Committee April 30, 2019) Item Action: Approved GDOT_TA_Letter_(1).pdf Shealy_approval_letter_for_TA_0001.pdf 19-210_ITB_to_Paper.pdf Official_Tab_Sheet_19-210.pdf 19-210_PBC.pdf Goodwyn_Mills_Cawood_Letter_of_Recommendation_+_Certified_Bid_Tab.pdf Recommendation_Letter_from_Department.pdf DBE_Utilization_Recommendation_Letter.pdf Mail_List_and_Demandstar_Planholders.pdf Daniel_Field_Airport_Georgia_Procurement_Registry_Vendor_Summary.pdf ItemApprovalSheet.html Motions Motion Text Made By Seconded By Motion Type Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 7. Motion to approve the procurement of one additional LED Digital Display Message Board for Lake Olmstead based off of Bid Item 18-204 (approved 8/21/2018). (Approved by Public Services Committee April 30, 2019) Item Action: Approved 18-204_LED_Digital_Display_Extension.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 8. Motion to approve the current preliminary design and proceed to final design and bid documents for Lake Olmstead Park improvements. (Approved by Public Services Committee April 30, 2019) Item Action: Rescheduled Handouts_Commission_3_8_18.pdf 2018-08-15_Presentation.pdf 18-07.01_Preliminary_Design_Set_12-21-2018.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Defer Motion to refer this item back to committee. Motion Passes 10-0. Commissioner Ben Hasan Commissioner Mary Davis Passes 9. Motion to approve the Lykins Oil Company Contract for Gas & Diesel Supply - Augusta Regional Airport. Bid Item 19-010 (Approved by Public Services Committee April 30, 2019) Item Action: Approved Gas_and_Oil_Supply_Agreement_Lykins.pdf 19-010_Invitation_to_Bid_sent_to_newspaper_-_revised.pdf TAB_SHEET_OFFICIAL.pdf 19-010_Recommendation_Letter_from_Department_-_Lykins.pdf Mail_List.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 10. Motion to approve the Newsome Electrical Contract for LED Lighting at the Augusta Regional Airport. (Approved by Public Services Committee April 30, 2019) Item Action: Approved CONTRACT_FOR_itb_19-156_selected_termina_l_led_lighting_conversion.docx Bid_Tab_Lights.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes ADMINISTRATIVE SERVICES 11. Motion to approve Engineering Department - Storm Water Division requests the purchase of one new Commercial Street Sweeper. Bid 18-291 Cherokee Truck. (Approved by Administrative Services Committee April 30, 2018) Item Action: Approved 18-291_-_Tab_Sheet_-Street_Sweeper.xlsx Invitation_to_Bid_Sent_to_Newspaper.pdf 18-291_OFFICIAL_TAB_SHEET.pdf 18-291_Department_Recommendation_of_Award.pdf Mail_List_and_Demandstar_Planholders.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Bobby Williams Commissioner Brandon Garrett Passes 12. Motion to approve request to replace two Ford F250’s, funded by General Fund Capital Outlay. Bid Item 18-186 - Allan Vigil Ford. (Approved by Administrative Services Committee April 30, 3019) Item Action: Approved Eval_-_204342_-_Eng-Maint.pdf Eval_-_F02315_-_Fleet.pdf 18-186_-_Tab_Sheet_-_Eng-Maint.xlsx 18-186_-_Tab_Sheet_-_Fleet.xlsx 18-186_ITB_-_SENT_TO_PAPER.pdf 18-186_OFFICIAL_TAB_SHEET.pdf 18-186_Department_Recommendation_of_Award.pdf Mail_List_and_Demandstar_Planholders.pdf Georgia_Procurement_Registry_Vendor_List.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 13. Motion to approve Fleet Management request for the replacement of five Marshal’s Office vehicles using SPLOST Phase VII – Public Safety Vehicles. Bid Item 19-172 Thomson Motor Centre $58,941. (Approved by Administrative Services Committee April 30, 2019) Item Action: Approved Eval_-_Marshal.pdf 19-172_Tab_Sheet_-_Marshal.pdf 19-172_Advertisement_to_Paper.pdf 19-172_OFFICIAL_TAB_SHEET.pdf 19-172_Department_Recommendation_of_Award.pdf Mail_List_and_Demandstar_Planholders.pdf Georgia_Procurement_Registry_Vendor_Summary.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 14. Motion to approve the Richmond County Sheriff’s Office request to approve the replacement of 24 Road Patrol, 4 Traffic, 6 Civil, 3 Administration and 9 Criminal Investigation vehicles using SPLOST VII – Public Safety Vehicles. Bid Item 19-172 Thomson Motor Centre (Approved by Administrative Services Committee April 30, 2018) Item Action: Approved Eval-_Sheriff_s_Office.pdf 19-172_Tab_Sheet_-_RP.xlsx 19-172_Tab_Sheet_-_Traffic.xlsx 19-172_Tab_Sheet_-_Civil.xlsx 19-172_Tab_Sheet_-_Admin_Cars.xlsx 19-171_Tab_Sheet_-_Civil.xlsx 19-172_Advertisement_to_Paper.pdf 19-172_OFFICIAL_TAB_SHEET.pdf 19-172_Department_Recommendation_of_Award.pdf Mail_List_and_Demandstar_Planholders.pdf Georgia_Procurement_Registry_Vendor_Summary.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 15. Motion to approve the District Attorney’s Office request the purchase of two Dodge Chargers. Bid Item 19-172 - Thomson Motor Centre (Approved by Administrative Services Committee April 30, 2018) Item Action: Approved Eval_-_DA_-_209088.pdf 19-172_Tab_Sheet_-_DA.pdf 19-172_Advertisement_to_Paper.pdf 19-172_OFFICIAL_TAB_SHEET.pdf 19-172_Department_Recommendation_of_Award.pdf Mail_List_and_Demandstar_Planholders.pdf Georgia_Procurement_Registry_Vendor_Summary.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 16. Motion to approve recommendations to update the online version of the PPPM; 2) make (declare) all hard copies of the PPPM obsolete and to authorize only the use of the online version of the PPPM. (Approved by the Administrative Policy & Procedures Subcommittee March 25, 2019 and Administrative Services Committee April 30, 2019) Item Action: Approved Ban_the_Box_Policy-Procedure-Ordinance.pdf Employee_Appeals_and_Dispute_Resolution_Policy-Procedure-Ordinance.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 17. Motion to award the contract to provide and install furnishings for the new Augusta Transit Operations and Maintenance Facility project to the low bidder, Weinberger’s Business Interiors of Augusta, GA, in the amount of Item Action: Approved $114,684.09. Bid 19-230 (Approved by Administrative Services Committee April 30, 2018) 19-230_ITB_-_SENT_TO_PAPER.pdf Copy_of_19-230_TAB_OFFICIAL.pdf 19-230_PBC.pdf Recommendation_Letter_from_Department.pdf Mail_List_and_Demandstar_Planholders.pdf Georgia_Procurement_Registry_Vendor_Summary.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 18. Motion to approve tasking the Law Department to determine if local governments can be involved in growing marijuana for medicinal purposes or if they can lease property to be used for that purpose.(Approved by Administrative Services Committee April 30, 2018) Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 19. Motion to approve appointing the Chair and/or their designee from each committee to serve on the advisory committee for the Lake Olmstead Feasibility Study. (Approved by Administrative Services Committee April 30, 2018) Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 20. Motion to approve tasking the Interim Administrator to develop the evaluation tool for the Commission for direct reports and come back with a recommendation in 30-days. (Approved by Administrative Services Committee April 30, 2018) Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve referring this item to the Policies & Procedures Subcommittee. Mr. D. Williams abstains. Motion Passes 9-0 -1. Commissioner Sammie Sias Commissioner Mary Davis Passes 21. Motion to approve/accept the recommendation of the Administrator to cancel the bid award of ITB #18-278 Articulated Dump Truck for the Environmental Services Department and rebid the project with enhanced specification and notify all prospective vendors. (Approved by Administrative Services Committee April 30, 2019) Item Action: Approved 18-278_OFFICAL_TAB.xls 18-278_Department_Recommendation_of_Award.pdf 18-278_Commision_Approval.pdf 18-278_Protest_by_May_Heavy_Equipment.pdf 18-278_Response_to_Protest.pdf 18-278_Protest_Appeal_-_May_Heavy_Equpment.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 22. Motion to approve Housing and Community Development Department’s (HCD's) request to amend contracts for construction of five (5) affordable housing units (single family). (Approved by Administrative Services Committee April 30, 2019) Item Action: Approved Collaborative_Contract_Novus_Agenda_4-16-19.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 23. Motion to approve bid item #19-183, to award the contract for the Municipal Building Parking Lot Improvements to Contract Management Inc., of Augusta, GA, in the amount of $293,865.00. (Approved by Administrative Services Committee April 30, 3019) Item Action: Disapproved 18-8039_A_RC_Bldg_5000_Pkg_Improvements-Civil_Plans_2018-06-29.pdf 19-183_Advertisement_to_Paper.pdf 19-183_TAB.pdf 19-183_MPB.pdf 19-183_Department_Recommendation_of_Award.pdf Mail_List_and_Demandstar_Planholders.pdf Georgia_Procurement_Registry_Vendor_Summary.pdf Compliance_Information.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Deny Motion to deny. Mr. B. Williams out. Voting No: Commissioner Commissioner Marion Williams Commisioner Sean Frantom Passes John Clarke, Commissioner Mary Davis, Commissioner William Fennoy. Motion Passes 6-3. 24. Motion to approve the revised drafts of the proposed dedication plaques for the following projects: (Approved by Administrative Services Committee April 30, 2019) Augusta Records Retention Annex Jeff Maxwell Library Additions and Renovation Augusta Transit Operations and Maintenance Facility Item Action: Approved Records_Retention_Plaque_Draft.xls Maxwell_Plaque_Draft.xls Transit_Maintenance_Facility_Plaque_Draft.xls ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 25. Motion to approve Trane, Inc. to proceed with a Phase 1 detailed investment grade facility assessment to evaluate and assess the overall condition of Augusta, Georgia’s various facilities while locating and recommending energy performance savings in the amount of $590,000 as described in RFQ #18-164.(Approved by Administrative Services Committee April 30, 2019) Item Action: Approved 18-164_RFQ_Invitation_to_Bid.doc 18-164_Tab_Sheet.pdf 18-164_Cumulative_Evaluation_Sheet_.pdf 18-164_Recommendation_Memo.pdf Process_Regarding_RFQs.pdf 18-164_MPQ.pdf 18-164_Planholders_List.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 26. Z-19-06 - Motion to approve allowing the withdrawal of this petition; concurrence with the Augusta Planning Commission to deny a petition Joseph Edge, on behalf of Edge Property Management LLC, requesting a change of zoning from Zone A (Agriculture) to Zone B-1 (Neighborhood Business) affecting property containing 0.48 acres and known as 2665 Tobacco Road. Tax Map 140-0-008-00-0 CONTINUED from February 4, 2019 meeting. DISTRICT 4 (Approved by Administrative Services Committee April 30, 2019) Item Action: Approved z-19-06.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes PUBLIC SAFETY 27. Motion to approve the award of Bid Item #19-154 Cardiac Monitor/Defibrillator to Physio-Control, Inc., authorize the Mayor to sign the contract to purchase the Cardiac Monitors/Defibrillators through Physio- Control, Inc., and authorize the Fire Department to immediately purchase one Cardiac Monitor/Defibrillator pursuant to the terms of the contract. (Approved by Public Safety Committee April 30, 2019) Item Action: Approved Contract_for_Cardiac_MonitorsDefibrillators.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 28. Motion to approve the Richmond County Marshal office request to implement new Marshal's Eviction Fee Proposal. (Approved by Public Safety Committee April 30, 2019) Item Action: Approved SKM_C554e19050212200.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Defer Motion to refer this item back to committee. Commissioner Marion Williams Dies for lack of Second Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Voting No: Commissioner Marion Williams. Motion Passes 9-1. Commissioner Ben Hasan Commissioner Dennis Williams Passes 29. Motion to authorize staff to draft a Code amendment to modify the Personal Transportation Vehicle provisions of the Code so as to only require hydraulic brakes on commercially used PTVs.(Approved by Public Safety Committee April 30, 2019) Item Action: Approved PTV_Ordinance_sec_3-5-86.docx ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Passes Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis 30. Motion to approve the acceptance of the one-time commission bonus check in the amount of $35,000 and adjust the budget accordingly. (Approved by Public Safety Committee April 30, 2019) Item Action: Approved RCCI_Inmate_Telephone_Contract.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes FINANCE 31. Motion to approve request from Delta House, Inc. which operates the Lucy Craft Laney Museum of Black history an extension to complete the renovation of the Museum that will be partially funded with SPLOST VI. (Approved by Finance Committee April 30, 2019) Item Action: Approved SPLOST_VI_contract_Delta_House,_Inc.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes ENGINEERING SERVICES 32. Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 166-0- 381-00-0) 4219 James Drive. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved Agenda_Item_-_Wrightsboro24.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 33. Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 153-0- 129-00-0) 2419 Travis Road. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved Agenda_Item_-_Crawford.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 34. Motion to approve contract with Cranston Engineering Group to provide services related to FERC license as well as design services for the Augusta Canal in the amount of $209,380.00.(Approved by Engineering Services Committee April 30, 2018) Item Action: Approved Draft_Eng_Services_Contract_Cranston_FERC_18-19.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 35. Motion to approve contract with Kleinschmidt Associates to provide FERC mandated Part 12 Independent Consultant Dam Safety Inspection Services for the Augusta Canal in the amount of $113,500.00. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved Draft_Eng_Services_Contract_Kleinschmidt_FERC_Part_12.pdf Sole_Source_Justification_Kleinschmidt_Associates.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 36. Motion to approve and award Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Goodwyne, Mills & Cawood (GMC), Alfred Benesh, Constantine Engineering, Inc., and Cranston Engineering as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 19-148 (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved 19-148-Drainage_Official_Tab_Sheet.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Ms. Davis out. Motion Passes 9-0. Commissioner Marion Williams Commisioner Sean Frantom Passes 37. Motion to approve and award Streambank Stabilization Design, Permitting and Construction Engineering Services Agreement to Goodwyne, Mills & Cawood (GMC), Pond & Company and Johnson Laschober & Associates, PC as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 19-152 (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved 19-152_Streambank_offcial_Tab_Sheet.pdf 19-152_RFQ_sent_to_newspaper.pdf 19-152_Cumulative.pdf 19-152_Department_Request_to_Negotitate.pdf Process_Regarding_RFQs.pdf 19-152_PQC.pdf Mail_List_and_Demandstar_Planholders.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 38. Motion to accept/approve proposal from Goodwyn, Mills and Cawood, Inc. (GMC) to amend their engineering services contract in the amount of $79,000.00 for Utilities Department’s Fort Gordon Cross Basin Lift Station and Force Main project. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved Fort_Gordon_Cross_Basin_LS___FM_Design_Amendment_-_Map.pdf Fort_Gordon_Cross_Basin_LS___FM_Design_Amendment_-_Proposal.pdf Fort_Gordon_Cross_Basin_LS___FM_Design_Amendment_-_Purchase_Order.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 39. Motion to approve authorizing the Engineering Dept. to proceed with a temporary solution of installing a left turn lane at an estimated cost of $120,000 to improve an extremely dangerous entrance to the Augusta Regional Airport. (Approved by Engineering Services Committee) Item Action: Disapproved Airport_Entrance_-_FBO_Hangers_Service_Trucks_Employees.pdf Augusta_Regional_20190424_120015.jpg Augusta_Regional_20190424_120031.jpg Augusta_Regional_20190424_120105.jpg ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Deny Motion to deny. Voting No: Commissioner John Clarke, Commissioner William Fennoy, Commissioner Sammie Sias, Commissioner Dennis Williams. Motion Fails 5-4. Commissioner Marion Williams Commissioner Bobby Williams Fails Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Substitute motion to approve. Voting No: Commisioner Sean Frantom, Commissioner Brandon Garrett, Commissioner Ben Hasan, Commissioner Bobby Williams, Commissioner Marion Williams. Motion Fails 4-5. Commissioner Sammie Sias Commissioner William Fennoy Fails 40. Motion to approve the deed of dedications, maintenance agreements, and road resolutions submitted by the Engineering Department and the Augusta Utilities Department for Haynes Station Phase IX. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved Haynes_Station_Phase_9.pdf Haynes__Station_Phase_9_Contract.pdf Haynes_Station_Phase_9_Print_2.pdf Haynes_Station_Phase_9_Print.pdf Haynes_Station_Phase_9_Proposal.doc Location_Map_Haynes_Station_Phase_9.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 41. Motion to approve entering into a Memorandum of Agreement with the Georgia Department of Transportation for inclusion into the statewide NaviGAtor Program as requested by AED.(Approved by Engineering Services Committee April 30, 2018) Item Action: Approved MOU_-_Augusta_Navigator.docx ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 42. Motion to approve $100,000 in Additional Funding for New Savannah Bluff Lock and Dam and include periodic updates from the firms involved. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Ms. Davis out. Motion Passes 9-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 43. Motion to approve and award Preliminary and Final Engineering Design Consultant Services Agreement to Goodwyne, Mills & Cawood (GMC) in the amount of $1,076,541.99 for the Telfair Street Improvements Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFP 18-266 (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved 18-266_TIA_TelfairPE_Agenda_Attachments.pdf CPB_Telfair_Street_Impvts_award_Infrastructure_4.04.2019.xlsx 18-266_TAB_OFFICIAL.xls 18-266_MPB.pdf Eval_Cummulative_18-266.xlsx 18-266_Department_Recommendation_of_Award.pdf 18-266_Planholders_list.pdf Process_Regarding_RFPs.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 44. Motion to approve the installation of thirteen streetlights in Haynes Station Section 9 with a cost of $4,056.00 per year. This is also to approve a new lighting tax district for the 45 lots associated with the above section. Funding is available in the Street Lighting budget account #2760416105312310. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 45. Motion to approve the installation of fifteen streetlights in Spirit Point Section 3 with a cost of $2106.00 per year. This is also to approve a new lighting tax district for the 51 lots associated with the above section. Funding Item Action: Approved is available in the Street Lighting budget account #2760416105312310. (Approved by Engineering Services Committee April 30, 2018) ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 46. Motion to approve the reallocation of the SPLOST 4 through 6 funded projects to projects as listed by the Engineering Department. (Approved by Engineering Services Committee April 30, 2018) Item Action: Approved SKM_C554e19050212160.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Commissioner Dennis Williams Commissioner Ben Hasan No action is taken on this motion due to the passage of the substitute motion. Motions Motion Type Motion Text Made By Seconded By Motion Result Defer Motion to refer this item back to committee. Ms. Davis out. Voting No: Commissioner William Fennoy, Commissioner Brandon Garrett, Commissioner Ben Hasan. Motion Passes 6-3. Commissioner Marion Williams Commissioner Sammie Sias Passes 47. Motion to approve On-Call Engineering Services with Infrastructure Systems Management, LLC with an Initial Budget of $200,000.(Approved by Engineering Services Committee April 30, 2018) Item Action: Approved 18-132_Pre-Qualified_Engineering_Firms.pdf ISM_Time_Material_AUD_03192019_(003).pdf 18-132_RFQ_sent_to_newspaper.pdf 18-132_Official_RFQ_Tab.pdf 18-132_Scores_Matrix_Cumulative_-_Agenda.pdf RFQ_18-132_Recommendation_of_Award_-_Engineering_Consultant_Services_Roster.pdf Process_Regarding_RFQs.pdf Mail_List_and_Demandstar_Planholders.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes PETITIONS AND COMMUNICATIONS 48. Motion to approve the minutes of the regular meeting of the Augusta Commission held on April 2, 16, 2019 and Special Called meeting held April 30, 2019. Item Action: Approved Regular_Commission_Meeting_April_2_2019.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes APPOINTMENT(S) 49. Motion to approve the appointment of Mr. Kelby Walker to the Augusta Transit Citizens Advisory Board representing District 5. Item Action: Approved SKM_C554e19041113542.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes ****END CONSENT AGENDA**** AUGUSTA COMMISSION 5/7/2019 AUGUSTA COMMISSION REGULAR AGENDA 5/7/2019 (Items 50-55) PUBLIC SERVICES 50. Require the Augusta Transit Department to display the scheduled arrival time of the public transit bus at each posted bus stop". The scheduled time shall be posted at each bus stop within the next 90 days. (Requested by Commissioner Sammie Sias) Item Action: Disapproved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve and to provide the Transit Department with the resources to make this happen. Commissioner Sammie Sias Commissioner William Fennoy Fails Voting No: Commissioner John Clarke, Commisioner Sean Frantom, Commissioner Brandon Garrett, Commissioner Marion Williams. Motion Fails 5-4. APPOINTMENT(S) 51. Motion to approve the appointment of Mr. William Mills to the Richmond County Board of Tax Assessors due to the expired term of Mr. Bernard Johnson for a four year term beginning immediately and ending April 25, 1922 representing Senatorial District 22/ Commission Districts 9. (Requested by Commissioner Marion Williams) Item Action: Approved William_Mills.doc Board_of_Tax_Assessors__19.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve with the ending date of the term being April 25, 2022. Mr. B. Williams out. Voting No: Commissioner William Fennoy, Commissioner Sammie Sias, Commissioner Dennis Williams. Motion Passes 6-3. Commissioner Ben Hasan Commissioner Brandon Garrett Passes 52. Motion to appoint Mr. Robert Bledsoe to the Board of Tax Assessors for District 22. (Requested by Commissioner Sammie Sias) Item Action: None Agenda_Item_Comm_Sias_5.7.19.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result No action is taken on this item due to the passage of Item 51. OTHER BUSINESS 53. CONSIDER RESOLUTION FOR THE EXEMPTION OF THE VEHICLE ASSIGNED TO THE MAYOR FROM THE STATE DECAL STATUTE AND RENEWAL OF EXEMPTION UNDER AUGUSTA DECAL Item Action: Approved 2019-05-_7_Draft_Resolution_Renewing_the_Exemption_of_Mayor_s_Vehicle_from_Decal_Ordinance.pdf 2019-30-4_Min._Public_Hearing__Exemption_of_vehicle_assigned_for_the_transport_of_the_Mayor.pdf Public_Notice_exemption_of_the_decaling_of_vehicle_assigned_to_the_mayor.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve the exemption of the Mayor's vehicle from having a decal. Mr. M. Williams abstains. Voting No: Commissioner John Clarke, Commisioner Sean Frantom, Commissioner Brandon Garrett, Commissioner Dennis Williams. Motion Fails 5-4 -1. Commissioner Ben Hasan Commissioner Sammie Sias Fails Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve reconsidering this item. Mr. M. Williams abstains. Voting No: Commissioner John Clarke, Commisioner Sean Frantom, Commissioner Dennis Williams. Motion Passes 6-3 -1. Commissioner Sammie Sias Commissioner Ben Hasan Passes Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve the exemption of Mayor's vehicle from having a decal. Mr. M. Williams abstains. Voting No: Commisioner Sean Frantom, Commissioner Brandon Garrett, Commissioner Dennis Williams. Motion Passes 6-3 -1. Commissioner Sammie Sias Commissioner Ben Hasan Passes ADDENDUM 54. Request to approve a two (2) hour extension to regular rental hours for a Banjo-B-Que Kickoff event at the Julian Smith Casino on Friday, May 24, 2019. Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Unanimous consent is given to add this item to the agenda. Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes 55. Request approval of the installation of public art at Hillside Park and at McBean Community Center. Item Action: Approved Public_Art_Projects_approved.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Unanimous consent is given to add this item to the agenda. Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commisioner Sean Frantom Commissioner Mary Davis Passes LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 56. Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Item Action: None Upcoming Meetings www.augustaga.gov Commission Meeting Agenda 5/7/2019 2:00 PM Invocation Department: Department: Caption:Reverend Rufus Copeland, Pastor, Gardner Grove Baptist Church. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM April Years of Service Department:Human Resources Department:Human Resources Caption: Congratulations! 2019 April Years of Service (YOS) Recipients. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Augusta Utilities Department Department: Department: Caption: National Drinking Water Week” (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Congratulations! Department: Department: Caption:Lucy C. Laney High School Senior Jakelia Baker on receiving offers of $1.3 million in scholarship awards. (Requested by Commissioner Bill Fennoy) Background:According to the Augusta Chronicle Editorial story entitled "Good News and bad news" dated April 1, 2019 Jakelia Baker is Lucy C. Laney High School 2019 valedictorian, earing a superb 4.1 grade-point average while taking honors and Advanced Placement classes. Jakelia applied to more than 65 colleges and universities and received national media attention when at least 55 schools accepted her, and extended more than 1.3 million in scholarship awards. Jakelia is accepting an athletic scholarship to play volleyball at Penn State Beaver. Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Saint Paul’s Church 100th anniversary Department: Department: Caption: Congratulations! Saint Paul’s Church 100th anniversary. (Requested by Commissioner Bill Fennoy) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: AGENDA ITEM REQUEST FORM commission meetings: First and third ruesdays of each month - 2:00 p.m. committee meetings: second and last Tuesdays of each month - I:00 [.m. commission/committee: (Please check one and insert meeting date) Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date ofMeeting contact Information for IndividuallPresenter Making the Request: u Telephone Number: Fax Number: € E-MailAddress: 'r7uaW-rk"ni{cr 6oWrt ,/ Commission Public Safety Committee Public Services Committee Administrative Services Comm ittee Engineering Services Committee Finance Committee Captigp/Topic ofls Ort a Please send this request form to the following address: Ms. Lena J. Bonner CIerk of Commission Room 806 Municipal Building 530 Greene Street Augusta, GA 3090f Telephone Nurnber: 7 A6-821-1820 Fax Number: 706-821-1838 E-MailAddress: nmorawski@augustaga.gov Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk,sOffice no later than 9:00 a.m. on the Thursday preceding the Commission meeting and 9:00a'm. on the Thursday preceding the Commiftee meeting of the following *."1i. A five-minute time limit will be allowed for presentations. Commission Meeting Agenda 5/7/2019 2:00 PM Mr. Bennish Brown, President & CEO ACVB Department: Department: Caption:Mr. Bennish Brown, President & CEO Augusta Convention Visitors Bureau regarding 1st quarter updated on progress and activities of the ACVB's efforts to promote Augusta. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: From: Sent: lo: Subject: moses todd <iloveaugg3@gmail.com> Wednesday, May 0L, 20L9 2:24 pM Nancy Morawski; moses todd IEXTERNALI Fwd: The State of The Good and welfare of Augusta-Richmond County Ga. Forwarded message From: moses todd <iloveaugg3@gmail.o > Date: Tue, Apr 30, 2079,7:56 AM Subject: The State of The Good and welfare of Augusta-Richmond county Ga.To: <lbailev@augustaea > Lena Bonner Clerk of commission 535 Telfair Street Augusta Georgia Madam Clerk, please put Moses Todd on the agenda for the May Tthregular meeting to comment on The stateof The Good and Welfare of Augusta Richmond County Ga. Moses Todd iloveaug.org 762-215-8585 [NOTICE: This message originated outside of the City of Augusta's mail system -- DO NOTCLICK sn links, open attachments or respond to requests for information unless you are sure the content issafe.l Commission Meeting Agenda 5/7/2019 2:00 PM Mr. Moses Todd Department: Department: Caption:Mr. Moses Todd regarding the state of the Good and Welfare of Augusta-Richmond County, GA Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Alcohol Application Department:Planning & Development Department:Planning & Development Caption:Motion to approve New Location: A.N. 19-13: request by Alphonso Daggett for an on premise consumption Liquor, Beer & Wine License to be used in connection with Gravity Lounge & Restaurant LLC located at 2510 Peach Orchard Rd Unit G. There will be Dance. District 2. Super District 9. (Approved by Public Services Committee April 30, 2019) 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 $4,600.00 Alternatives: Recommendation:Staff approved the application subject to additional information not contradicting the applicant’s statements. 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 Commission Meeting Agenda 5/7/2019 2:00 PM Alcohol Application Department:Planning & Development Department:Planning & Development Caption:Motion to approve New Application: A.N. 19-14: A request by Brett Summers for an on premise consumption Liquor, Beer & Wine License to be used in connection with TDT Augusta LLC dba Top Dwag Tavern located at 2821 Washington Rd. There will be Sunday Sales. District 7. Super District 10. (Approved by Public Services Committee April 30, 2019) Background:This is a New Owner Application. Analysis:The applicant meets the requirements of the City of Augusta's Alcohol Ordinance. Financial Impact:The applicant will pay a fee of $5,830.00 Alternatives: Recommendation:Staff approved the application subject to additional information not contradicting the applicant’s statements. 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 Invitation to Re-Bid Sealed bids will be received at this office until Thursday, February 26, 2019 @ 11:00 a.m. for furnishing: Re-Bid Item #19-138A Augusta Soccer Park Lighting for Field 1 for Augusta, GA – Recreation and Parks Department Re-Bids will be received by Augusta, GA 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 Re-Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. 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, February 12, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Sent to Vendors: February 5, 2019 Commission Meeting Agenda 5/7/2019 2:00 PM Augusta Soccer Park Field Lighting Department:Recreation and Parks Department Department:Recreation and Parks Department Caption:Motion to approve the award of Bid Item 19-138A to Hammett Electric Company, Inc. for the lump sum bid of $139,788.67. (Approved by Public Services Committee April 30, 2019) Background:SPLOST VII included funding for one (1) field lighting at the Augusta Soccer Park.The completion of this project will allow for all seven (7) soccer fields to be lighted. Analysis:The Augusta Procurement Department received three (3) compliant bids on the referenced project, which opened on February 28, 2019. Of the three (3) compliant bids received, Hammett Electric Company, Inc. was the low responsive bidder meeting all specifications and materials as requested. The Department has concurrence with the Augusta Arsenal Soccer Club who has been our partner since the soccer park opened in 1996. Hammett Electric are suppliers of MUSCO Lighting Systems which is the lighting we currently have at the other six (6) fields at the soccer complex. Financial Impact:$139,788.67 Alternatives:1. To Approve 2. To Deny thus delaying the field lighting project at the Augusta Soccer Park Recommendation:1. To Approve Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN ACCOUNT: SPOST VII - $135,000 SPLOST VI - $4,788.67 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Change Order #3 McCarthy Txwy A Project Department:Augusta Regional Airport Department:Augusta Regional Airport Caption:Motion to approve Change Order #3 McCarthy - Taxiway A Project - Augusta Regional Airport. (Approved by Public Service Committee April 30, 2019) Background:The original scope of work provides for the reconstruction and extension of the Taxiway A at the Augusta Regional Airport, which was performed by McCarthy Improvement Company for a contracted amount of $16,772,436.70. This change order adds to the original construction scope due to modifications to the following: 1. Quantity Adjustments: · Airfield Safety and Traffic Control · Asphaltic Concrete Pavement Removal · Cold Milling · Excavation · PCC Pavement Removal · Crushed aggregate base course · Subgrade Preparation · Removal of Taxiway Edge Light and Base Can · Seeding · Joint Sealing Filler · Pavement Markings Analysis:During the last project, several items included in the original bid needed to be adjusted in order to cover the true quantities shown on the construction plans, which resulted in a cost savings of $681, 652.95. This change order will be covered by the funds saved in the current AIP Grant. Financial Impact:FAA 90% Funds Enterprise 10% Funds Alternatives:To Deny Recommendation:Augusta Aviation Commission recommends approval of Work Authorization #3 McCarthy Taxiway A Project Funds are Available in the Following Accounts: 551081301/5412110 FAA 90% 10% Enterprise Fund REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Cypress Golf Management of the Augusta Municipal Golf Course Department:Recreation and Parks Department:Recreation and Parks Caption:Motion to extend the Management Agreement with Cypress Golf Management, LLC for an additional period of sixty (60) months. (Approved by Public Services Committee April 30, 2019) Background:At their regular meeting held on May 22, 2014, The Augusta Commission approved an award of contract with Cypress Golf Management to manage the operations of the Augusta Municipal Golf Course. Within said agreement as referenced in Section 8, TERM AND CONDITION, and 8.1, Term. “The initial term of this agreement shall be sixty (60) months, beginning on the effective date of this agreement. This agreement may, by mutual written assent of the parties, be extended for an additional period of time of sixty (60) months.) Analysis:Cypress Golf Management LLC, has officially submitted their request to exercise the option of extending their agreement with Augusta, Georgia for the term of sixty (60) months. Cypress Golf’s performance has been met with positive reviews by staff and by the general golfing public. As a managed function under the Augusta Recreation and Parks Department, we concur and support this request for extension. Financial Impact:Terms of the original agreement will carry through with no changes and as per the original agreement approved in May of 2014. Alternatives:1. To Approve the extension of the Cypress Golf Management Contract for sixty (60) months. 2. To deny leaving the Augusta Golf Course operations without the appropriate management services required. Recommendation:1. Move to Approve. Funds are Available in the Following Accounts: 101061451 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Scanned by CamScanner Office of frre Administratort;L*:d R C': .I A JaniccAllenJadaon, Mministrator Jarvis Sims, D€puty Adminisrrabr Toqr /6rDonald, Depugl Adminisraror SuiE 910 - &lunicipat Building 515 Telfair Sreet - eUCUSfe, Ce f OfO irao 821-2ffi - FN( (706) 82 t_281 I December 5, 2018 Ms. Rebecca Shealy lnterim Director- Daniel Fietd Airport 1775 Highland Avenue Augusta, GA 309c1 Dear Becky: The Augusta, Georgia Commission, at their regular meeting held on Tuesday, December 4, zolgapproved Tentative Allocation for a Grant to overlay Runway 5-23 at Daniel Field Airport. (Approved byPublic Services Committee November 2l, Z}tgl lf you have any questions, please contact me. Yours truly, iL \Xkwt,-tttlI J{nice Allen Jackson\ ddministrato. l2-O$t8: fr3 Ms. Donna Williams Invitation to Bid Sealed bids will be received at this office until Wednesday, April 17, 2019 @ 3:00 p.m. for furnishing: Bid Item #19-210 Runway 5/23 and Airfield Pavement Renovations for Augusta, GA – Daniel Field Airport Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $70.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Friday, March 8, 2019. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. A Pre Bid Conference will be held on Friday, March 29, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. A Site Visit will Follow. 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 April 2, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder. A 5% Bid Bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March 9, 14, 21, 28, 2019 Metro Courier March 14, 2019 Revised: 2/2/2016 OFFICIAL VENDORS Attachment "B"E-Verify Addendum 1 SAVE Form Bid Bond Base Bid Add Alternate #1 Total Add Alternate #2 Total ER Snell 1785 Oak Rd Snellville, GA 30078 **Yes 22114 Yes Yes Yes $1,343,894.70 $75,609.70 $272,713.89 Reeves Construction 1 APAC Industrial Way Augusta, GA 30907 Yes 667047 Yes Yes Yes $1,366,230.00 $78,453.40 $241,328.95 Gosalia Concrete 100 Chert Rd Marietta, GA 30062 **Non-Compliant No Business License Number Total Number Specifications Mailed Out: 21 Total Number Specifications Download (Demandstar): Total Electronic Notifications (Demandstar): Pre-Bid Attendees: 4 Total packages submitted: Total Noncompliant: Bid Opening Bid Item #19-210 Runway 5/23 and Airfield Pavement Renovations for Augusta, GA - Daniel Field Airport Bid Due Date: Wednesday, April 17, 2019 @ 3:00 p.m. Page 1 of 1 April 22, 2019 Mr. David Fields, Chairman Mr. Steven Gay, Airport Director Ms. Becky Shealy, Assistant Airport Director Daniel Field Airport – General Aviation Commission 1775 Highland Avenue Augusta, GA 30904 RE: GDOT PROJECT NO AP019-XXXX-XX(245) RICHMOND Daniel Field Airport (DNL) Runway 5/23 Rehabilitation (Base Bid) Taxiway Delta Rehabilitation (Add Alt #1) Apron Rehabilitation (Add Alt #2) Augusta, Georgia Dear Mr. Fields, Mr. Gay, and Ms. Shealy: Goodwyn, Mills and Cawood, Inc. has reviewed the bids for the referenced project received at 3:00 p.m. EDT (local time), Wednesday, April 17, 2019. The lowest responsive bidder was Reeves Construction Company, LLC. from Augusta, GA with a Base Bid amount of $1,366,230.00, Alt #1 amount of $78,453.40, and an Alt #2 amount of $241,328.95 for a total bid amount of $1,686,012.35. This contractor is licensed and in good standing. A bid tabulation is enclosed for your files. Goodwyn, Mills and Cawood, Inc. recommends award base bid plus both additive alternates of the contract to Reeves Construction Company, LLC. in the amount of $1,686,012.35. In accordance with GDOT requirements, Augusta, Georgia should receive Notice to Proceed from GDOT prior to issuing the Notice of Award to Reeves Construction Company, LLC, since the project is funded primarily with federal and state funds. Should you have any questions or concerns, please feel free to contact me at any time. Sincerely, Ryan Pearce, PE BASE BID Item Spec. No.Qty.Unit Description Unit Price Total Price 1. C-105 1 LS Mobilization $213,975.00 $213,975.00 2. P-101.5.1 100,000 LIN FT Joint and Crack Repair $1.00 $100,000.00 3. P-101.5-2 59,500 SQYD Cold Milling $2.15 $127,925.00 4. 400-3101 6,550 TON Asph Conc 12.5 mm Superpave, GO 2 Only, Incl Bitum Mall $89.00 $582,950.00 5. 402-1802 500 TON Recycled Asph Conc Patching, Incl Bitum Matl & H Lime $150.00 $75,000.00 6. 402-1812 500 TON Recycled Asph Conc Leveling< Incl Bitum Matl & H Lime $94.00 $47,000.00 7. 413-1000 5,950 GAL Bituminous Tack Coat $3.00 $17,850.00 8. P-620-5.1a 1 LS Surface Preparation $10,000.00 $10,000.00 9. P-620-5.1b 0 SQ FT Marking Removal/Rejuvenator Removal (Sandblasting) $5.00 $0.00 10. P-620-5.2a 68,700 SQ FT Permanent Marking, Reflective, White $0.70 $48,090.00 11. P-620-5.2b 6,410 SQ FT Permanent Marking, Reflective, Yellow $0.75 $4,807.50 12. P-620-5.2c 1,800 SQ FT Permanent Marking, Black $0.65 $1,170.00 13. P-620-5.3a 1 LS Reflective Media $40,000.00 $40,000.00 14. P-620-5.4a 68,700 SQ FT Temporary Marking, White $0.55 $37,785.00 15. P-620-5.4b 6,410 SQ FT Temporary Marking, Yellow $0.75 $4,807.50 16. P-621-5.1 35,400 SQ YD Grooving $1.55 $54,870.00 17. P-632-8.1 0 SQ YD Asphalt Rejuvenation $5.00 $0.00 18. P-632-8.2 0 LS Friction Tests $10,000.00 $0.00 19. P-632-8.3 0 LS Manufacturer's Representative $10,000.00 $0.00 SubTotal Base Bid $ TABULATION OF BIDS ITB 19-210 RUNWAY 5/23 REHABILITATION DANIEL FIELD AIRPORT (DNL) GMC PROJECT NO. TAUG180003 GDOT PROJECT NO. APXXX-XXXX-XX(XXX) BID OPENING: WEDNESDAY, APRIL 17, 2019 @ 3:00 P.M. EST Augusta, GA Reeves Construction Company 1,366,230.00 Page 1 of 2 ADDITIVE ALTERNATE NO. 1 Item Spec. No Qty.Unit Description Unit Price Total Price A1 P-101.5.1 27,635 LIN FT Joint and Crack Repair $1.00 $27,635.00 A2 P-620-5.1b 624 SQ FT Marking Removal/ Rejuvenator Removal (Sandblasting) $0.75 $468.00 A3 P-620-5.2b 4,100 SQ FT Permanent Marking, Reflective, Yellow $0.85 $3,485.00 A4 P-620-5.3a 1 LS Reflective Media $5,000.00 $5,000.00 A5 P-620-5.4b 4,100 SQ FT Temporary Marking, Yellow $0.75 $3,075.00 A6 P-632-8.1 22,369 SQ YD Asphalt Rejuvenation $1.60 $35,790.40 A7 P-632-8.2 1 LS Friction Tests $1,500.00 $1,500.00 A8 P-632-8.3 1 LS Manufacturer's Representative $1,500.00 $1,500.00 SubTotal Additive Alternate No. 1 ADDITIVE ALTERNATE NO. 2 Item Spec. No Qty.Unit Description Unit Price Total Price B1 P-101.5.1 21,465 LIN FT Joint and Crack Repair $1.00 $21,465.00 B2 P-620-5.1b 185,526 SQ FT Marking Removal/ Rejuvenator Removal (Sandblasting) $0.75 $139,144.50 B3 P-620-5.2b 4,123 SQ FT Permanent Marking, Reflective, Yellow $0.85 $3,504.55 B4 P-620-5.3a 1 LS Reflective Media $7,500.00 $7,500.00 B5 P-620-5.4b 4,123 SQ FT Temporary Marking, Yellow $0.75 $3,092.25 B6 P-632-8.1 60,593 SQ YD Asphalt Rejuvenation $1.05 $63,622.65 B7 P-632-8.2 1 LS Friction Tests $1,500.00 $1,500.00 B8 P-632-8.3 1 LS Manufacturer's Representative $1,500.00 $1,500.00 SubTotal Additive Alternate No. 2 TOTAL BID (Base Bid plus Additive Alternate No. 1 & Additive Alternate No. 2) Reeves Construction Company has no errors. To the best of our knowledge, these bids are accurately tabulated and were accepted in accordance with applicable regulations. Ryan Pearce, P.E., Georgia License No. 40043 Reeves Construction Company Augusta, GA $78,453.40 $241,328.95 Reeves Construction Company Augusta, GA $1,686,012.35 Page 2 of 2 DANIEL FIELD AIRPORT Dedicated-October 27, 1927 GENERAL AVIATION COMMISSION AIRPORTMANAGER 1775HIGHLAND AVE AUGUSTA, GA 30904 (706) 733-1647 RE: April22,2OL9 Ms. GeriSams, Director Augusta Procurement Department 535 Telfair Street, Suite 550 Augusta, GA 30901 ITB 19-210, Runway 5123 and Airfield Pavement Renovations for the Daniel Field Airport (DNL) GDOT PROJECT NO AP019-XXXX-XX(245) RICHMOND Runway 5/23 Rehabilitation (Base Bid) Taxiway Delta Rehabilitation (Add Alt #1) Apron Rehabilitation (Add Alt #2) Dear Ms. Sams, The Daniel Field Airport management and the Daniel Field GeneralAviation Commission have reviewed the recommendations of the Augusta Procurement Department and our engineering consultan! Goodwyn Mills Cawood, and approve awarding of the base bid, additive alternative bid #1, and additive alternate f2 of the above-referenced project to the Iowest responsive bidder, Reeves Construction Company, LLC in amount of 51,686,012.35. GDOT Aviation Programs has concurred with this local award approval and will be ready to issue a contract for approximately 95% of this project upon approval by the Augusta Commission on May 7, 20L9. This is a critical project for the Daniel Field Airport, and we are very thankful to you and your staff for the outstanding service and assistance in this bidding process. Blue skies,ffiKBeckv'n(y t April 19, 2019 Ms. Phyllis Johnson, Interim Director Ms. Lauren Saul, Administrative Compliance Technician Augusta, Georgia Compliance Department 535 Telfair Street, Suite 530 Augusta, GA 30901 RE: ITB 19-210, Runway 5/23 and Airfield Pavement Renovations for the Daniel Field Airport (DNL). Runway 5/23 Rehabilitation (Base Bid) Taxiway Delta Rehabilitation (Add Alt #1) Apron Rehabilitation (Add Alt #2) Dear Ms. Johnson and Ms. Saul, Goodwyn, Mills, and Cawood, Inc. has reviewed the Disadvantaged Business Enterprise (DBE) Utilization Statements and Letters of Intent submitted by Reeves Construction Company, LLC for ITB 19-210, Runway 5/23 and Airfield Pavement Renovations for the Daniel Field Airport (DNL). Below is a summary of our findings: DBE Subcontractor DBE Vendor Number Work to be Performed Contract Amount Percent of Total Contract Epps Brothers, Inc.2EP650 Joint and Crack Repair $149,100.00 8.84% RRB Trucking, LLC 12886 Hauling $17,000.00 1.01% Total Proposed DBE Participation 9.85% These subcontractors are certified by Georgia Department of Transportation according to the Unified Certification Program Directory, accessed on 18 April 2019. We have found this submittal to be in compliance with the Contract Documents and the DBE Goals and Methodology prepared February 2019. Reeves Construction Company’s bid package exceeds the DBE utilization goal of 9.84% on this proposed contract. Should you have any questions or concerns, please feel free to contact me at any time. Sincerely, Ryan Pearce, PE Commission Meeting Agenda 5/7/2019 2:00 PM Daniel Field Runway & Airfield Pavement Renovations Department:Daniel Field Airport Department:Daniel Field Airport Caption:Motion to approve the award of runway 5/23 and airfield pavement renovations at Daniel Field Airport. (Bid Item #19- 210) Reeves Construction Company. (Approved by Public Services Committee April 30, 2019) Background:This project includes milling of existing pavement on the runway, crack sealing the paved shoulder and milled runway surface to alleviate crack propagation and then overlaying a new asphalt wearing surface on the runway. Additionally, runway 5/23 is to be grooved to help with standing water. The project also includes crack sealing and rejuvenation application for the taxiway parallel to runway 5/23 and all aircraft movement and parking aprons east of the runway. Once all asphalt renovations are complete, the marking of all affected airfield pavements, including tie-down marking are to be complied with in accordance with FAA standards for airport marking. Analysis:The Augusta, Georgia Commission approved the tentative allocation for a federal grant to design and rehabilitate runway 5/23 and apron area at its December 4, 2018 meeting. The bid process was complied with for the construction portion of this project in accordance with the Augusta, Georgia procurement guidelines. Based on those guidelines, Reeves Construction was the qualified prime contractor with the lowest bid submitted. Financial Impact:Reeves Construction submitted the following for the said project: Base: 1,366,230.00 Alternate 1 (taxiway rehab): 78,453.40 Alternate 2 (apron rehab): 241,328.95 TOTAL SUBMITTED: 1,686,012.35 Alternatives:Deny the recommendation. Recommendation:The Daniel Field General Aviation Commission recommends approving the award of this project to Reeves Construction. Funds are Available in the Following Accounts: Federal funding at 90% State and local funding for the remaining 10% Daniel Field is an enterprise fund. This grant will be coded to 552081205, which is already in One Solution for this project. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Extension of Bid Item 18-204 for one additional Digital Display Message Board Department:Recreation and Parks Department Department:Recreation and Parks Department Caption:Motion to approve the procurement of one additional LED Digital Display Message Board for Lake Olmstead based off of Bid Item 18-204 (approved 8/21/2018). (Approved by Public Services Committee April 30, 2019) Background:The Commission has approved the award of Bid Item 18-204, LED Digital Display Message Board to AAA Sign Co. on August 21, 2018. AAA has worked with the Recreation and Parks Department to create the design for one additional Display Message Board and is willing to honor the prices offered in their original bid submission. The additional Display Message Board will replace the current board at Lake Olmstead, at the corner of Broad St. and Milledge Rd. Analysis:With more events, improvements and activities coming to Lake Olmstead Park and Stadium, having a modern Display Message Board at a prominent location will prove beneficial for the promotion and marketing of events, the Recreation and Parks Department, and Augusta, Georgia. The design work mirrors the previously approved designs and further improves branding efforts. Financial Impact:AAA Sign Co. has agreed to honor the price offered in their original bid submission for $38,220.00 - the same cost as the similar sign at Newman Tennis Center. Alternatives:1. To Approve the procurement of one additional LED Digital Display Message Board for Lake Olmstead based off of Bid Item 18-204. 2. To Deny. Denying the bid extension could result in higher costs and would delay the installation of signage for Lake Olmstead. Recommendation:1. To Approve the procurement of one additional LED Digital Display Message Board for Lake Olmstead based off of Bid Item 18-204. Funds are Available in the Following Accounts: Funds are available in SPLOST VII: $38,220.00 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission AUGUSTA RECREATION & PARKS LAKE OLMSTEAD RENOVATIONS 2KM# 18-07.01 8/15/18 Assessments Lake Olmstead Park BBQ Pit Julian Smith Casino Gazebo Public Restrooms Splash Pad 2 Assessments Lake Olmstead Park BBQ Pit 3 4 Remove Vestibule Entry Install New Thermal Sash Upgrade Lighting & Sound System 5 New Movable Casework New Casework 6 Plumbing Upgrades Non-compliant EntryNon-ADA Stalls 7 New Movable Casework Enclose Water Heater Upgrade Egress to Kitchen 8 Upgrade ADA H/C Kitchen to Pit Entry Install new window coverings Assessments Lake Olmstead Park BBQ Pit Julian Smith Casino 9 10 Upgrade Lighting & Sound Upgrade Stage Handrails Storage Room Conditions 11 Upgrade HVAC Upgrade Flooring Upgrade ATC & Lighting 12 ADA H/C Upgrades Upgrade to ADA H/C Sinks ADA H/C Upgrades 13 Restroom Build-Out Window Restoration Arbor Upgrade Assessments Lake Olmstead Park BBQ Pit Julian Smith Casino Gazebo 14 Foundation Cracking 15 Ceiling Failing Cracked & Mildew Handrails & Pickets Rusted Gutter & Fascia Electrical to Gazebo Assessments Lake Olmstead Park BBQ Pit Julian Smith Casino Gazebo Public Restrooms 16 Upgrade ADA H/C Access 17 Interior Deterioration Upgrade ADA H/C Access Assessments Lake Olmstead Park BBQ Pit Julian Smith Casino Gazebo Public Restrooms Splash Pad 18 19 20 Option #2 Option #1 Option #4 Option #3 21 Schematic Development Lake Olmstead Park BBQ Pit 22 BBQ Pit Restrooms Provide ADA H/C Individual/Family Restrooms Upgrade all Finishes Including Flooring, Wall Protection, and Equipment Provide Widen Corridor for ADA Access Schematic Development Lake Olmstead Park BBQ Pit Julian Smith Casino 24 Casino Renovations Renovation Restrooms for ADA H/C Upgrades; Renovations to include Finishes Upgrades Develop New Arbor on Existing Patio Casino Restrooms Schematic Build Out Casino Restrooms Schematic Build Out Schematic Development Lake Olmstead Park BBQ Pit Julian Smith Casino 28 Public Restrooms & Picnic Shelter Public Restrooms Provide ADA H/C Individual (4) Restrooms Upgrade all Finishes Including Flooring, Wall Protection, and Institutional Grade Equipment Option to Include Extended Canopy w/ Picnic Shelter Provide ADA H/C Access to Restroom Building Public Restrooms & Picnic Shelter Dyess Park Toilet Restrooms & Shelter KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc.PRELIMINARY DESIGN LAKE OLMSTEAD RENOVATIONS AUGUSTA RICHMOND COUNTY AUGUSTA, GA Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. PRELIMINARY DESIGN LAKE OLMSTEAD RENOVATIONS AUGUSTA RICHMOND COUNTY AUGUSTA, GA BBQ PIT Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. PRELIMINARY DESIGN LAKE OLMSTEAD RENOVATIONS AUGUSTA RICHMOND COUNTY AUGUSTA, GA JULIAN SMITH Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. PRELIMINARY DESIGN LAKE OLMSTEAD RENOVATIONS AUGUSTA RICHMOND COUNTY AUGUSTA, GA GAZEBO Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. PRELIMINARY DESIGN LAKE OLMSTEAD RENOVATIONS AUGUSTA RICHMOND COUNTY AUGUSTA, GA PUBLIC RESTROOMS Date Description STREET NAME LABEL BM-1 CONSTRUCTION PLANS FOR PREPARED FOR LAKE OLMSTEAD RENOVATIONS AUGUSTA-RICHMOND COUNTY LOCATION MAP N.T.S. VICINITY MAP N.T.S. SITE SITE PROJECT DATA: PRELIMINARY NOT FOR CONSTRUCTION ID # STORM WATER QUALITY TABLE TOTAL WATER QUALITY VOLUME REQUIRED STRUCTURE #/LOCATION TYPE OF FEATURE MANUFACTURER/MODEL #SHEET #DESIGN FLOW MAX FLOW STORMWATER QUALITY SYMBOL AT EACH FEAUTRE ON SITE PLAN WHICH CORRESPONDS TO THE ITEM ON THE CHART. TOTAL WATER QUALITY VOLUME PROVIDED Sheet Index Sheet Number Sheet Title C100 Cover C101 Legend & Notes C200 Existing Conditions - Casino C201 Existing Conditions - BBQ Pit C300 Demolition Plan - Casino C301 Demolition Plan - BBQ Pit C400 Layout Plan - Casino C401 Grading & Drainage Plan - Casino C402 Utility Plan - Casino C403 Landscaping Plan - Casino C404 Layout Plan - BBQ Pit C405 Grading & Drainage Plan - BBQ Pit C406 Utility Plan - Casino C407 Landscaping Plan - BBQ Pit C500 Profiles C600 Erosion Control Plan - Casino C601 Erosion Control Plan - BBQ Pit C602 Erosion Control Notes & Details C603 Erosion Control Details C700 Miscellaneous Details C701 Utility Details SITE KM ARCHITECTS, INC. REVISIONS: DATE DRAWING NO. 529 GREENE ST. AUGUSTA, GA. 30901 (706) 736 3333 - FAX (706) 736 7100 This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. DRAWN BY PROJECT NO. PAPER ISSUE 24"x36" FOR DRAWING TITLE LAKE OLMSTEAD RENOVATIONS RICHMOND COUNTY 12/20/2018 C100RDS 18-07.01 AUGUSTA, GA COVER PRELIM Date Description SEAL: 2018-0355 CONSULTANT: No.PE35685 PROFESSIONAL G E O RGIA R E G I STERE D E NGI N E E RM I T C HELLB.MU R C HISON AUGUSTA PLAN KM ARCHITECTS, INC. REVISIONS: 529 GREENE ST. AUGUSTA, GA. 30901 (706) 736 3333 - FAX (706) 736 7100 This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description SEAL: 2018-0355 CONSULTANT: No.PE35685 PROFESSIONAL G E O RGIA R E G I STERE D E NGI N E E RM I T C HELLB.MU R C HISON DATE DRAWING NO. DRAWN BY PROJECT NO. PAPER ISSUE 24"x36" FOR DRAWING TITLE LAKE OLMSTEAD RENOVATIONS RICHMOND COUNTY 12/20/2018 C200RDS 18-07.01 AUGUSTA, GA EXISTING CONDITIONS - CASINO PRELIM AUGUSTA PRELIMINARY NOT FOR CONSTRUCTION PLAN KM ARCHITECTS, INC. REVISIONS: 529 GREENE ST. AUGUSTA, GA. 30901 (706) 736 3333 - FAX (706) 736 7100 This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description SEAL: 2018-0355 CONSULTANT: No.PE35685 PROFESSIONAL G E O RGIA R E G I STERE D E NGI N E E RM I T C HELLB.MU R C HISON DATE DRAWING NO. DRAWN BY PROJECT NO. PAPER ISSUE 24"x36" FOR DRAWING TITLE LAKE OLMSTEAD RENOVATIONS RICHMOND COUNTY 12/20/2018 C201RDS 18-07.01 AUGUSTA, GA EXISTING CONDITIONS - BBQ PIT PRELIM AUGUSTA PRELIMINARY NOT FOR CONSTRUCTION PLAN KM ARCHITECTS, INC. REVISIONS: 529 GREENE ST. AUGUSTA, GA. 30901 (706) 736 3333 - FAX (706) 736 7100 This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description SEAL: 2018-0355 CONSULTANT: No.PE35685 PROFESSIONAL G E O RGIA R E G I STERE D E NGI N E E RM I T C HELLB.MU R C HISON DATE DRAWING NO. DRAWN BY PROJECT NO. PAPER ISSUE 24"x36" FOR DRAWING TITLE LAKE OLMSTEAD RENOVATIONS RICHMOND COUNTY 12/20/2018 C400RDS 18-07.01 AUGUSTA, GA LAYOUT PLAN - CASINO PRELIM AUGUSTA PRELIMINARY NOT FOR CONSTRUCTION PLAN KM ARCHITECTS, INC. REVISIONS: 529 GREENE ST. AUGUSTA, GA. 30901 (706) 736 3333 - FAX (706) 736 7100 This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description SEAL: 2018-0355 CONSULTANT: No.PE35685 PROFESSIONAL G E O RGIA R E G I STERE D E NGI N E E RM I T C HELLB.MU R C HISON DATE DRAWING NO. DRAWN BY PROJECT NO. PAPER ISSUE 24"x36" FOR DRAWING TITLE LAKE OLMSTEAD RENOVATIONS RICHMOND COUNTY 12/20/2018 C404RDS 18-07.01 AUGUSTA, GA LAYOUT PLAN - BBQ PIT PRELIM AUGUSTA PRELIMINARY NOT FOR CONSTRUCTION DN KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description DN DN KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description DN KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description WH KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description Date 1 Revision 1 KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description DN KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description DN KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description KM ARCHITECTS, INC. This document is property of 2KM Architects, Inc. The unauthorized reproduction, copying, or otherwise use of this document is strictly prohibited and any infringement thereupon may be subject to legal action Copyright © 2016, 2KM Architects, Inc. Date Description Commission Meeting Agenda 5/7/2019 2:00 PM Lake Olmstead Park Improvements Department:Recreation and Parks Department Department:Recreation and Parks Department Caption:Motion to approve the current preliminary design and proceed to final design and bid documents for Lake Olmstead Park improvements. (Approved by Public Services Committee April 30, 2019) Background:Funding for improvements at Lake Olmstead Park have been allocated within SPLOST VII in the following categories: 1. Casino improvements - $700,000 2. BBQ-Pit renovations - $400,000 3. New comfort station - $150,000 4. Gazebo renovations - $150,000 Analysis:After initial site meetings with our consulting group, 2KM, Site assessments were done on the two rental facilities, the existing outdoor restroom building and the Gazebo Project Timeline – • RFP 17-278 closed 11/2017 • Selection of consultant approved by the Commission 02/2018 • Team initial site visit 03/2018 • Building assessment: Fees and scope presented 08/15 • Preliminary design plans received 12/2018 • Public Meeting 03/2019 • Public Services Committee presentation 04/2019 Financial Impact:To be determined through approved course of action Alternatives:1. Proceed with design and construction documents to make improvements as outlined in the preliminary design 2. Re-visit current design documents, which will slow the improvement project design down and have the likely potential of increasing the overall costs of renovations which the current budget will not allow. Recommendation:1. To Approve Funds are Available in the Following Accounts: Recreation SPLOST Phase VII REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission 007858-000174/00632745.1 Page 1 of 49 SUPPLY AGREEMENT THIS AGREEMENT (the "Agreement") made and entered into this day of ________ day of ________________ 2019, by and between THE CITY OF AUGUSTA, GEORGIA FOR THE AUGUSTA AVIATION COMMISSION (the "Operator") and LYKINS OIL COMPANY, a Georgia corporation with its principal office in Milford, Ohio (the "Distributor") . W I T N E S S E T H T H A T In consideration of the mutual covenants herein contained, Operator, Distributor and Owner agree, as follows: ARTICLE 1 Operator is the owner of the Augusta Regional Airport located at 1501 Aviation Way, Augusta in Richmond County, Georgia more particularly described on Exhibit "A" attached hereto (the "Premises"). ARTICLE 2 Operator warrants that it has complied and will comply with all environmental laws relating to the use and operation of all gasoline tanks and dispensing equipment and fixtures, the appropriate testing for leakage of any contaminants, the applicable reporting requirements. Operator will provide information requested by Distributor to illustrate compliance with all applicable environmental laws, rules and regulations. ARTICLE 3 Except as otherwise herein specifically provided during the Term, Distributor agrees to provide unleaded gasoline and diesel to the Premises with the same to be 007858-000174/00632745.1 Page 2 of 49 supplied by Distributor on an as needed basis. The Operator makes no guarantee has to the amount of unleaded gasoline and diesel to be purchased during the term of the Agreement. ARTICLE 4 The purchase price of all gasoline sold pursuant to this Agreement will be North Augusta ($-0.0254) above the posted rack price per gallon at point of purchase with respect to each product plus freight and the purchase price of all diesel sold pursuant to this Agreement will be North Augusta ($0.0118) above the posted rack price per gallon at point of purchase with respect to each product plus freight. The term "freight" as used in the preceding sentence means the common carrier rate which would be applicable to the deliveries. The amount of freight will be charged even if delivery is made by vehicles owned by Distributor. All products sold pursuant to this Agreement will be invoiced to Operator at the time of delivery. Original invoice(s) must be submitted as follows: Augusta Regional Airport 1501 Aviation Way Augusta, GA 30906 Attn: Risa Bingham Ph.: (706) 798-3136 FAX: (706) 798-1551 With a copy to: Kenneth L. Hinkle, C.M. Director of Aircraft Services Augusta Regional Airport 1501 Aviation Way |Augusta, GA 30906 007858-000174/00632745.1 Page 3 of 49 ARTICLE 5 Operator shall be responsible for all claims and demands of every kind caused or arising from the use, occupancy or operation of the Premises by Operator, and to the extent required by Georgia law, Operator will obtain and keep in force at its own cost and expense throughout the term of this Agreement adequate public liability insurance. ARTICLE 6 Operator agrees to maintain all tanks located on the Premises and all equipment and fixtures in good order and repair. ARTICLE 7 7.1 Distributor shall be excused from delay or nonperformance hereunder if Distributor shall be unable to meet the demands for its products with supplies from its normal or usual sources, or if any contingency whatsoever beyond Distributor's control, such as, without limitation: acts of God; fire; unavailability; failure to delays of transportation; labor difficulties of any nature; and compliance with any governmental order, regulation, recommendation, request or allocation program (whether voluntary or involuntary), should occur. In any such contingency, Distributor shall have the right to curtail delivery or allocate its supply of gasoline and petroleum products for sale among all of its customers in any manner which in its sole discretion is fair and reasonable under the circumstances and Operator shall not hold Distributor responsible for any losses or damages which Operator may suffer as a result of any such curtailment or allocation. Distributor shall not be required to make up any product not so delivered. If Distributor cannot supply Operator, Operator shall have the option to purchase gasoline and petroleum products from another source. 7.2 Force Majeure. Neither party hereto shall be considered in default in the performance of its obligations hereunder to the extent that the performance of 007858-000174/00632745.1 Page 4 of 49 any such obligation, except the payment of money, is prevented or delayed by any cause, existing or future, which is beyond the reasonable control of the affected party, or by a strike, lockout or other labor difficulty, the settlement of which shall be within the sole discretion of the party involved. Each party hereto shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to delay, hinder or prevent performance of the services under this Agreement. In the event either party is prevented or delayed in the performance of this obligation by reason of such Force Majeure, there shall be an equitable adjustment of the schedule. Distributor will not be liable for failure to perform or for delay in performance as a result of Force Majeure, including the following: (a) Any cause beyond its reasonable control; (b) Any act of God; (c) Inclement weather; (d) Earthquake; (e) Fire; (f) Explosion; (g) Flood; (h) Strike or other labor dispute; (i) Any shortage or disruption of or inability to obtain labor, material, manufacturing facilities, power, fuel or transportation from unusual sources, or any other transportation facility; (j) Delay or failure to act of any governmental or military authority; (k) Any war, hostility or invasion; (l) Any embargo, sabotage, civil disturbance, riot or insurrection; (m) Any legal proceedings; or (n) Failure to act by Distributor’s suppliers due to any cause which Distributor is not responsible, in whole or in part. ARTICLE 8 This Agreement shall extend for a period of one (1) year beginning on January 1, 2019 and ending at midnight on December 31, 2019 (the "Term"). Operator, at its option may extend the term of the Agreement for and additional one (1) year period by providing notice to Distributor prior to the expiration of the prior term and presenting the proposed extension to its Aviation Commission for approval. -9- 007858-000174/00632745.1 Page 5 of 49 For the purposes of this Agreement, any of the following acts on the part of Operator shall be considered to be a breach of this Agreement: the filing of a petition of bankruptcy or receivership proceedings; failing to submit the required reports; failing to comply with any of the terms and conditions of this Agreement. In the event of any breach of or default under this Agreement by any party, any of the remaining parties shall give written notice of such breach and demand that the same be cured within ten (10) days. If the breach is not cured within said ten (10) day period, the non- breaching party may pursue its rights and remedies at law or in equity. It is hereby agreed by the parties such specific performance of this Agreement shall be an appropriate remedy for any breach. ARTICLE 10 Any sale, transfer or encumbrance of the assets or rights of any party to this Agreement or the properties or rights which are the subject of this Agreement shall be made subject to the terms, provisions and obligations of this Agreement, which shall be binding upon the heirs, successors, assignees, purchasers or transferees of the property involved. ARTICLE 11 (a) Operator is involved in the sale of petroleum products upon the Premises. Operator understands and acknowledges that the leakage of petroleum products from underground tanks and/or other petroleum dispensing equipment is a concern for which Operator accepts certain responsibility as the operator of a retail facility. Operator must take diligent and continual precautions to discover and stop any such leakage through adequate inventory control. Operator agrees to take such actions as reasonably required to assure that the tank system and release detection system are operated and maintained in accordance with all applicable laws, rules and regulations. 007858-000174/00632745.1 Page 6 of 49 ARTICLE 12 Waiver on the part of any party hereto as to any breach or default on the part of any other party shall not constitute a waiver as to any subsequent breach or default, whether or not similar in character. ARTICLE 13 This Agreement does not constitute any party hereto as an agent, legal representative, joint venture, partner, employee, servant or agent of any party hereto for any purpose whatsoever. Each party is an independent contractor with respect to the other parties and is in no way authorized to make any contract, agreement, warranty or representation on behalf of any other party or to create any obligation, express or implied, on behalf of any other party hereto. ARTICLE 14 All notices provided for herein shall be considered as properly given if delivered in writing personally or if sent by registered or certified mail addressed as follows: As to Operator: To Operator: For all notices to City the address will be: Executive Director Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 With a copy to: Augusta General Counsel Augusta Law Department 535 Telfair Street, Bldg., 3000 Augusta, Georgia 30901-2286 Ph: (706) 842-5550 007858-000174/00632745.1 Page 7 of 49 Fax: (706) 842-5556 As to Distributor: Lykins Energy Solutions 5163 WolfPen Pleasant Hill Rd. Milford, OH 45150 ARTICLE 15 This Agreement cancels and supersedes all prior agreements and understandings between the parties hereto pertaining to matters covered herein and there are no other agreements, written or oral, between the parties pertaining to the subject matter hereof. ARTICLE 16 Without the prior written consent of Operator, Distributor may not assign, transfer or convey any of its interests under this Agreement, nor delegate any of its obligations or duties under this Agreement except as provided herein. 16.1 Consent of Operator Required. Any assignment of this Agreement or rights under this Agreement, in whole or part, without the prior written consent of Operator shall be void, except that, upon ten (10) calendar days prior written notice to Operator, the Distributor may assign monies due or to become due under this Agreement. Any assignment of monies will be subject to proper setoffs in favor of the Operator and to any deductions provided for in this Agreement. 16.2 No Relief of Responsibilities. No assignment will be approved which would relieve Distributor of its responsibilities under this Agreement. 16.3 Parties Bound. This Agreement will be binding upon and inure to the benefit of the Operator and Distributor and their respective successors and assigns. 007858-000174/00632745.1 Page 8 of 49 ARTICLE 17 17 Federal Work Authorization. Pursuant to O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02, the Operator cannot enter a Agreement for the physical performance of services unless the Distributor and its Subcontractors register and participate in the Federal Work Authorization Program to verify specific information on all new employees. 17.1 Distributor certifies that it has complied and will continue to comply with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. 17.2 Distributor has executed an affidavit evidencing its compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. The signed affidavit is attached to this Agreement as Attachment B. 17.3 Distributor agrees that in the event that it employs or contracts with any Subcontractor(s) in connection with this Agreement, Distributor will secure from each Subcontractor an affidavit that indicates the employee-number category applicable to that Subcontractor and certifies the Subcontractor’s current and continuing compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. Any signed Subcontractor affidavit(s) obtained in connection with this Agreement shall be attached hereto as Attachment B. ARTICLE 18 Corporate Authority. Distributor has executed a Certificate of Corporate Authority attached hereto as Attachment B. The officials of the Distributor executing this Agreement are duly and properly in office and are fully authorized and empowered to execute the same for and on behalf of the Distributor. Distributor has all requisite power and authority to enter into and perform its obligations under this Agreement. The execution and delivery by the Distributor of this Agreement and the compliance by the Distributor with all of the provisions of this Agreement (i) is within the purposes, powers, and authority of the Distributor; (ii) has been done in full compliance with applicable law and has been approved by the governing body of the Distributor and is legal and will not conflict with or constitute on the part of the Distributor a violation of or a breach of or a default under any indenture, mortgage, security deed, pledge, note, lease, loan, or installment sale agreement, Agreement, or other agreement or instrument to which the Distributor is a party or by which the Distributor is otherwise subject or bound, or any license, judgment, decree, law, statute, order, writ, injunction, demand, rule, or regulation of any court or 007858-000174/00632745.1 Page 9 of 49 governmental agency or body having jurisdiction over the Distributor; and (iii) has been duly authorized by all necessary action on the part of the Distributor. This Agreement is the valid, legal, binding and enforceable obligation of the Distributor. ARTICLE 19 Independent Contractor. Distributor is acting, in performance of this Agreement, as an Independent Contractor. Personnel supplied by the Distributor or its agents or subcontractors hereunder are not the Operator’s employees, or agents and Distributor assumes full responsibility for their acts. Distributor shall be solely responsible for the payment of compensation to its employees and subcontractors. The Operator shall not be responsible for payment of Worker's Compensation, disability benefits, and unemployment insurance or for withholding and paying employment taxes for any Distributor employee, its subcontractors or agent's employees, but such responsibility shall be solely that of Distributor. This clause of the Agreement does not prevent the Operator from requiring Distributor to have its employees follow normal rules and guidelines for work performance, redirecting the efforts of the employees to meet the needs of the facilities, performing safety or from requiring Distributor to perform the requirements of this Agreement satisfactorily, according to the terms set forth herein. No act or direction of the Operator shall be deemed to be the exercise of supervision or control of the Distributor’s performance hereunder. ARTICLE 20 Insurance. During the term of this Agreement, Distributor shall provide, pay for, and maintain with companies reasonably satisfactory to the City and the Aviation Commission, the types of insurance as set forth in the Augusta-Richmond County Code, and Georgia law, as the same may be amended from time to time, and as described herein. All insurance shall be issued by insurance companies eligible to do business in the State of Georgia and with an Insurer rated “A” or better by AM Best. All policies shall include hold harmless provisions. In the event of a conflict between the provisions of the Augusta-Richmond County Code and this Agreement, the more stringent requirement shall govern. In no event shall Distributor maintain any insurance less than the requirements set forth in the Augusta-Richmond County Code, as amended. 20.1 All liability policies of Distributor and its subcontractors shall provide coverage that includes, or has the same substantive effect as the following: 007858-000174/00632745.1 Page 10 of 49 20.2 The Distributor shall procure and maintain continuously in effect throughout the term of its activities upon the Airport at Distributor’s sole expense, insurance of the types and in at least such minimum amounts as set forth in this Section. 20.3 The Distributor’s insurance policies as required by this Agreement shall apply separately to the City as if separate policies had been issued to Distributor and City. The Distributor’s Comprehensive General Liability policy shall protect Augusta, GA, its officers, elected and appointed officials, employees, agents and the Aviation Commission and its employees against any and all liability created by reason of Distributor’s conduct. 20.4 The Distributor’s insurance shall not be subject to cancellation or material alteration until at least thirty (30) days written notice has been provided to the City’s Risk Manager. (a) Distributor shall furnish to the Risk Manager Certificates of Insurance evidencing that all of the herein stated requirements have been met. The amount or amounts of all required policies shall not be deemed a limitation of the Distributor ’s Agreement to indemnify and hold harmless Augusta, GA, its officers, elected and appointed officials, employees, agents and the Aviation Commission and its employees; and in the event Distributor or Augusta, GA shall become liable in an amount in excess of the amount or amounts of such policies, then the Distributor shall save Augusta, GA, its officers, elected and appointed officials, employees, agents and the Aviation Commission and its employees harmless from the whole thereof, except in the event of gross negligence of Augusta, GA. 20.5 The Distributor is required to maintain minimum insurance to protect the Distributor and Augusta, GA from the normal insurable liabilities that may be incurred by Distributor. In the event, such insurance as required shall lapse, Augusta, GA and the Aviation Commission reserve the right to obtain such insurance at the Distributor’s sole expense. 20.6 The insurance policies for coverage listed in this Section shall contain a 007858-000174/00632745.1 Page 11 of 49 provision that written notice of cancellation or any material change in policy by the insurer shall be delivered to the City no less than thirty (30) days prior to cancellation or change. 20.7 Distributor shall carry the following types and minimum amounts of insurance coverage at the Operator: (a) Worker’s Compensation Insurance - With employer’s liability coverage of at least $1,000,000 each accident, $1,000,000 each employee and a $1,000,000 disease policy limit. The foregoing insurance shall be endorsed to state that that the workers’ compensation carrier waives its right of subrogation against the Augusta-Georgia its officers, agents, elected and appointed officials, representatives, volunteers, and employees, and the Aviation Commission and its employees. (b) Comprehensive General Liability Insurance – In the amount of Five Million ($5,000,000) against claims for bodily injury, death or property damage occurring on, in about the Distributor ’s premises and the Operator, in an amount recommended by the Risk Manager and acceptable to the City. Said coverage shall include products and completed operations. The foregoing insurance shall be endorsed to state that it will be primary to the City and the Aviation Commission’s insurance and that the carrier waives its right of subrogation against Augusta-GA, the Aviation Commission, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. Augusta, GA, the Aviation Commission, their officers, employees, agents, elected and appointed officials shall be added as additional insureds on said policies, including products and completed operations. Said policy shall contain Severability of Interest Clause and shall include Contractual Liability coverage at least as broad as that given in the most current CG 00 01 ISO form. (c) Automobile Insurance. For any vehicles authorized in writing by the Executive Director to operate on the Aircraft Operating Area (AOA) of the Airport, Automobile Insurance in the minimum amount of Five Million Dollars ($5,000,000.00) combined single limit coverage. If the Distributor’s Comprehensive General 007858-000174/00632745.1 Page 12 of 49 Liability coverage includes vehicular operations on the Airport, separate automobile insurance shall not be required. The foregoing insurance shall be endorsed to state that it will be primary to the Augusta GA and the Aviation Commission’s insurance and that the carrier waives its right of subrogation against Augusta, GA, the Aviation Commission, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. Augusta GA, the Aviation Commission, and their officers, agents, employees, elected and appointed officials shall be added as additional insureds on said policies. Said policy shall contain Severability of Interest Clause and shall include contractual liability coverage at least as broad as that given in the most current CA 00 01 ISO form. (d) All such evidence of insurance shall be in the form of certificates of insurance satisfactory to the City and its Risk Manager, accompanied by a certified true copy of an endorsement to each policy containing the above language. The insurance coverage and limits required shall be evidenced by properly executed certificates of insurance. These certificates shall be signed by the authorized representative of the insurance company shown on the certificate. The required policies of insurance shall be in compliance with the laws of the State of Georgia. 20.8 If at any time the Aviation Executive Director requests a written statement from the insurance company as to any impairments to the aggregate limit, Distributor shall promptly authorize and have delivered such statement to the Aviation Commission. Distributor authorizes the Aviation Commission and/or the City’s Risk Manager to confirm with Distributor’s insurance agents, brokers, and insurance companies all information furnished. 20.9 The acceptance of delivery to the City and the Aviation Commission of any certificate of insurance evidencing the insurance coverage and limits required under this Agreement does not constitute approval or acceptance by the City or the Aviation Commission that the insurance requirements in this Agreement have been met. No operations shall commence at the Airport unless and until the required certificates of insurance are in effect and approved by the City. 20.10 The Distributor and the City and the Aviation Commission understand and agree that the minimum limits of the insurance herein required may, from time to time, become inadequate, and Distributor agrees that it will increase such minimum limits upon receipt of written notice defining the basis of the increase. The Distributor shall furnish the City, within ten (10) days of the effective date thereof, a certificate of insurance 007858-000174/00632745.1 Page 13 of 49 evidencing that such insurance is in force. 20.11 If at any time the Airport Executive Director requests a written statement from the insurance companies as to any impairments to the Aggregate Limit, prompt authorization and delivery of all requested information will be given to the Aviation Commission. Renewal Certificates of Insurance must be provided to the City and Aviation Commission as soon as practical but in every instance prior to expiration of current coverage. 20.12 The amounts and types of insurance shall conform to the following minimum requirements with the use of Insurance Service Office policies, forms, and endorsements or broader, where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be reasonably acceptable to the City and Aviation Commission. 20.13 An insurance binder letter or a Certificate of Insurance must be sent to: Augusta Regional Airport 1501 Aviation Way Augusta, Ga. 30901 Attn: Executive Director ARTICLE 21 Default and Termination. Termination by Operator. This Agreement shall be subject to termination by the Operator at any time in the opinion of the Operator the Distributor fails to carry out the Agreement provisions or if any one or more of the following events occurs: 21.1 The default by Distributor in the performance of any of the terms, covenants or conditions of the Agreement, and/or the failure of Consultant to remedy, or undertake to remedy with sufficient forces and to the Operator’s reasonable satisfaction. The Operator shall provide the Distributor with notice of any conditions which violate or endanger the performance of the Agreement. If after such notice the Distributor fails to remedy such conditions within five (5) days to the satisfaction of the Operator, the Operator may exercise its option in writing to terminate the Agreement without further notice to the Distributor and order the Distributor to stop providing services immediately and vacate the premises; and to cancel ordered products with no expense to the Operator. 007858-000174/00632745.1 Page 14 of 49 21.2 Distributor files a voluntary petition in bankruptcy, including a reorganization plan, makes a general or other assignment for the benefit of creditors, is adjudicated as bankrupt or if a receiver is appointed for the benefit of creditors, is adjudicated as bankrupt or if a receiver is appointed for the property or affairs of Distributor and such receivership is not vacated within thirty (30) days after the appointment of such receiver. 21.3 Distributor’s failure to provide services according to the specifications contained herein. 21.4 Distributor’s failure to keep, perform, or observe any other term or condition of this Agreement. 21.5 Distributor’s performance of the Agreement is unreasonably delayed. 21.6 The Operator reserves the right to terminate this Agreement if the services provided under this Agreement do not meet or exceed existing industry standards. The Operator reserves the right to make the final determination as to the quality of services. 21.7 Termination for Convenience The Operator may terminate this Agreement in whole or in part at any time by providing written notice to the Distributor. Such action may be without cause and without prejudice to any other right or remedy of Operator. Upon receipt of a written notice of termination, except as explicitly directed by the Operator, the Distributor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Distributor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders except as directed by the written notice. 4. Complete performance of the work not terminated by the notice. Operator agrees to pay Distributor for: a) Products delivered in accordance with the Agreement documents prior to the effective date of termination; b) Operator will not pay Distributor for loss of anticipated profits or 007858-000174/00632745.1 Page 15 of 49 revenue or other economic loss arising out of or resulting from the Operator’s termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this Agreement. ARTICLE 22 Indemnification and Hold Harmless. Distributor agrees to indemnify and hold harmless the Augusta Aviation Commission, Augusta, GA and their members, officers, elected and appointed officials, agents, servants, employees and successors in office, as set forth in the Augusta-Richmond County Code, and particularly Article 1, Chapter 3, Division 1, Section 1-3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein, from any and all claims including reasonable attorney's fees and expenses of litigation incurred by the Augusta GA and the Augusta Aviation Commission, in connection therewith related to or arising out of any damage or injury to property or persons, occurring or allegedly occurring in, on or about Operator property which are in any way related to or arising out of any failure of Distributor to perform its obligations hereunder. Distributor further agrees that the foregoing agreement to indemnify and hold harmless applies to any claims for damage or injury to any individuals employed or retained by Distributor in connection with any changes, additions, alterations, modifications and/or improvements made to the premises, and hereby releases the Augusta, GA and the Augusta Aviation Commission, from liability in connection with any such claims. In the event of a conflict between the provisions of the Augusta-Richmond County Code and this Agreement, the broader requirement shall govern. ARTICLE 23 Airport Security Requirements/ Security Identification Display Area (SIDA) Badges. Distributor’s employees may be required to operate in the Airport’s secure areas. Distributor shall be required to obtain the Airport’s Security Identification Display Area (SIDA) badges for any employee working in the secured area. Distributor shall comply, at its own expense, with the Transportation Security Authority (TSA) and the Airport’s security requirements for the Airport’s SIDA including, but not limited to employee training and badging. Distributor shall cooperate with the TSA and the Operator on all security matters and shall promptly comply with any Project security arrangements established by the Operator. Compliance with such security requirements shall not relieve Distributor of its 007858-000174/00632745.1 Page 16 of 49 responsibility for maintaining proper security for the above-noted items, nor shall it be construed as limiting in any manner Distributor’s obligation with respect to all applicable federal, state and local laws and regulations and its duty to undertake reasonable action to establish and maintain secure conditions at and around the Premises and throughout the Airport. All employees shall be properly badged and comply with all Airport safety and security rules. 23.1 To qualify for the badge, individual must be fingerprinted and have a background investigation completed. In addition, the Operator will conduct a background inquiry and require finger printing of all individuals who will be working on the secured side of the Airport screening point. This may also include collection of appropriate criminal history information, contractual and business associations and practices, employment histories, reputation in the business community and credit reports for the Distributor, as well as, its employees. 23.2 Distributor consents to such an inquiry and agrees to make available to the Operator such books and records the Operator deems necessary to conduct the review. 23.3 Distributor shall pay all costs associated with providing SIDA badges. ARTICLE 24 Compliance with Applicable Laws And Regulations. Distributor covenants and agrees that it, its agents and employees will comply with all Georgia, county, state, and federal laws, rules, regulations, Airport Rules and Regulations and City ordinances applicable to the Work to be performed under this Agreement, and that it shall obtain all necessary permits, pay all license fees and taxes to comply therewith. Further, Distributor agrees that it, its agents, and employees will abide by all rules, regulations, and policies of the Airport during the term of this Agreement, including any renewal periods. All references to the City, Airport or Federal codes, provisions, regulations, and rules are incorporated by reference as if fully set forth herein. ARTICLE 25 Right to Inspect Premises. The Operator may, at reasonable times, inspect the part of the plant, place of business, or work site of Distributor or any of its subcontractor or subunit thereof which is pertinent to the performance of this Agreement. 007858-000174/00632745.1 Page 17 of 49 ARTICLE 26 Changes. The Operator may, during the Agreement Term, make changes to the Scope of Work, which may result in changes to the general scope of the Agreement and its provisions. Written agreements, changes, or amendments to this Agreement shall not be binding upon the Operator except through a properly executed amendment. ARTICLE 27 Temporary Suspension or Delay of Performance of Agreement. To the extent that it does not alter the scope of this Agreement, the Airport may unilaterally order a temporary stopping of the Work or delaying of the Work to be performed by Distributor under this Agreement. ARTICLE 28 Prohibition of Segregated Facilities. The Distributor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Distributor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this Agreement. (a) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (b) The Distributor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this Agreement. ARTICLE 29 Miscellaneous Provisions 29.1 Judicial Interpretation. Should any provision of this Agreement require judicial 007858-000174/00632745.1 Page 18 of 49 interpretation, it is agreed that the court interpreting or construing the same shall not apply a presumption that the terms hereof shall be more strictly construed against one party by reason of the rule of construction that a document is to be construed more strictly against the party who itself or through its agent prepared same, it being agreed that the agents of all parties have participated in the preparation hereof and all parties have had an adequate opportunity to consult with legal counsel. 29.2 Governing Law; Jurisdiction and Venue; Attorneys' Fees. This Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Georgia (without regard to the conflicts or choice of law principles thereof). The parties irrevocably consent to the jurisdiction of the State of Georgia, and agree that the Superior Court of Richmond County, Georgia, shall be an appropriate and convenient place of venue to resolve any dispute with respect to this Agreement. In the event either party commences any proceeding against the other party with respect to this Agreement, the parties agree that neither party shall be entitled to recover attorneys' fees except as otherwise specifically provided for by law. 29.3 Commercial Activity: Neither Distributor nor its employees may establish any commercial activity or issue concessions or permits of any kind to third parties for establishing activities at the Airport. 29.4 Contingent Fees. Distributor warrants that it has not employed or retained any company or person, other than a bona fide employee working for Distributor, to solicit or secure this Agreement; and that Distributor has not paid or agreed to pay any company, association, corporation, firm or person, other than a bona fide employee working for Distributor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this warranty and upon a finding after notice and hearing, City may terminate the Agreement and, at its discretion, may deduct from the Agreement Sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or consideration. 29.5 Waiver. The failure of Operator to seek redress for any violation of or to insist upon the strict performance of, any term of this Agreement will not prevent a subsequent violation of this Agreement from being actionable by Operator. The provision in this Agreement of any particular remedy will not preclude 007858-000174/00632745.1 Page 19 of 49 Operator from any other remedy. 29.6 Permits. Distributor shall obtain and maintain at all times all necessary licenses, permits and certifications to perform the work described in the Agreement. Distributor shall furnish copies of all licenses, permits, and certifications to the Operator. 29.7 Work Permits Required. Distributor agrees and acknowledges that its employees and agent's employees, as well as any subcontractors or subcontractors’ personnel, working on the Agreement must be United States citizens, or must be lawfully admitted for residence and be permitted to work in the United States under the Immigration and Naturalization Act, 8 U.S.C. 1101, et seq. 29.8 Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original, and all such counterparts together shall constitute one and the same Agreement. 29.9 Captions. The section captions contained in this Agreement are for convenience only and do not in any way limit or amplify any term or provision hereof. The use of the terms “hereof,” “hereunder” and “herein” shall refer to this Agreement as a whole, inclusive of the Exhibits, except when noted otherwise. The use of the masculine or neuter genders herein shall include the masculine, feminine and neuter genders and the singular form shall include the plural when the context so requires. 29.10 Article Further Acts. Operator and Distributor each agrees to perform any additional acts, execute, and deliver any additional documents as may reasonably be necessary in order to carry out the provisions and effectuate the intent of this Agreement. 29.11 Prohibition against Contingent Fees. The Distributor by execution of this Agreement warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fees, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. 007858-000174/00632745.1 Page 21 of 49 EXHIBIT "A" PREMISES 007858-000174/00632745.1 Page 22 of 49 EXHIBIT B REQUIRED SUBMITTALS 007858-000174/00632745.1 Page 23 of 49 007858-000174/00632745.1 Page 24 of 49 007858-000174/00632745.1 Page 25 of 49 007858-000174/00632745.1 Page 26 of 49 007858-000174/00632745.1 Page 27 of 49 007858-000174/00632745.1 Page 28 of 49 007858-000174/00632745.1 Page 29 of 49 007858-000174/00632745.1 Page 30 of 49 007858-000174/00632745.1 Page 31 of 49 007858-000174/00632745.1 Page 32 of 49 007858-000174/00632745.1 Page 33 of 49 007858-000174/00632745.1 Page 34 of 49 007858-000174/00632745.1 Page 35 of 49 007858-000174/00632745.1 Page 36 of 49 007858-000174/00632745.1 Page 37 of 49 007858-000174/00632745.1 Page 38 of 49 007858-000174/00632745.1 Page 39 of 49 007858-000174/00632745.1 Page 40 of 49 007858-000174/00632745.1 Page 41 of 49 007858-000174/00632745.1 Page 42 of 49 007858-000174/00632745.1 Page 43 of 49 007858-000174/00632745.1 Page 44 of 49 007858-000174/00632745.1 Page 45 of 49 007858-000174/00632745.1 Page 46 of 49 007858-000174/00632745.1 Page 47 of 49 007858-000174/00632745.1 Page 48 of 49 007858-000174/00632745.1 Page 49 of 49 Invitation To Bid Sealed bids will be received at this office until Friday October 19, 2018 @ 11:00 a.m. for furnishing: 19-010 Supply of Gasoline and Diesel for Augusta Regional Airport Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, October 5, 2018, @ 5:00 P.M. No bid will be accepted by fax; all must be received by mail or hand delivered. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle September 13, 20, 27, October 4, 2018 Metro Courier September 13, 2018 OFFICIAL Vendors Southern Oil Mktg DBA Sommers Oil Co 2008 Franke Ct Augusta, GA 30909 Petroleum Traders Corporation 7120 Pointe Inverness Way Fort Wayne, IN 46804 Lykins 5163 WolfPen Pleasant Hill Rd Milford, OH 45150 Abbott Oil Co P.O. Box 3639 Augusta, GA 30914 Boswell Oil Co 150 Floyd Dr Athens, GA 30607 James River Petroleum 10487 Laker Ridge Ashland, VA 23005 Mansfield Oil Co 1025 Aiport Pkwy SW Gainesville, GA 30501 Attachment B Yes Yes Yes Yes Yes Yes E-Verify Number No 571783 604944 396200 316841 202705 Addendum 1 No Yes Yes Yes Yes Yes SAVE Form Yes Yes Yes Yes Yes Yes Specifications Net Mark-Up ( $ per Gallon) Net Mark-Up ($ per Gallon) Net Mark-Up ($ per Gallon) Net Mark-Up ($ per Gallon) Net Mark-Up ($ per Gallon) Net Mark-Up ($ per Gallon) Net Mark-Up ($ per Gallon) Unleaded Regular (min. 87 Octane) $ 0.03 -$0.03 -$0.01 -$0.06 $0.03 $0.00 Ultra Low Sulfur Diesel (Clear) $ 0.03 $0.01 -$0.01 $0.02 $0.04 $0.01 Bid Opening Bid Item #19-010 Supply of Gasoline and Diesel-Annual Contract For Augusta, GA – Augusta Regional Airport Friday, October 19, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 9 Total packages submitted: Total Noncompliant: •. ,Regional Aiq )Ort (706)798-3236 • Fax: (706) 798-1551 • 1501 Aviation Way• Augusta, Georgia 30906 • www.flyags.com February 20, 2019 Ms. Geri Sams Director of Procurement Augusta Richmond County 530 .Greene Street Augusta, GA 30901 RE: Letter of Recommendation -Lykins Oil Company-1TB item# 19-010 Supply of Gasoline and Diesel -Annual Contract Dear Ms. Sams: An invitation to bid for an annual supply of gasoline and diesel to support the operations. at the Augusta Regional Airport was issued on October 19, 2018. After a thorough and complete review of all five (5) bids, we recommended Boswell Oil Co, which was the lowest bidder. We later learned that Boswell Oil Co misquoted their proposal, and has decided to decline the bid award offer. As a result, the airport would like to select Lykins OilCompany as the apparent lowest bidder. The airport wishes to initiate contract negotiations with Lykins Oil Company in order to facilitate the process of obtaining Augusta Aviation Airport Commission approval. Sincerely, Augusta Regional Aif)ort�L.�r Herbert L. Judon, Jr. Executive Director Commission Meeting Agenda 5/7/2019 2:00 PM Lykins Oil Company Gas & Diesel Supply Department:Augusta Regional Airport Department:Augusta Regional Airport Caption:Motion to approve the Lykins Oil Company Contract for Gas & Diesel Supply - Augusta Regional Airport. Bid Item 19-010 (Approved by Public Services Committee April 30, 2019) Background:The airport’s fuel farm not only supplies Jet-A Fuel and Avgas for aircraft operators but also supports fuel requirements for Airline Ground Support Equipment as well as Airport Department vehicles and equipment. Additionally, the Airport supports Enterprise Rental Car’s (Airport Location) supply requirements for their rotating fleet of vehicles. Analysis:The Airport purchases approximately 90,000 gallons of gasoline and 18,000 gallons of diesel fuel annually. This annual supply agreement was established to obtain a better discount on fuel and facilitate the ordering process when it became time to replenish our supply. In collaboration with the Procurement Department, an Invitation to Bid for a supply of gas and diesel was issued. The solicitation was mailed out to nine (9) vendors and we received five (5) responsive bids. Boswell Oil Company was initially the lowest responsive bidder, but in the process of finalizing the agreement we learned that Boswell Oil Company misquoted and could not honor their bid price. After further review it was determined that Lykins Oil Company was indeed the lowest responsive bidder. Financial Impact: Alternatives:To Deny Recommendation:Augusta Aviation Commission recommends Approval 551081106/5315122 551081106/5315123 Enterprise Fund Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission CONTRACT FOR BID ITEM #19-166 ITB SELECTED TERMINAL L.E.D. LIGHTING CONVERSION AUGUSTA, GEORGIA FOR THE AUGUSTA REGIONAL AIRPORT WITH NEWSOME ELECTRIC CONSTRUCTION, LLC Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 2 of 42 This Contract for Bid Item # 19-166 Selected Terminal L.E.D. Lighting Conversion (hereinafter designated as the "Contract") made and entered into as of this ______ day of _______________ 2019, by and between the Augusta Aviation Commission for the Augusta Regional Airport, (hereinafter designated as "Airport”) and Newsome Electrical Construction, LLC, hereinafter designated “Contractor”), a Limited liability company authorized to do business in the State of Georgia, whose address is 3317 Perkins Road, Augusta, GA 30906. WITNESSETH: WHEREAS, the City of Augusta (the City) is the owner and operator of a full-service commercial airport known as the Augusta Regional Airport at Bush Field (the Airport); WHEREAS, the City solicited bids for a contractor to provide replacement L.E.D. lighting in selected locations in the Airport Terminal; and WHEREAS, Contractor provided a bid in compliance with City ordinances and all other applicable state and federal regulations. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements herein contained, the Airport and Contractor hereby agree as follows: OBJECTIVE OF SERVICES: The objective of contracting the services described in this Contract is the provision of replacement L.E.D. Lighting in accordance with the specifications set forth herein on Attachment A. The Airport is a full-service, non-hub commercial airport serving more than 550,000 passengers annually (2015&16) with daily flights to both Atlanta and Charlotte on Delta Air Lines and American Airlines respectively. The facilities are operated twenty-four (24) hours/day, seven (7) days/week and three hundred sixty-five days per year. The work involves the conversion to L.E.D. lighting in various areas in the Airport Terminal. ARTICLE 1 SCOPE OF WORK 1.1 The term “Work” means the construction, labor, materials, equipment, tools, machinery, testing, temporary services and utilities, supervision, administration, coordination, planning, insurance, transportation, security, and all other services and things necessary to provide the Airport with the facilities, improvements, features, and functions described in the Specifications identified in Attachment A. The Specifications are hereby incorporated into and made a part of this Contract. The Contractor agrees to complete the Work in a good, firm, substantial and workmanlike manner in strict conformity with this Contract. 1.2 Additionally, the following specific items shall be considered a part of the Contract Documents by reference when appropriately executed. 1.2.1 The Certificate of Insurance 1.2.4 The Contractor's completed Bid Form dated February 28, 2019 1.2.5 The Contractor’s statement of qualifications Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 3 of 42 1.2.6 All required submittals 1.3 Unless otherwise modified by a written and properly executed Change Order, the Contractor shall furnish all of the Work in accordance with the Contract and all incidental work necessary to complete the Project in an acceptable manner, ready for use, occupancy, or operation by the Airport. The Contractor shall be responsible for the entire Work and every part thereof. ARTICLE 2 TIME, TERM AND PAYMENT 2.1 Contract Time. The Contractor shall commence the Work under this Contract within ten (10) calendar days from the date of receiving the Notice to Proceed, as evidenced by official receipt of certified mail or acknowledgment of personal delivery and shall fully complete the Work within 100 calendar days. calendar days from receiving such Notice to Proceed or Purchase Order. The Contract Time may be extended only by Change Order approved and executed by the Aviation Commission and the Contractor in accordance with the terms of this Contract. 2.2 Contract Price. As full payment for the faithful performance of this Contract, the County shall pay the Contractor the Contract Price, which is an amount not to exceed the amount of $90,165.00 unless changed by written Change Order in accordance with the terms of this Contract. Any increase of the Contract Price shall be by Change Order adopted and approved by the Aviation Commission, the City and the Contractor in accordance with the terms of this Contract. 2.3 Invoices. Original invoice(s) must be submitted as follows: Augusta Regional Airport 1501 Aviation Way Augusta, GA 30906 Attn: Risa Bingham Ph.: (706) 798-3136 FAX: (706) 798-1551 ARTICLE 3 FEDERAL WORK AUTHORIZATION Pursuant to O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02, the City cannot enter a Contract for the physical performance of services unless the Contractor and its Subcontractors register and participate in the Federal Work Authorization Program to verify specific information on all new employees. 3.1 Contractor certifies that it has complied and will continue to comply with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. 3.2 Contractor has executed an affidavit evidencing its compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. The signed affidavit is attached to this Contract as Attachment B. 3.3 Contractor agrees that in the event that it employs or contracts with any Subcontractor(s) in connection with this Contract, Contractor will secure from each Subcontractor an affidavit that indicates the employee-number category applicable to that Subcontractor and certifies the Subcontractor’s current and continuing compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. Any signed Subcontractor affidavit(s) obtained in connection with this Contract shall be attached hereto as Attachment B. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 4 of 42 ARTICLE 4 CORPORATE AUTHORITY Contractor has executed a Certificate of Corporate Authority attached hereto as Attachment B. The officials of the Contractor executing this Contract are duly and properly in office and are fully authorized and empowered to execute the same for and on behalf of the Contractor. Contractor has all requisite power and authority to enter into and perform its obligations under this Contract. The execution and delivery by the Contractor of this Contract and the compliance by the Contractor with all of the provisions of this Contract (i) is within the purposes, powers, and authority of the Contractor; (ii) has been done in full compliance with applicable law and has been approved by the governing body of the Contractor and is legal and will not conflict with or constitute on the part of the Contractor a violation of or a breach of or a default under any indenture, mortgage, security deed, pledge, note, lease, loan, or installment sale agreement, Contract, or other agreement or instrument to which the Contractor is a party or by which the Contractor is otherwise subject or bound, or any license, judgment, decree, law, statute, order, writ, injunction, demand, rule, or regulation of any court or governmental agency or body having jurisdiction over the Contractor; and (iii) has been duly authorized by all necessary action on the part of the Contractor. This Contract is the valid, legal, binding and enforceable obligation of the Contractor. ARTICLE 5 INDEPENDENT CONTRACTOR Contractor is acting, in performance of this Contract, as an Independent Contractor. Personnel supplied by the Contractor or its agents or subcontractors hereunder are not the City’s or the Aviation Commission’s employees, or agents and Contractor assumes full responsibility for their acts. Contractor shall be solely responsible for the payment of compensation to its employees and subcontractors. The City shall not be responsible for payment of Worker's Compensation, disability benefits, and unemployment insurance or for withholding and paying employment taxes for any Contractor employee, its subcontractors or agent's employees, but such responsibility shall be solely that of Contractor. This clause of the Contract does not prevent the City or Airport from requiring Contractor to have its employees follow normal rules and guidelines for work performance, redirecting the efforts of the employees to meet the needs of the facilities, performing safety or from requiring Contractor to perform the requirements of this Contract satisfactorily, according to the terms set forth herein. No act or direction of the City or Airport shall be deemed to be the exercise of supervision or control of the Contractor’s performance hereunder. ARTICLE 6 CONTRACTOR'S PERFORMANCE 6.1 Contractor shall, at its own expense, furnish all necessary equipment, management, supervision, labor, technical support and other accessories and services for maintenance, and the performance of other services as described in these Contract Documents. Such services shall be performed in strict accordance with the terms herein. 6.2 All performance shall be subject to inspection and approval by the Aviation Director or his designee as provided in said Performance Work Statement. If the Contractor's performance is, or becomes unsatisfactory, as determined by the Aviation Director, an appropriate reduction in payment due may be made from Contractor's invoice and Contractor shall correct any unsatisfactory performance. The correction of unsatisfactory performance shall be at no additional cost to Airport. ARTICLE 7 AUTHORIZED REPRESENTATIVES 7.1 AIRPORT’S REPRESENTATIVE(S) Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 5 of 42 AIRPORT’S REPRESENTATIVE: shall be Paul Strycharz / Adrienne Ayers-Allen. 7.2 CONTRACTOR’S REPRESENTATIVE(S) Contractor must designate in writing a person(s) acceptable to Airport to serve as its representative ("Contractor’s Representative”) in all dealings with Airport. Contractor’s Representative may be changed upon prior written notice delivered to Airport’s Representative. Contractor’s representative shall be Chris Newsome. ARTICLE 8 PATENT INDEMNITY Except as otherwise provided, the Contractor shall indemnify the City and its Board of Commissioners, the Aviation Commission, and their officers, agents and employees against liability, including costs and expenses for infringement upon any letters or patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City of the equipment furnished or construction work performed hereunder. ARTICLE 9 CHANGES The Airport may, during the Contract period, make changes to the Scope of Work, which may result in changes to the general scope of the Contract and its provisions. Written agreements, changes, or amendments to this Contract shall not be binding upon the Airport except through a properly executed Change order. ARTICLE 10 CONTRACTOR’S OBLIGATIONS The Contractor shall, in good workmanlike manner, do and perform, all Work and furnish all supplies and materials, machinery, equipment, facilities, and means, except as herein otherwise expressly specified, necessary, or proper to perform and complete all the Work required by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said of the Work covered by this Contract and any and all supplemental drawings of the Work covered by this Contract. Contractor shall furnish, erect, maintain, and remove such equipment, construction, and such temporary works as may be required. Contractor alone shall be responsible for the safety, efficiency, and adequacy of its equipment, installations, and methods, and for any damage which may result from their failure or their improper construction, installation, maintenance, or operation. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements and limitations of the Contract and Specifications, local ordinances, and state and federal laws; and shall do, carry on, and complete the entire Work. ARTICLE 11 TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT To the extent that it does not alter the scope of this Contract, the Airport may unilaterally order a temporary stopping of the Work or delaying of the Work to be performed by Contractor under this Contract. ARTICLE 12 RIGHTS AND REMEDIES The rights and remedies of the City and Airport provided in this paragraph are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 6 of 42 ARTICLE 13 NON-DISCRIMINATION Notwithstanding any other provision of this Contract, during its performance the Contractor, for itself, its heirs, personal representatives, successors in interest and assigns, as part of the consideration of this Contract does hereby covenant and agree that: 13.1 No person on the grounds of age, race, color, religion, sex or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination; and 13.2 In the furnishing of services or materials herein or hereon, no person shall, on the grounds of age, race, color, religion, sex or national origin, be excluded from participation in, or denied the benefits of, such activities, or otherwise be subjected to discrimination. ARTICLE 14 DEFECTIVE PRICING To the extent that the pricing provided by Contractor is erroneous and defective, the parties may by agreement, correct pricing errors to reflect the intent of the parties. ARTICLE 15 REPRESENTATIONS AND WARRANTIES 15. Contractor’s Representations and Warranties Regarding Capacity to Contract and Perform Work/Services. In order to induce the Airport to enter into this Contract, Contractor hereby represents and warrants that as of the date above written that: 15.1. Contractor is duly organized and validly existing in good standing under the laws of the state in which it is organized, is qualified to do business in all jurisdictions in which it is operating, and has the power and authority to execute and deliver and to perform its obligations under this Contract and the documents to which it is signatory; and 15.2 The execution, delivery and performance by Contractor and its undersigned representative(s) of this Contract and other documents to which Contractor is a signatory do not require the approval or consent of any other person, entity or government agency and do not result in any breach of any agreement to which Contractor is a party or by which it is bound; and 15.3 The execution, delivery and performance by Contractor of this Contract and other documents to which it is a signatory have been duly authorized by all necessary action, and constitute legal, valid and binding obligations of Contractor, enforceable against Contractor in accordance with its terms; 15.4 No action, suit or proceeding to which Contractor is a party is pending or threatened that may restrain or question this Contract, or any other document to which it is a signatory, or the enjoyment of rights or benefits contemplated herein; and 15.5 Contractor has not been debarred by any city, state or federal agency. ARTICLE 16 ASSIGNMENT 16. Without the prior written consent of Airport, Contractor may not assign, transfer or convey any of its interests under this Contract, nor delegate any of its obligations or duties under this Contract except as provided herein. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 7 of 42 16.1 Consent of Airport Required. Any assignment of this Contract or rights under this Contract, in whole or part, without the prior written consent of Airport shall be void, except that, upon ten (10) calendar days prior written notice to Airport, the Contractor may assign monies due or to become due under this Contract. Any assignment of monies will be subject to proper setoffs in favor of the Airport and to any deductions provided for in this Contract. 16.2 No Relief of Responsibilities. No assignment will be approved which would relieve Contractor of its responsibilities under this Contract. 16.3 Parties Bound. This Contract will be binding upon and inure to the benefit of the Airport and Contractor and their respective successors and assigns. ARTICLE 17 NOTICES 17. Delivery. All notices given by either party to the other under this Contract must be in writing and may be delivered by: (i) regular mail, postage prepaid; (ii) certified or registered mail; (iii) facsimile; or (iv) hand-delivery, to the parties at the addresses and facsimile numbers set forth in the Clause titled “Addresses”. 17.1 Receipt. Notices sent by mail will be deemed to be received upon deposit in the mail, properly addressed. Notices sent by certified or registered mail will be deemed to be received upon the date of the acknowledgment. Notices sent by facsimile will be deemed to be received upon successful transmission to the proper facsimile number. Notices delivered by hand- delivery will be deemed to be received upon acceptance by the respective party or its agent. 17.2 Change of Address or Facsimile Number. Either party may, at any time, change its respective address or facsimile number by sending written notice to the other party of the change. 17.3 Addresses. To Airport: For all notices to City the address will be: Executive Director Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 With a copy to Augusta General Counsel Augusta Law Department 535 Telfair Street, Bldg., 3000 Augusta, Georgia 30901-2286 Ph: (706) 842-5550 Fax: (706) 842-5556 To CONTRACTOR: For all notices to CONTRACTOR the address will be: Newsome Electrical Construction 3317 Perkins Road Augusta, GA 30906 Attn: Chris Newsome Ph. (706) 72-1699 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 8 of 42 ARTICLE 18 COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS Contractor covenants and agrees that it, its agents and employees will comply with all Georgia, county, state, and federal laws, rules, regulations, Airport Rules and Regulations and City ordinances applicable to the Work to be performed under this Contract, and that it shall obtain all necessary permits, pay all license fees and taxes to comply therewith. Further, Contractor agrees that it, its agents, and employees will abide by all rules, regulations, and policies of the Airport during the term of this Contract, including any renewal periods. All references to the City, Airport or Federal codes, provisions, regulations, and rules are incorporated by reference as if fully set forth herein. ARTICLE 19 RIGHT TO INSPECT PREMISES The Airport may, at reasonable times, inspect the part of the plant, place of business, or work site of Contractor or any of its subcontractor or subunit thereof which is pertinent to the performance of this Contract. ARTICLE 20 ROYALTIES AND PATENTS The Contractor shall indemnify, hold and save the Augusta Aviation Commission, Augusta, GA and its elected and appointed officials, officers, agents, servants, and employees, harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article, equipment or appliance manufactured or used in the performance of the Contract, including its use by the City, unless otherwise specifically stipulated in the Contract. ARTICLE 21 INSURANCE During the term of this Contract, Contractor shall provide, pay for, and maintain with companies reasonably satisfactory to the City and the Aviation Commission, the types of insurance as set forth in the Augusta- Richmond County Code, and Georgia law, as the same may be amended from time to time, and as described herein. All insurance shall be issued by insurance companies eligible to do business in the State of Georgia and with an Insurer rated “A” or better by AM Best. All policies shall include hold harmless provisions. In the event of a conflict between the provisions of the Augusta-Richmond County Code and this Contract, the more stringent requirement shall govern. In no event shall Contractor maintain any insurance less than the requirements set forth in the Augusta-Richmond County Code, as amended. All liability policies of Contractor and its subcontractors shall provide coverage that includes, or has the same substantive effect as the following: 21.1 The Contractor shall procure and maintain continuously in effect throughout the term of its activities upon the Airport at Contractor’s sole expense, insurance of the types and in at least such minimum amounts as set forth in this Section. 21.2 The Contractor’s insurance policies as required by this Contract shall apply separately to the City as if separate policies had been issued to Contractor and City. The Contractor’s Comprehensive General Liability policy shall protect Augusta, GA, its officers, elected and appointed officials, employees, agents and the Aviation Commission and its employees against any and all liability created by reason of Contractor’s conduct. 21.3 The Contractor’s insurance shall not be subject to cancellation or material alteration until at least thirty (30) days written notice has been provided to the City’s Risk Manager. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 9 of 42 (a) Contractor shall furnish to the Risk Manager Certificates of Insurance evidencing that all of the herein stated requirements have been met. The amount or amounts of all required policies shall not be deemed a limitation of the Contractor’s Contract to indemnify and hold harmless Augusta, GA, its officers, elected and appointed officials, employees, agents and the Aviation Commission and its employees; and in the event Contractor or Augusta, GA shall become liable in an amount in excess of the amount or amounts of such policies, then the Contractor shall save Augusta, GA, its officers, elected and appointed officials, employees, agents and the Aviation Commission and its employees harmless from the whole thereof, except in the event of gross negligence of Augusta, GA. 21.4 The Contractor is required to maintain minimum insurance to protect the Contractor and Augusta, GA from the normal insurable liabilities that may be incurred by Contractor. In the event, such insurance as required shall lapse, Augusta, GA and the Aviation Commission reserve the right to obtain such insurance at the Contractor’s sole expense. 21.5 The insurance policies for coverage listed in this Section shall contain a provision that written notice of cancellation or any material change in policy by the insurer shall be delivered to the City no less than thirty (30) days prior to cancellation or change. 21.6 Contractor shall carry the following types and minimum amounts of insurance coverage at the Airport: (a) Worker’s Compensation Insurance - With employer’s liability coverage of at least $1,000,000 each accident, $1,000,000 each employee and a $1,000,000 disease policy limit. The foregoing insurance shall be endorsed to state that that the workers’ compensation carrier waives its right of subrogation against the Augusta-Georgia its officers, agents, elected and appointed officials, representatives, volunteers, and employees, and the Aviation Commission and its employees. (b) Comprehensive General Liability Insurance – In the amount of Five Million ($5,000,000) against claims for bodily injury, death or property damage occurring on, in about the Contractor’s premises and the Airport, in an amount recommended by the Risk Manager and acceptable to the City. Said coverage shall include products and completed operations. The foregoing insurance shall be endorsed to state that it will be primary to the City and the Aviation Commission’s insurance and that the carrier waives its right of subrogation against Augusta-GA, the Aviation Commission, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. Augusta, GA, the Aviation Commission, their officers, employees, agents, elected and appointed officials shall be added as additional insureds on said policies, including products and completed operations. Said policy shall contain Severability of Interest Clause and shall include Contractual Liability coverage at least as broad as that given in the most current CG 00 01 ISO form. (c) Automobile Insurance. For any vehicles authorized in writing by the Executive Director to operate on the Aircraft Operating Area (AOA) of the Airport, Automobile Insurance in the minimum amount of Five Million Dollars ($5,000,000.00) combined single limit coverage. If the Contractor’s Comprehensive General Liability coverage includes vehicular operations on the Airport, separate automobile insurance shall not be required. The foregoing insurance shall be endorsed to state that it will be primary to the Augusta GA and the Aviation Commission’s insurance and that the carrier waives its right of subrogation against Augusta, GA, the Aviation Commission, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. Augusta GA, the Aviation Commission, and their officers, agents, employees, elected and appointed officials shall be added as additional insureds on Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 10 of 42 said policies. Said policy shall contain Severability of Interest Clause and shall include contractual liability coverage at least as broad as that given in the most current CA 00 01 ISO form. (d) All such evidence of insurance shall be in the form of certificates of insurance satisfactory to the City and its Risk Manager, accompanied by a certified true copy of an endorsement to each policy containing the above language. The insurance coverage and limits required shall be evidenced by properly executed certificates of insurance. These certificates shall be signed by the authorized representative of the insurance company shown on the certificate. The required policies of insurance shall be in compliance with the laws of the State of Georgia. 21.7 If at any time the Aviation Executive Director requests a written statement from the insurance company as to any impairments to the aggregate limit, Contractor shall promptly authorize and have delivered such statement to the Aviation Commission. Contractor authorizes the Aviation Commission and/or the City’s Risk Manager to confirm with Contractor’s insurance agents, brokers, and insurance companies all information furnished. 21.8 The acceptance of delivery to the City and the Aviation Commission of any certificate of insurance evidencing the insurance coverage and limits required under this Contract does not constitute approval or acceptance by the City or the Aviation Commission that the insurance requirements in this Contract have been met. No operations shall commence at the Airport unless and until the required certificates of insurance are in effect and approved by the City. 21.9 The Contractor and the City and the Aviation Commission understand and agree that the minimum limits of the insurance herein required may, from time to time, become inadequate, and Contractor agrees that it will increase such minimum limits upon receipt of written notice defining the basis of the increase. The Contractor shall furnish the City, within ten (10) days of the effective date thereof, a certificate of insurance evidencing that such insurance is in force. 21.10 If at any time the Airport Executive Director requests a written statement from the insurance companies as to any impairments to the Aggregate Limit, prompt authorization and delivery of all requested information will be given to the Aviation Commission. Renewal Certificates of Insurance must be provided to the City and Aviation Commission as soon as practical but in every instance prior to expiration of current coverage. 21.11 The amounts and types of insurance shall conform to the following minimum requirements with the use of Insurance Service Office policies, forms, and endorsements or broader, where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be reasonably acceptable to the City and Aviation Commission. 21.12 An insurance binder letter or a Certificate of Insurance must be sent to: Augusta Regional Airport 1501 Aviation Way Augusta, Ga. 30901 Attn: Executive Director Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 11 of 42 ARTICLE 22 DEFAULT AND TERMINATION Termination by Airport. This Contract shall be subject to termination by the Airport at any time in the opinion of the Airport the Contractor fails to carry out the Contract provisions of any one or more of the following events occurs: 22.1 The default by Contractor in the performance of any of the terms, covenants or conditions of the Contract, and/or the failure of Consultant to remedy, or undertake to remedy with sufficient forces and to the Airport’s reasonable satisfaction. The Airport shall provide the Contractor with notice of any conditions which violate or endanger the performance of the Contract. If after such notice the Contractor fails to remedy such conditions within five (5) days to the satisfaction of the Airport, the Airport may exercise its option in writing to terminate the Contract without further notice to the Contractor and order the Contractor to stop providing services immediately and vacate the premises; and to cancel ordered products with no expense to the Airport. 22.2 Contractor files a voluntary petition in bankruptcy, including a reorganization plan, makes a general or other assignment for the benefit of creditors, is adjudicated as bankrupt or if a receiver is appointed for the benefit of creditors, is adjudicated as bankrupt or if a receiver is appointed for the property or affairs of Contractor and such receivership is not vacated within thirty (30) days after the appointment of such receiver. 22.3 Contractor’s failure to provide services according to the specifications contained herein. 22.4 Contractor’s failure to keep, perform, or observe any other term or condition of this Contract. 22.5 Contractor’s performance of the Contract is unreasonably delayed. 22.6 The Airport reserves the right to terminate this Contract if the services provided under this Contract do not meet or exceed existing industry standards. The Airport reserves the right to make the final determination as to the quality of services. 22.7 Termination for Convenience The Airport may terminate this Contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Airport. Upon receipt of a written notice of termination, except as explicitly directed by the Airport, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the Airport all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the owner to protect and preserve property and work related to this Contract that Airport will take possession. Airport agrees to pay Contractor for: a) completed and acceptable work executed in accordance with the Contract documents prior to the effective date of termination; b) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the Contract documents in connection with uncompleted work; c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 12 of 42 d) reasonable and substantiated expenses to the Contractor directly attributable to Airport’s termination action Airport will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Airport’s termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this Contract. ARTICLE 23 INDEMNIFICATION AND HOLD HARMLESS Contractor agrees to indemnify and hold harmless the Augusta Aviation Commission, Augusta, GA and their members, officers, elected and appointed officials, agents, servants, employees and successors in office, as set forth in the Augusta-Richmond County Code, and particularly Article 1, Chapter 3, Division 1, Section 1- 3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein, from any and all claims including reasonable attorney's fees and expenses of litigation incurred by the Augusta GA and the Augusta Aviation Commission, in connection therewith related to or arising out of any damage or injury to property or persons, occurring or allegedly occurring in, on or about Airport property which are in any way related to or arising out of any failure of Contractor to perform its obligations hereunder. Contractor further agrees that the foregoing Contract to indemnify and hold harmless applies to any claims for damage or injury to any individuals employed or retained by Contractor in connection with any changes, additions, alterations, modifications and/or improvements made to the premises, and hereby releases the Augusta, GA and the Augusta Aviation Commission, from liability in connection with any such claims. In the event of a conflict between the provisions of the Augusta-Richmond County Code and this Contract, the broader requirement shall govern. ARTICLE 24 AIRPORT SECURITY REQUIREMENTS SECURITY IDENTIFICATION DISPLAY AREA (SIDA) BADGES 24. Contractor’s employees may be required to operate in the Airport’s secure areas. Contractor shall be required to obtain the Airport’s Security Identification Display Area (SIDA) badges for any employee working in the secured area. Contractor shall comply, at its own expense, with the Transportation Security Authority (TSA) and the Airport’s security requirements for the Airport’s SIDA including, but not limited to employee training and badging. Contractor shall cooperate with the TSA and the Airport on all security matters and shall promptly comply with any Project security arrangements established by the Airport. Compliance with such security requirements shall not relieve Contractor of its responsibility for maintaining proper security for the above-noted items, nor shall it be construed as limiting in any manner Contractor’s obligation with respect to all applicable federal, state and local laws and regulations and its duty to undertake reasonable action to establish and maintain secure conditions at and around the Premises and throughout the Airport. All employees shall be properly badged and comply with all Airport safety and security rules. 24.1 To qualify for the badge, individual must be fingerprinted and have a background investigation completed. In addition, the Airport will conduct a background inquiry and require finger printing of all individuals who will be working on the secured side of the Airport screening point. This may also include collection of appropriate criminal history information, contractual and business associations and practices, employment histories, reputation in the business community and credit reports for the Contractor, as well as, its employees. 24.2 Contractor consents to such an inquiry and agrees to make available to the Airport such books and records the Airport deems necessary to conduct the review. 24.3 Contractor shall pay all costs associated with providing SIDA badges. ARTICLE 25 HAZARDOUS MATERIALS Contractor shall not cause or permit any Hazardous Material to be brought, kept or used in or about the Airport by Contractor, its agents, employees, subcontractors, or invitees. Without limiting the foregoing, if the presence of any Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 13 of 42 Hazardous Material in the Airport caused or permitted by Contractor results in any contamination of the Airport, Contractor shall promptly take all actions at its sole expense as are necessary to return the Airport to the conditions existing prior to the introduction of such Hazardous Material to the Airport; provided that Airport’s approval of such actions, and the corrective actions to be used by Contractor in connection therewith, shall first be obtained. The term “Hazardous Material” means any hazardous or toxic substance, material, or waste, which is or becomes regulated by any local governmental authority or the United States Government. The term “Hazardous Material” includes, without limitation, any material or substance which is (i) defined as a “hazardous waste”, “extremely hazardous waste”, or “restricted hazardous waste” or similar term under any laws now or hereafter enacted by the United States or the State of Georgia or any political subdivision thereof, or (ii) designated a “hazardous substance” pursuant to the Federal Water Pollution Control Act, 33 U.S.C. § 1317, or (iii) defined as a “hazardous waste” pursuant to the Federal Resource Conservation and Recovery Act, 42 U.S.C.§ 6901 et seq., or (iv) defined as a “hazardous substance” pursuant to the Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. § 9601 et seq. ARTICLE 26 PROHIBITION OF SEGREGATED FACILITIES The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this Contract. (a) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (b) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this Contract. ARTICLE 27 GOODS, PRODUCTS AND MATERIALS 27.1 The Contractor shall furnish goods, products, materials, equipment and systems which: 27.2 Comply with this Contract for; 27.3 Conform to applicable regulations, specifications, descriptions, instructions, data and samples; 27.4 Are new and without damage; 27.5 Are of quality, strength, durability, capacity or appearance equal to or higher than that required by the Contract Documents; 27.6 Are free from defects; and 27.7 Are beyond and in addition to those required by manufacturers' or suppliers' specifications where such additional items are required by the Contract Documents. 27.8 All goods, products, materials, equipment and systems named or described in the Contract Documents, and all others furnished as equal thereto shall, unless specifically stated otherwise, be furnished, used, installed, employed and protected in strict compliance with the specifications, recommendations and instructions of the manufacturer or supplier, unless such specifications, recommendations or instructions deviate from applicable FAA advisory circulars or the Contract Documents, in which case the Contractor shall so inform the City and shall proceed as directed by the City. The Contractor shall coordinate all subcontracts to verify compatibility of goods, products, materials, equipment and systems, and the validity of all warranties and guarantees, required by the Contract Documents. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 14 of 42 ARTICLE 28 WARRANTIES AND CORRECTION OF WORK 28.1 The Contractor shall guarantee all Work to have been accomplished in conformance with this Contract. Neither the final certificate of payment nor any provision of the Contract, nor partial or entire occupancy or use of the Work by the Airport, shall constitute an acceptance of any part of the Work not done in accordance with the Contract, or relieve the Contractor of liability for incomplete or faulty materials or workmanship. The Contractor shall promptly remedy any omission or defect in the Work and pay for any damage to other improvements or facilities resulting from such omission or defect which shall appear within a period of one year from the date of final acceptance, unless a longer period is elsewhere specified. In the event that the Contractor should fail to make repairs, adjustments, or other remedy that may be made necessary by such defects, the Airport may do so and charge the Contractor the cost thereby incurred. 28.2 The Contractor warrants to the Airport that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract, that the Work will be free from defects not inherent in the quality required or permitted, and that the Work will conform to the requirements of the Contract. Work not conforming to these requirements, including substitutions not properly approved and authorized, is considered defective. The Airport, in its sole discretion, may exclude from the Contractor's warranty, remedies for damage or defect which the Airport determines were caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Airport, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. All warranties and guaranties shall extend for the greatest of one year commencing on the dates of Substantial Completion of the Project or such longer period of time as is required by the Contract. The one-year period shall be extended with respect to portions of the Work first performed after Substantial Completion for a period of one year after the actual performance of the Work. If any defect or deviation should exist, develop, be discovered or appear within such one-year period, the Contractor, at its sole cost and expense and immediately upon demand, shall fully and completely repair, correct, and eliminate such defect. The foregoing warranties and guarantees are cumulative of and in addition to, and not restrictive of or in lieu of, any and all other warranties and guarantees provided for or required by law. No one or more of the warranties contained herein shall be deemed to alter or limit any other. 28.3 The obligation of this Section shall survive acceptance of the Work and termination of the Contract. All manufacturer warranties and guarantees shall be delivered to the City prior to Substantial Completion and such delivery shall be a condition precedent to the issuance of the Certificate of Substantial Completion. Before Final Payment the Contractor shall assign and transfer to the City all guarantees warranties and agreements from all Contractors, Subcontractors, vendors, Suppliers, or manufacturers regarding their performance quality of workmanship or quality of materials supplied in connection with the Work. The Contractor represents and warrants that all such guarantees, warranties and agreements will be freely assignable to the City, and that upon Final Completion of the Work, all such guarantees, warranties and agreements shall be in place and enforceable by the City in accordance with their terms. ARTICLE 29 MISCELLANEOUS PROVISIONS 29.1 JUDICIAL INTERPRETATION. Should any provision of this Contract require judicial interpretation, it is agreed that the court interpreting or construing the same shall not apply a presumption that the terms hereof shall be more strictly construed against one party by reason of the rule of construction that a document is to be construed more strictly against the party who itself or through its agent prepared same, it being agreed that the agents of all parties have participated in the preparation hereof and all parties have had an adequate opportunity to consult with legal counsel. 29.2 GOVERNING LAW; JURISDICTION AND VENUE; ATTORNEYS' FEES. This Contract shall be governed by, and construed and enforced in accordance with, the laws of the State of Georgia Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 15 of 42 (without regard to the conflicts or choice of law principles thereof). The parties irrevocably consent to the jurisdiction of the State of Georgia, and agree that the Superior Court of Richmond County, Georgia, shall be an appropriate and convenient place of venue to resolve any dispute with respect to this Contract. In the event either party commences any proceeding against the other party with respect to this Contract, the parties agree that neither party shall be entitled to recover attorneys' fees except as otherwise specifically provided for by law. 29.3 COMMERCIAL ACTIVITY: Neither Contractor nor its employees may establish any commercial activity or issue concessions or permits of any kind to third parties for establishing activities at the Airport. 29.4 CONTINGENT FEES. Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Contract; and that Contractor has not paid or agreed to pay any company, association, corporation, firm or person, other than a bona fide employee working for Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Contract. For the breach or violation of this warranty and upon a finding after notice and hearing, City may terminate the Contract and, at its discretion, may deduct from the Contract Sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or consideration. 29.5 WAIVER. The failure of Airport to seek redress for any violation of or to insist upon the strict performance of, any term of this Contract will not prevent a subsequent violation of this Contract from being actionable by Airport. The provision in this Contract of any particular remedy will not preclude Airport from any other remedy. 29.6 FORCE MAJEURE. Neither party hereto shall be considered in default in the performance of its obligations hereunder to the extent that the performance of any such obligation, except the payment of money, is prevented or delayed by any cause, existing or future, which is beyond the reasonable control of the affected party, or by a strike, lockout or other labor difficulty, the settlement of which shall be within the sole discretion of the party involved. Each party hereto shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to delay, hinder or prevent performance of the services under this Contract. In the event either party is prevented or delayed in the performance of this obligation by reason of such Force Majeure, there shall be an equitable adjustment of the schedule. Contractor will not be liable for failure to perform or for delay in performance as a result of Force Majeure, including the following: (a) Any cause beyond its reasonable control; (b) Any act of God; (c) Inclement weather; (d) Earthquake; (e) Fire; (f) Explosion; (g) Flood; (h) Strike or other labor dispute; (i) Any shortage or disruption of or inability to obtain labor, material, manufacturing facilities, power, fuel or transportation from unusual sources, or any other transportation facility; (j) Delay or failure to act of any governmental or military authority; (k) Any war, hostility or invasion; (l) Any embargo, sabotage, civil disturbance, riot or insurrection; (m) Any legal proceedings; or (n) Failure to act by Contractor’s suppliers due to any cause which Contractor is not responsible, in whole or in part. 29. 7 PERMITS. Contractor shall obtain and maintain at all times all necessary licenses, permits and certifications to perform the work described in the Contract. Contractor shall furnish copies of all licenses, permits, and certifications to the Airport. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 16 of 42 29.8 WORK PERMITS REQUIRED. Contractor agrees and acknowledges that its employees and agent's employees, as well as any subcontractors or subcontractors’ personnel, working on the Contract must be United States citizens, or must be lawfully admitted for residence and be permitted to work in the United States under the Immigration and Naturalization Act, 8 U.S.C. 1101, et seq. 29.9 COUNTERPARTS. This Contract may be executed in several counterparts, each of which shall be deemed an original, and all such counterparts together shall constitute one and the same Contract. 29.10 CAPTIONS. The section captions contained in this Contract are for convenience only and do not in any way limit or amplify any term or provision hereof. The use of the terms “hereof,” “hereunder” and “herein” shall refer to this Contract as a whole, inclusive of the Exhibits, except when noted otherwise. The use of the masculine or neuter genders herein shall include the masculine, feminine and neuter genders and the singular form shall include the plural when the context so requires. 29.11 ARTICLE FURTHER ACTS. Airport and Contractor each agrees to perform any additional acts, execute, and deliver any additional documents as may reasonably be necessary in order to carry out the provisions and effectuate the intent of this Contract. 29.12 USE OF AUGUSTA, GEORGIA LANDFILL. All contracts for Contractors performing demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The Contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. 29.13 PROHIBITION AGAINST CONTINGENT FEES. The Contractor by execution of this Contract warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fees, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Contract. 29.14 CONFLICT IN DOCUMENTS AND PRESENT DOCUMENTS. The Contractor shall in no case claim a waiver of any specification requirements on the basis of previous approval of material or workmanship on other jobs of like nature or on the basis of what might be considered “standard” for material or workmanship in any particular location. The Contract for this Project shall govern the Work. If any portion of the Contract shall be in conflict with any other portion, the various documents comprising the Contract shall govern in the following order of precedence: Contract, Change Orders or modifications issued after execution of the Contract; the General Requirements of the Contract; the Specifications; the Drawings; as between schedules and information given on the drawings, the schedules shall govern; as between figures given on Drawings and the scaled measurements, the figures shall govern; as between large-scale Drawings and small-scale Drawings, the larger scale shall govern; and detailed drawings shall govern over general drawings; the Bid Document Package. SIGNATURES ON NEXT PAGE Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 17 of 42 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their appropriate officials, as of the date first written above. AUGUSTA AVIATION COMMISSION Newsome Electrical Construction, LLC ____________________________ _____________________________ Willa Hilton, Chairperson Chris Newsome, Owner Corporate Seal: Notary: ____________________ ATTEST: ____________________________ Crystal Johnson ___________________________ Herbert Judon, Executive Director AUGUSTA, GEORGIA _______________________ Hardie Davis, Jr. Mayor ATTEST: _________________________ Lena Bonner, Clerk Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 18 of 42 ATTACHMENT A SCOPE OF WORK Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 19 of 42 DIVISION 1- GENERAL CONDITIONS PART 1 – GENERAL SECTION 0011000 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: l. Project information 2. Work covered by Contract Documents. 3. Work by Owner. 4. Access to site. 5. Coordination with occupants. 6. Work restrictions. 7. Miscellaneous provisions ' 1.3 PROJECT INFORMATION Project Identification: Augusta Regional Airport Terminal: Terminal L.E.D. Lighting Conversion Project Location: 1501 Aviation Way Augusta, GA 30906 Project Timeline: 100 calendar days upon issuance of Purchase Order. I Owner's Project and Construction Manager: Paul Strycharz / Adrienne Ayers-Allen 1. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. 1.4 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 20 of 42 business working hours of 7 a.m. to 5 p.m., Monday through Friday, unless otherwise indicated. 1. Weekend Hours: Coordinate with Owner prior to commencement. 2. Early Morning Hours: Coordinate with Owner prior to commencement. 3. Hours for Utility Shutdowns: Coordinate with Owner prior to commencement. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner, Construction Manager, not less than two days in advance of proposed utility interruptions. 2. Obtain Owner’s written permission before proceeding with utility Interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet (8 m) of entrances, operable windows, or outdoor-air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted. G. Employee Identification: Provide identification tags for Contractor personnel working on Project site. Require personnel to use identification tags at all times. SECTION 013300- SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 21 of 42 and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Product Data, Samples and other submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Owner’s responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals.'' B. Informational Submittals: Written and graphic information and physical samples that do not require Owner’s responsive action. Submittals may be rejected for not complying with requirements. PART 2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. 1. Submit 1 copy of submittals via email as PDF electronic files. a. Owner will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submittals as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Availability and delivery time information. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 22 of 42 LIST OF INCOMPLETE ITEMS (PUNCHLIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with exterior areas first. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date c. Name of Contractor. d. Page number. 3.1 SUBMITTAL OF PROJECT WARRANTIES 3.1.1 Time of Submittal: Submit written warranties for designated portions of the Work where commencement of warranties is deemed Substantial Completion. 3.1.2 Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. 3.1.3 Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose- leaf binders as necessary to accommodate contents, and sized to receive 8- 1/2-by-11-inch paper. BADGING REQUIREMENTS 4.1 Dependent on contractors assigned man power in holding area, at least 2 of their personnel will apply for security badging at the Marshalls office on site, Fingerprinted, and TSA background check will be performed. 6 hr. class on site. Airport to pay for badges. DIVISION 26 – ELECTRICAL 26 05 00 – General Electrical Requirements 1. SCOPE OF ELECTRICAL WORK 1.1.1 Replacement of existing 4 ft. soffit strip fluorescent fixtures inside main terminal and holding area. Replacement of existing exterior flood light fixtures located at columns / canopy / wall Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 23 of 42 section on front sidewalk at main terminal. 1.1.2 All equipment to be used is detailed on the attached chart at the end of this section. Strict attention must be addressed on using the specified models meeting the design, warranty, and output lumens per fixture. The use of “or equal” is available if approved thru submittal by owner and must match to original specifications. 1.2 Equipment and material shall be listed by a nationally recognized (e.g. Underwriters Laboratory) listing agency. 1.3 All electrical conducting material shall be copper, unless specifically allowed otherwise in this document. 1.4 PROHIBITED: 1.4.1 Abandoning existing electrical circuits in place. Conductors must be pulled back to point of origin. The conduit can be left in place. 1.4.2 Direct buried underground wiring. 1.4.3 Lead, wood or fiber anchors that support raceway or equipment. 1.4.4 Overhead wiring. 26 05 10 LIGHTING 1. General Requirements 1.1. The Illuminating Engineers Society of North America (IESNA) Lighting Handbook, current edition, shall be used as a standard for lighting levels. 1.2. Provide one (1) copy of the selected light fixture cut-sheet booklet with any submittal showing lighting fixtures. 1.3. Specifications for light fixtures that are to be used on this project are detailed within the chart at the end of this section. LUMINAIRES 1.4. For lensed fluorescent luminaires, the lenses shall be 100% virgin acrylic injection molded prismatic diffusers meeting the ASTM specifications for methacrylite molding compounds D.788-69A. Minimum lens thickness shall be 0.125”. 1.5. All surface and recessed mounted luminaires are to be of the L.E.D. type. See chart for total. 2. Installation 2.1. Provide proper installation of new fixtures in existing locations by removing existing strip fixtures and replacing with new by installing 1/2” chase nipples per fixture. Connect to existing wiring inside soffit area. 2.2. Cleaning: All luminaires shall be thoroughly cleaned and clear from dust, paint, construction debris and fingerprints after all other trades are complete, but prior to the date of substantial completion. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 24 of 42 2.3. Dispose of all fixtures and bulbs thru proper methods. 26 05 20 EXTERIOR LIGHTING 1. General 1.1. PROHIBITED: Non-LED type fixtures 1.2. Refer to the chart at the end of this section for fixture details. 2. Installation 2.1 Column Exterior Light Fixtures: Remove existing light fixtures and replace with new. Pay attention to model number (wattage) replacement on columns. Remove existing ballasts located on top of columns located inside hand hole location. Install new SJTOOW cord cable from hand hole to new light fixture. Connect cord to existing line side power located in hand hole. Use weather tight cord grip connector at fixture. Make weather tight where cord comes thru opening to fixture 2.2 Wall Exterior Light Fixtures: Remove existing fixtures mounted on wall and replace with new. Pay attention to model number (wattage) replacement needed. Install wall bracket model FXLXW to wall and install new fixture. Connect existing wiring to fixture. Inside building opposite wall, remove all ballasts in acoustical ceiling associated with existing wall fixtures. Connect existing wiring in ceiling to supply line voltage to new fixtures. 2.3 Dispose of all old fixtures and ballasts using proper methods. NOTE TO CONTRACTOR: THE BELOW CHART DEPICTS THE MATERIAL PART NUMBERS AND QUANTITIES NEEDED, BUT BY NO MEANS ARE THE ONLY MATERIALS OR EQUIPMENT NEEDED TO COMPLETE THIS PROJECT. IT IS THE CONTRACTOR’S RESPONSIBILITY TO INCLUDE ALL OF THE MISC. MATERIALS TO BRING THE PROJECT TO 100 % COMPLETION. Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 25 of 42 PART # DESCRIPTION QUANTITY Lithonia or EQUAL ZL1N L48 3000LM FST MVOLT 35K 80CRI WH 48” L.E.D strip light fixture (10 of the total are spare fixtures) 396 Lithonia or EQUAL ZL1N L24 2500LM FST MVOLT 35K 80CRI WH 24” L.E.D strip light fixture (8 of the total are spare fixtures) 50 RAB lighting or EQUAL FXLED105TYW 105-watt exterior flood light (All on Exterior Columns) 40 RAB Lighting or EQUAL FXLED78TYW 78-watt exterior flood light (12 on exterior wall, 8 on selected exterior columns) 20 RAB Lighting or EQUAL FXLXW White exterior wall bracket 12 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 26 of 42 ATTACHMENT B REQUIRED CONTRACTOR SUBMITTALS Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 27 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 28 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 29 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 30 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 31 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 32 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 33 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 34 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 35 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 36 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 37 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 38 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 39 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 40 of 42 Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 41 of 42 ATTACHMENT C BID SHEET Contract for Bid Item #18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 42 of 42 Commission Meeting Agenda 5/7/2019 2:00 PM Newsome Electrical- LED Lighting- Augusta Regional Airport Department:Augusta Regional Airport Department:Augusta Regional Airport Caption:Motion to approve the Newsome Electrical Contract for LED Lighting at the Augusta Regional Airport. (Approved by Public Services Committee April 30, 2019) Background:The age of the terminal and surrounding exterior lighting is approx. 14 yrs. old. This small selected conversion, will yield large results which will consist of all ceiling soffit fluorescent strip lights in the terminal replaced, along with exterior sidewalk canopy lights, totaling 510 fixture replacements. Total savings produced will be 95,747 KWH per yr.- resulting in savings of electrical and maintenance costs of $17,662 per yr.- capturing an R.O.I. of about 5yrs. Analysis:The use of the LED lighting fixtures will offer the end user an expected 60,000 hr. life expectancy (7yrs.) - prior to any maintenance being performed. Along with this, is the minimum overall light degradation of the LED fixture compared to the fluorescent. This is one of several lighting projects to be performed in support of updating the existing lighting throughout the airport (buildings and exterior) to bring up to the current energy standards and savings. Financial Impact:$90,165.00 Alternatives:To Deny Recommendation:Augusta Aviation Commission requests approval of the Newsome Electrical Contract for LED Lighting at the Augusta Regional Airport in the amount of $90,165. Funds are Available in the 551081306/5413130 Enterprise Fund Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Augusta Transit bus schedules Department: Department: Caption:Require the Augusta Transit Department to display the scheduled arrival time of the public transit bus at each posted bus stop". The scheduled time shall be posted at each bus stop within the next 90 days. (Requested by Commissioner Sammie Sias) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: ITEM # 18-291 Truck and Equipment Consolid. Wastebuilt Cherokee Truck Environ Products GA STANDARD BASE PRICE $257,992.00 $228,500.00 $245,443.00 $254,647.00 2019 Schwarze M6 2018 Tymco 600 2019 Curb Tender Warrior 2019 Elgin Broom Bear NON-COMPLIANT Missing Addendum 1 7.01 Extra Key $0.00 $0.00 $0.00 $0.00 7.02 Fire Extinguisher $0.00 $0.00 $0.00 $0.00 7.03 Operator Manuals $0.00 $0.00 $0.00 $0.00 7.04 Tool Box $0.00 $0.00 $0.00 $0.00 8.01 Auto Lube System $4,500.00 $0.00 $0.00 $5,500.00 8.02 Rear LED Strobes $300.00 $0.00 $0.00 $1,570.00 8.03 GPRS Device $0.00 $0.00 $0.00 $505.00 GRAND TOTAL:$262,792.00 $228,500.00 $245,443.00 $262,222.00 Exceptions: REQUESTED OPTIONS BELOW: Street Sweeper Bids Invitation to Bid Sealed bids will be received at this office until Friday, October 12, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-289 Tractor Agricultural Utility – Augusta, GA Central Services Department – Fleet Maintenance– Fleet Maintenance Bid Item #18-291 Street Sweeper – Augusta, GA Central Services Department – Fleet Maintenance– Fleet Maintenance Bid Item #18-292 Riding Slope Mower – Augusta, GA Central Services Department – Fleet Maintenance– Fleet Maintenance Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, September 28, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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: 706-821-2811orEmail: procbidandcontract@augustaga.gov No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle September 6, 13, 20, 27, 2018 Metro Courier September 6, 2018 cc: Janice Allen Jackson Administrator Takiyah Douse Central Services Department Ron Crowden Central Services Department Revised: 8/15/2011 OFFICIAL VENDORS TRACTOR & EQUIPMENT CO. 3809 MIKE PADGETT HWY AUGUSTA, GA 30906 CONSOLIDATED/ WASTEBUILT ATLANTA 1785 MITCHELL RD SE MABLETON, GA 30126 CHEROKEE TRUCK EQUIPMENT, LLC 550 DISCOVERY PLACE MABLETON, GA 30126 ENVIRONMENTAL PRODUCTS OF GEORGIA 4410 WENDELL DRIVE SW ATLANTA, GA 30336 Attachment B Yes Yes Yes Yes Addendum 1 Yes No Yes Yes E-Verify Number 49526 1177774 227110 312637 SAVE Form Yes Yes Yes Yes Year 2019 2018 2019 2019 Brand Schwarze Tymco Curbtender Elgin Model M6 Avalanche 600 Warrior Broom Bear Bid Price $257,992.00 $228, 500.00 / Non-Compliant $245,443.00 $254,647.00 Approximate Delivery Schedule 30-60 Days ARO Immediate Delivery 90 Days ARO Immediate Delivery 5.0 Chassis $104, 650.00 $228, 500.00 / Non-Compliant $85,557.00 Included 7.01 Keys-(3 sets Total)Included Included Included Included 7.02 Fire extinguisher Included Included Included Included 7.03 Two each operator manuals Included Included Included Included 7.04 Tool Box Included Included Included Included 8.01 Auto Lubrication System $4, 500.00 Included Included $5, 500.00 8.02 (4) Rear LED strobes $300.00 Included Included $1, 570.00 8.03 Sweeper w/GPRS device (Hardware only) and Installation Included Included Included $505.00 Bid Opening Item #18-291 Street Sweeper for Augusta, Georgia- Central Services Department-Fleet Maintenance Bid Due: Tuesday, October 23 , 2018 @ 11:00 a.m. General Options Total Number Specifications Mailed Out: 15 Total Number Specifications Download (Demandstar): Total Electronic Notifications (Demandstar): Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 4 Total Non-Compliant: 1 Equipment Specifications: 8.00 Optional Items: 7.00 Specialty Items Required: Page 1 of 2 OFFICIAL VENDORS TRACTOR & EQUIPMENT CO. 3809 MIKE PADGETT HWY AUGUSTA, GA 30906 CONSOLIDATED/ WASTEBUILT ATLANTA 1785 MITCHELL RD SE MABLETON, GA 30126 CHEROKEE TRUCK EQUIPMENT, LLC 550 DISCOVERY PLACE MABLETON, GA 30126 ENVIRONMENTAL PRODUCTS OF GEORGIA 4410 WENDELL DRIVE SW ATLANTA, GA 30336 Bid Opening Item #18-291 Street Sweeper for Augusta, Georgia- Central Services Department-Fleet Maintenance Bid Due: Tuesday, October 23 , 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 15 Total Number Specifications Download (Demandstar): Total Electronic Notifications (Demandstar): Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 4 Total Non-Compliant: 1 $258,292.00 $0.00 $331,000.00 $255,152.00 Page 2 of 2 Commission Meeting Agenda 5/7/2019 2:00 PM 2019 - Engineering-Storm Water Street Sweeper Department:Central Services Department-Fleet Management Division Department:Central Services Department-Fleet Management Division Caption:Motion to approve Engineering Department - Storm Water Division requests the purchase of one new Commercial Street Sweeper. Bid 18-291 Cherokee Truck. (Approved by Administrative Services Committee April 30, 2018) Background:The Engineering Department - Storm Water Division is requesting to purchase one Commercial Street Sweeper to assist in complying with EPA, MS4 (Municipal Separate Storm Sewer System) permit requirements. The sweeper will remove natural and manmade debris before it enters the storm drain. The bid tab sheet for Bid 18-291: Commercial Street Sweeper is attached for your review. Analysis:The Procurement Department published a competitive bid using the Demand Star application for a Commercial Street Sweeper. Invitations to bid were sent to ten vendors to include two Augusta local vendors and resulted in only three valid responses. The lowest priced vendor, Cherokee Truck Equipment, met the requested specifications in the bid. Bid 18-291: Commercial Street Sweeper: 2019 Warrior Curbtender – Cherokee Truck Equipment LLC: $245,443.00 (Mableton, GA); 2019 Schwartze M6 Avalanche – Tractor and Equipment Company: $257,992.00 (Augusta, GA); 2019 Tymco 600 – Consolidated Wastebuilt: NON-COMPLIANT (Mableton, GA); 2019 Elgin Broom Bear- Environmental Products of Georgia: $254,647.00 (Atlanta, GA) Financial Impact:One – 2019 Commercial Street Sweeper @ $245,443.00 each for the Engineering Department - Storm Water Division. The equipment will be purchased with department capital funds (ACCT# 329-04-1110/54.221110, Job Ledger: 217-82- 9907/54.21110). Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of one – 2019 Warrior Curbtender for the Engineering Department - Storm Water Division Funds are Available in the Following Accounts: Department capital funds (ACCT# 329-04-1110/54.221110, Job Ledger: 217-82-9907/54.21110). REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Department- ENGINEERING-MAINTENANCE Funds: Capital Outlay BID 18-186 Year 2019 2019 Brand Ford Ford Model F250 F250 Delivery Date 90-120 90-120 Base Price $21,670 $21,986 6.02 4X4 Option $ 2,600.00 $ 3,240.00 6.03 Skid Plates (4X4 Only) $ 95.00 $ 145.00 6.05 Super Cab Long Bed $ 2,325.00 $ 3,100.00 6.11 Cab Steps $ 355.00 $ 355.00 6.16 Trailer Brake Controller $ 255.00 $ 325.00 6.21 Power Windows/Locks/Mirrors $ 1,050.00 $ 1,340.00 6.27 Spray-in Bed Liner $ 375.00 $ 420.00 6.28 Tailgate Step $ 345.00 $ 420.00 6.39 Delivery Fee $ 150.00 N/C 7.03 Tool Box $ 425.00 $ 395.00 7.04 Trailer Hitch $ 50.00 $ 395.00 7.05 Trailer Wiring STD $ 95.00 7.06 Trailer Ball $ 25.00 N/C 7.08 Window Tint, super cab $ 140.00 $ 145.00 7.14 County Emergency Package $ 808.00 $ 782.00 Additional key $ 150.00 $ 150.00 OPTIONS TOTAL $ 9,148.00 $ 11,307.00 BASE PRICE: $ 21,670.00 $ 21,986.00 TOTAL FOR OPTIONS AND BASE PRICE 30,818.00$ 33,293.00$ 2018/2019 Ford F250 9800GVWR EXT COLOR: V8, Long Bed, 4X2, Reg Cab OXFORD WHITE INT COLOR: Equipment included in base price:GRAY/BLACK 6.2L V8 Gasoline/E85 Engine 6 Speed Automatic Transmission A/C AM-FM Radio Power Steering Pwer ABS Brakes Vynyl 40/20/40 Bench seat Rubber Floor Covering Full Size Spare Tire Rear Step Bumper Solar Tinted Glass Trailer Wiring Harness Receiver Hitch (12.k) Tilt Steering Wheel Rear View Camera Electric Shift (4X4 Only) 5.01 Fairway Ford FOR ALL DEPARTMENTS- Pickup Truck 9800 GVWR-BIDS OPENED 4/20/18 @ 11:00 Allan Vigil Ford Department- FLEET MANGEMENT Funds: Capital Outlay BID 18-186 Year 2019 2019 Brand Ford Ford Model F250 F250 Delivery Date 90-120 90-120 Base Price $21,670 $21,986 6.05 Super Cab Long Bed $ 2,325.00 $ 3,100.00 6.11 Cab Steps $ 355.00 $ 355.00 6.16 Trailer Brake Controller $ 255.00 $ 325.00 6.21 Power Windows/Locks/Mirrors $ 1,050.00 $ 1,340.00 6.27 Spray-in Bed Liner $ 375.00 $ 420.00 6.28 Tailgate Step $ 345.00 $ 420.00 6.39 Delivery Fee $ 150.00 N/C 7.03 Tool Box $ 425.00 $ 395.00 7.04 Trailer Hitch $ 50.00 $ 395.00 7.05 Trailer Wiring STD $ 95.00 7.06 Trailer Ball $ 25.00 N/C 7.08 Window Tint, super cab $ 140.00 $ 145.00 7.14 County Emergency Package $ 808.00 $ 782.00 Additional key $ 150.00 $ 150.00 OPTIONS TOTAL $ 6,453.00 $ 7,922.00 BASE PRICE: $ 21,670.00 $ 21,986.00 TOTAL FOR OPTIONS AND BASE PRICE 28,123.00$ 29,908.00$ 2018/2019 Ford F250 9800GVWR EXT COLOR: V8, Long Bed, 4X2, Reg Cab OXFORD WHITE INT COLOR: Equipment included in base price:GRAY/BLACK 6.2L V8 Gasoline/E85 Engine 6 Speed Automatic Transmission A/C AM-FM Radio Power Steering Pwer ABS Brakes Vynyl 40/20/40 Bench seat Rubber Floor Covering Full Size Spare Tire Rear Step Bumper Solar Tinted Glass Trailer Wiring Harness Receiver Hitch (12.k) Tilt Steering Wheel Rear View Camera Electric Shift (4X4 Only) 5.01 Fairway Ford FOR ALL DEPARTMENTS- Pickup Truck 9800 GVWR-BIDS OPENED 4/20/18 @ 11:00 Allan Vigil Ford Invitation to Bid Sealed bids will be received at this office until Friday, April 20, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-186 Pickup Truck 9800GVWR for Augusta, GA Central Services Department - Fleet Maintenance Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, April 6, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March 15, 22, 29, April 5, 2018 Metro Courier March 15, 2018 OFFICIAL VENDORS Allan Vigil 6790 Mount Zion Blvd Morrw, GA 30260 Fairway Ford 4333 Washington Rd Evans, GA 30809 Attachment B Yes Yes E-Verify Number 94460 689847 SAVE Form Yes Yes Year 2019 2019 Make Ford Ford Model F250 F250 Approximate Delivery Schedule 90-120 days 90-120 ARO 5.01 2018/2019 Pickup Truck 9800 (3/4 ton)$21,670.00 $21,985.72 6.01 6.7L V8 Diesel Engine – 99T $8,395.00 $9,120.00 6.02 4X4 Option – F2B $2,600.00 $3,240.00 6.03 Skid Plates (4X4 Only) $95.00 $145.00 6.04 LT245 All Terrain Tires $160.00 $195.00 6.05 Super Cab Long Bed-X20I $2,325.00 $3,100.00 6.06 Super cab short Bed-X20S $2,110.00 $2,930.00 6.07 Crew Cab Long Bed – W20I $3,475.00 $3,480.00 6.08 Crew Cab Short Bed-W20S $3,300.00 $3,260.00 6.09 Roof Clearance Lights $89.00 $126.00 6.10 Cruise Control $225.00 $285.00 6.11 Cab steps $355.00 $355.00 6.12 AM-FM-CD $525.00 $589.00 Pickup Truck 9800GVWR: Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 2 Total Electronic Notifications (Demandstar): 55 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 2 Total Non-Compliant: 0 Vehicle/Optionals Required: 6.00 Manufacturer options: Bid Opening Item #18-186 Pickup Truck 9800 GVW for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 20, 2018 @ 11:00 a.m. Page 1 of 4 OFFICIAL VENDORS Allan Vigil 6790 Mount Zion Blvd Morrw, GA 30260 Fairway Ford 4333 Washington Rd Evans, GA 30809 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 2 Total Electronic Notifications (Demandstar): 55 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #18-186 Pickup Truck 9800 GVW for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 20, 2018 @ 11:00 a.m. 6.13 Limited Slip Axle $365.00 $485.00 6.14 Engine Block Heater $85.00 $135.00 6.15 PTO Transmission $270.00 $335.00 6.16 Trailer Brake Controller $255.00 $325.00 6.17 Daytime Running Lights - 942 $42.00 $58.00 6.18 Reverse Aid sensor $235.00 $295.00 6.19 XL Value Package $945.00 $235.00 6.20 Ford SYNC $525.00 $525.00 6.21 Power Windows $1,050.00 $1,340.00 6.22 Aluminum Wheels n/a $1,135.00 6.23 Cloth 40/20/40 Bench Seat $295.00 $415.00 6.24 Dual Alternators (Diesel Only)$331.00 $235.00 6.25 200 Amp HD Alternator $80.00 $128.00 6.26 Upfitter Switches $160.00 $225.00 6.27 Spray-in Bedliner $375.00 $420.00 6.28 Tailgate Step $345.00 $430.00 6.29 Bed & Camera Delete 249. credit 625. credit 6.30 Spring package for bed delete $115.00 $185.00 6.31 Rearview Camera (bed delete)$378.00 $495.00 6.32 CNG/Propnae Prep Package $310.00 $490.00 Page 2 of 4 OFFICIAL VENDORS Allan Vigil 6790 Mount Zion Blvd Morrw, GA 30260 Fairway Ford 4333 Washington Rd Evans, GA 30809 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 2 Total Electronic Notifications (Demandstar): 55 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #18-186 Pickup Truck 9800 GVW for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 20, 2018 @ 11:00 a.m. 6.33 Exterior Color Not in Base Price Color: ___________$650.00 N/C 6.34 Exterior Color not in Base Color: ___________$650.00 N/C 6.35 Exterior Color not in Base Color: ___________$650.00 N/C 6.36 Interior Color not in Base Color: ___________$650.00 N/C 6.37 Interior Color not in Base Color: ___________$650.00 N/C 6.38 Interior Color Not Included in Base Price Color: ___________$650.00 N/C 6.39 Delivery Fee per Vehicle $150.00 N/C 7.01 Fire extinguisher $55.00 N/C 7.02 Outlet receptacle $55.00 N/C 7.03Toolbox $425.00 $395.00 7.04 Trailer hitch $50.00 $395.00 7.05 Trailer wiring Standard $95.00 7.06 Trailer ball $25.00 N/C 7.07 Window tint, regular cab $125.00 $125.00 7.08 Window tint, extended cab $140.00 $145.00 7.09 Window tint, crew cab $155.00 $165.00 7.10 Add on step $200.00 $495.00 7.11 Backup alarm $65.00 $65.00 7.12 Drill Free Light Bar Cab Mount $690.00 $660.00 7.13 LED top mount light $690.00 $670.00 7.00 Outfitter's Specialty Items: Page 3 of 4 OFFICIAL VENDORS Allan Vigil 6790 Mount Zion Blvd Morrw, GA 30260 Fairway Ford 4333 Washington Rd Evans, GA 30809 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 2 Total Electronic Notifications (Demandstar): 55 Total Number Specifications Mailed to Local Vendors: 2 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #18-186 Pickup Truck 9800 GVW for Augusta, Georgia- Central Services Department-Fleet Division Bid Due: Friday, April 20, 2018 @ 11:00 a.m. 7.14 County Emergency Equipment Package $808.00 $782.00 Page 4 of 4 Commission Meeting Agenda 5/7/2019 2:00 PM 2019 - F250 Department:Central Services Department - Fleet Management Department:Central Services Department - Fleet Management Caption:Motion to approve request to replace two Ford F250’s, funded by General Fund Capital Outlay. Bid Item 18-186 - Allan Vigil Ford. (Approved by Administrative Services Committee April 30, 3019) Background:The Engineering Maintenance Division is requesting the replacement of a 2005 Ford F250, asset number 204342, with 142,759 miles and 36 work orders totaling $9,620.05. The Central Services Fleet Management Division is requesting the replacement of a 2003 Ford F250, asset number F02315, with 214,114 miles and 89 work orders totaling $28,304. Bid Tab Sheets and vehicle evaluations are attached. Analysis:The Procurement Department published a competitive bid using the Demand Star application for 2019 9800 GVWR Pick-up Truck (Bid #18-186). Invitations to Bid were sent to 18 vendors with two vendors responding. Bid tab sheets are attached for your review. Engineering-Maintenance: 2019 Ford F250 – Allan Vigil Ford – $30,818; Fairway Ford - $33,293 Fleet Management: 2019 Ford F250 Allan Vigil Ford – $28,123; Fairway Ford - $29,908 Financial Impact:1 – 2019 Ford F250 @ $30,818 and 1 – 2019 Ford F250 @ $28,123. The total purchase order designated to Allan Vigil Ford is $58,941. The vehicles will be purchased using the Capital Outlay. (ACCT# 272-01-6440/54-22210) Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the replacement of 2 - Ford F250s from Capital Outlay and sell the replaced vehicles at auction Funds are Available in the Following Accounts: Capital Outlay: 272-01-6440/54-22210 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission BID 19-172 Year 2019 2019 Brand Dodge Dodge Model Charger Charger Delivery Date 9-12 weeks 14-16 Weeks 5.03 Marshal Package $ 25,612.00 $ 25,800.00 OPTIONS TOTAL $ - $ - TOTAL FOR OPTIONS AND BASE PRICE 25,612.00$ 25,800.00$ FOR ALL DEPARTMENTS- 2019 Dodge Police Charger-BIDS OPENED 3/8/19 @ 11:00 Akins Ford Corp Thomson Motor Centre Invitation to Bid Sealed bids will be received at this office until Friday, March 8, 2019 @ 11:00 a.m. for furnishing for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #19-172 2019 Dodge Police Charger Bid Item #19-173 2019/2020 Compact SUV Bid Item #19-174 2019/2020 Mid-Size 4-Door Sedan Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 22, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No bids may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 31, February 7, 14, 21, 2019 Metro Courier January 31, 2019 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Attachment B Yes YES Exceptions Yes E-Verify Number 369935 388164 SAVE Form Yes YES 5.01 Administrative Package-Police Model Charger $22,434.00 $23,000.00 5.02 Civil Package Police Model Charger $23,248.00 $23,800.00 5.03 Marshal Package Police Model Charger $25,612.00 $25,800.00 5.04 Patrol Package V8 Police Model Charger $28,916.00 $29,081.00 5.05 Traffic Package V8 Police Model Charger $29,097.00 $29,402.00 5.06 Patrol Package V6 Police Model Charger $27,933.00 $28,263.00 5.07 Traffic Package V6 Police Model Charger $28,234.00 $28,564.00 6.01 HEMI 5.7 Liter engine $1,985.00 $920.00 6.02 All-wheel drive Exceptions $1,860.00 6.03 Special exterior paint colors each $500.00 $445.00 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 VEHICLE/OPTIONS REQUIRED 6.00 OPTIONAL ITEMS Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. Page 1 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 6.04 Police Charger “Convenience Group” $427.00 $427.00 6.05 Park Assist Group N/A Standard 6.06 Blind Spot Monitoring $312.00 $312.00 7.01 1 Each Code 3 Model 21TR47MC THIN LINE LED LIGHT BAR $1,675.00 $1,665.00 7.02 1 each Jotto Desk 425-6175 console with 425-6384 ACC ADPT PLT $515.00 $505.00 7.03 1 each Jotto Desk 425-6260 armrest $50.00 $50.00 7.04 1 each Jotto Desk 425-3704 cup holder $50.00 $50.00 7.05 1 each Jotto Desk 425-5630 (Not Top) HD passenger side mount laptop stand $405.00 $405.00 7.06 1 each Sho-Me model 05.6000 six rocker switch power control-center $195.00 $140.00 7.07 1 each Sho-Me model 14.0553 three outlet receptacle $60.00 $60.00 7.08 3 Waytek Rocker Switches, two for lights (front/rear) and one for siren, mounted on the dash at the right side of the steering wheel $21.00 $21.00 7.09 1 each ATD-7974 Heavy Duty battery jumper cable connection $240.00 $235.00 7.00 OUTFITTER’S SPECIALTY ITEMS Page 2 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 7.10 2 sets of Feniex industries FN-H- 2209BW Cannon Blue/White 12 LED $515.00 $505.00 7.11 1 each Code3 HDLNBKT-CH15 bracket w/ 2 Code3 MR6-B light Heads mounted above rearview mirror $320.00 $320.00 7.12 1 each Feniex Industries FN-0416-B light stick w/ 2 FN-4016 brackets Mounted in rear deck $390.00 $390.00 7.13 1 each Carson Manufacturing SA- 361-20 Defender hands-free, Siren Controller $240.00 $240.00 7.14 1 each Feniex Industries S-2009 speaker with in grille mounting bracket $210.00 $210.00 7.15 1 each Jotto 475-0980 High Security/High Visibility Cage with locking sliding window, with transparent upper side filler panels $600.00 $600.00 7.16 1 each Jotto 475-0994 lower extension plate with toe kick $135.00 $135.00 7.17 1 each Jotto Desk 475-0421 secure grid side window barriers $220.00 $220.00 7.18 1 Jotto Desk 475-0421 Secure Grid side window barriers $220.00 $220.00 7.19 1 each Jotto Desk 475-0749 pre molded rear Bio seat, grey in color $460.00 $460.00 Page 3 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 7.20 1 each Jotto Desk 475-0267 pre molded floor pan, grey in color $230.00 $230.00 7.21 1 each Jotto Desk 475-0192 GR-87 Vertical mount single gun rack. With handcuff key over-ride and electric lock $395.00 $395.00 7.22 Push bumper – Go Rhino model 5077 installed $495.00 $495.00 7.23 Headlight guard – Go Rhino 5077WHD installed $470.00 $470.00 7.24 # 35 window tint film application to include 6” windshield strip $150.00 $150.00 7.25 Fire Extinguisher $55.00 $55.00 Delivery Schedule 9-12 Weeks ARO 14-16 Weeks ARO 2019 DODGE CHARGER AUTOMOBILE, POLICE MODEL Page 4 of 4 Commission Meeting Agenda 5/7/2019 2:00 PM 2019 - Marshal's Vehicles Department:Central Services Department - Fleet Management Division Department:Central Services Department - Fleet Management Division Caption:Motion to approve Fleet Management request for the replacement of five Marshal’s Office vehicles using SPLOST Phase VII – Public Safety Vehicles. Bid Item 19-172 Thomson Motor Centre $58,941. (Approved by Administrative Services Committee April 30, 2019) Background:Each year the Fleet Management Division assesses vehicles of Public Safety Offices to determine recommendation for replacement. The Marshal's Office has five older model vehicles that meet the replacement criteria. The vehicle evaluations of the following assets are attached for review: Asset 210072 - 2010 Ford Crown Victoria with 160,565 miles, Asset 209089 - 2009 Chevrolet Impala with 143,332 miles, Asset 208120 - 2008 Chevrolet Impala with 140,982 miles, Asset 209089 - 2009 Chevrolet Impala with 130,753 miles, Asset 212065 - 2013 Ford Interceptor with 128,027 miles. Analysis:The Procurement Department published a competitive bid using the Demand Star application for the Dodge Charger, Bid Number 19-172. The bid tabulation is attached for review. Bid #19-172 - – Dodge Charger: Thomson Motor Centre = $25,612.00; Akins Ford Corp = $25,800.00 Financial Impact:The five Marshal's Vehicles totaling $128,060 will be purchased using SLOST VII, Public Safety Vehicles funds. (ACCT: 329- 03-4310/54.22110) Alternatives:(1) Approve the request; (2) Do not approve the request; (3) Approve the request in part. Recommendation:Approve the request to replace fie Marshal's Office vehicles and declare the replaced vehicles surplus and available for auction. Funds are Available in the Following Accounts: SPLOST VII, Public Safety Vehicles: 329-03-1310/54.22110 (JL 216036001) REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission BID 19-172 Year 2019 2019 Brand Dodge Dodge Model Charger Charger Delivery Date 9-12 weeks 14-16 Weeks 5.06 Patrol Package V6 $ 27,933.00 $ 28,263.00 TOTAL FOR OPTIONS AND BASE PRICE 27,933.00$ 28,263.00$ FOR ALL DEPARTMENTS- 2019 Dodge Police Charger-BIDS OPENED 3/8/19 @ 11:00 Akins Ford Corp Thomson Motor Centre BID 19-172 Year 2019 2019 Brand Dodge Dodge Model Charger Charger Delivery Date 9-12 weeks 14-16 Weeks 5.04 Patrol Package V8 $ 28,916.00 $ 29,081.00 TOTAL FOR OPTIONS AND BASE PRICE 28,916.00$ 29,081.00$ FOR ALL DEPARTMENTS- 2019 Dodge Police Charger-BIDS OPENED 3/8/19 @ 11:00 Akins Ford Corp Thomson Motor Centre BID 19-172 Year 2019 2019 Brand Dodge Dodge Model Charger Charger Delivery Date 9-12 weeks 14-16 Weeks 5.02 Civil Package $ 23,248.00 $ 23,800.00 TOTAL FOR OPTIONS AND BASE PRICE 23,248.00$ 23,800.00$ FOR ALL DEPARTMENTS- 2019 Dodge Police Charger-BIDS OPENED 3/8/19 @ 11:00 Akins Ford Corp Thomson Motor Centre BID 19-172 Year 2019 2019 Brand Dodge Dodge Model Charger Charger Delivery Date 9-12 weeks 14-16 Weeks 5.01 Administrative Public Safety Package $ 22,434.00 $ 23,000.00 TOTAL FOR OPTIONS AND BASE PRICE 22,434.00$ 23,000.00$ FOR ALL DEPARTMENTS- 2019 Dodge Police Charger-BIDS OPENED 3/8/19 @ 11:00 Akins Ford Corp Thomson Motor Centre BID 19-171 Year 2020 2020 Brand Ford Ford Model Explorer PI Explorer PI Delivery Date 10-18WEEKS 180-240 DAYS 5.02 Civil Package $ 36,670.00 $ 35,878.00 6.05 Dual AC with Front Controls $ 583.00 $ 579.00 TOTAL FOR OPTIONS AND BASE PRICE 37,253.00$ 36,457.00$ FOR ALL DEPARTMENTS- 2019/2020 Pursuit Utility Vehicles-BIDS OPENED 3/5/19 @ 11:00 Wade FordAllan Vigil Ford Invitation to Bid Sealed bids will be received at this office until Friday, March 8, 2019 @ 11:00 a.m. for furnishing for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #19-172 2019 Dodge Police Charger Bid Item #19-173 2019/2020 Compact SUV Bid Item #19-174 2019/2020 Mid-Size 4-Door Sedan Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 22, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No bids may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 31, February 7, 14, 21, 2019 Metro Courier January 31, 2019 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Attachment B Yes YES Exceptions Yes E-Verify Number 369935 388164 SAVE Form Yes YES 5.01 Administrative Package-Police Model Charger $22,434.00 $23,000.00 5.02 Civil Package Police Model Charger $23,248.00 $23,800.00 5.03 Marshal Package Police Model Charger $25,612.00 $25,800.00 5.04 Patrol Package V8 Police Model Charger $28,916.00 $29,081.00 5.05 Traffic Package V8 Police Model Charger $29,097.00 $29,402.00 5.06 Patrol Package V6 Police Model Charger $27,933.00 $28,263.00 5.07 Traffic Package V6 Police Model Charger $28,234.00 $28,564.00 6.01 HEMI 5.7 Liter engine $1,985.00 $920.00 6.02 All-wheel drive Exceptions $1,860.00 6.03 Special exterior paint colors each $500.00 $445.00 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 VEHICLE/OPTIONS REQUIRED 6.00 OPTIONAL ITEMS Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. Page 1 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 6.04 Police Charger “Convenience Group” $427.00 $427.00 6.05 Park Assist Group N/A Standard 6.06 Blind Spot Monitoring $312.00 $312.00 7.01 1 Each Code 3 Model 21TR47MC THIN LINE LED LIGHT BAR $1,675.00 $1,665.00 7.02 1 each Jotto Desk 425-6175 console with 425-6384 ACC ADPT PLT $515.00 $505.00 7.03 1 each Jotto Desk 425-6260 armrest $50.00 $50.00 7.04 1 each Jotto Desk 425-3704 cup holder $50.00 $50.00 7.05 1 each Jotto Desk 425-5630 (Not Top) HD passenger side mount laptop stand $405.00 $405.00 7.06 1 each Sho-Me model 05.6000 six rocker switch power control-center $195.00 $140.00 7.07 1 each Sho-Me model 14.0553 three outlet receptacle $60.00 $60.00 7.08 3 Waytek Rocker Switches, two for lights (front/rear) and one for siren, mounted on the dash at the right side of the steering wheel $21.00 $21.00 7.09 1 each ATD-7974 Heavy Duty battery jumper cable connection $240.00 $235.00 7.00 OUTFITTER’S SPECIALTY ITEMS Page 2 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 7.10 2 sets of Feniex industries FN-H- 2209BW Cannon Blue/White 12 LED $515.00 $505.00 7.11 1 each Code3 HDLNBKT-CH15 bracket w/ 2 Code3 MR6-B light Heads mounted above rearview mirror $320.00 $320.00 7.12 1 each Feniex Industries FN-0416-B light stick w/ 2 FN-4016 brackets Mounted in rear deck $390.00 $390.00 7.13 1 each Carson Manufacturing SA- 361-20 Defender hands-free, Siren Controller $240.00 $240.00 7.14 1 each Feniex Industries S-2009 speaker with in grille mounting bracket $210.00 $210.00 7.15 1 each Jotto 475-0980 High Security/High Visibility Cage with locking sliding window, with transparent upper side filler panels $600.00 $600.00 7.16 1 each Jotto 475-0994 lower extension plate with toe kick $135.00 $135.00 7.17 1 each Jotto Desk 475-0421 secure grid side window barriers $220.00 $220.00 7.18 1 Jotto Desk 475-0421 Secure Grid side window barriers $220.00 $220.00 7.19 1 each Jotto Desk 475-0749 pre molded rear Bio seat, grey in color $460.00 $460.00 Page 3 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 7.20 1 each Jotto Desk 475-0267 pre molded floor pan, grey in color $230.00 $230.00 7.21 1 each Jotto Desk 475-0192 GR-87 Vertical mount single gun rack. With handcuff key over-ride and electric lock $395.00 $395.00 7.22 Push bumper – Go Rhino model 5077 installed $495.00 $495.00 7.23 Headlight guard – Go Rhino 5077WHD installed $470.00 $470.00 7.24 # 35 window tint film application to include 6” windshield strip $150.00 $150.00 7.25 Fire Extinguisher $55.00 $55.00 Delivery Schedule 9-12 Weeks ARO 14-16 Weeks ARO 2019 DODGE CHARGER AUTOMOBILE, POLICE MODEL Page 4 of 4 Commission Meeting Agenda 5/7/2019 2:00 PM 2019 - Sheriff's Vehicles Department:Central Services Department-Fleet Management Division Department:Central Services Department-Fleet Management Division Caption:Motion to approve the Richmond County Sheriff’s Office request to approve the replacement of 24 Road Patrol, 4 Traffic, 6 Civil, 3 Administration and 9 Criminal Investigation vehicles using SPLOST VII – Public Safety Vehicles. Bid Item 19-172 Thomson Motor Centre (Approved by Administrative Services Committee April 30, 2018) Background:SPLOST VII’s allocation for Public Safety Vehicles is $1,500,000. For the purpose of SPLOST VII that includes the Richmond County Sheriff’s Office, Marshal’s Office, District Attorneys’ Office, Coroner’s Office, Probation Office, Solicitor’s Office, Augusta-Richmond County Correctional Institute, and Animal Services. Of the $1,500,000, the Sheriff’s Office is allocated approximately $1,200,000. The Sheriff is requesting to replace 24 Road Patrol, 4 Traffic, 6 Civil, 3 Administration and 9 Criminal Investigation. A list of vehicles and mileages and cost tab sheets are attached. Analysis:The Procurement Department published a competitive bid using the Demand Star national electronic bid application for 2019 Dodge Police Charger and 2019 Pursuit Utility Vehicles with the following results. Bid 19-172 – 2019 Dodge Police Charger: Patrol Package V6: Thomson Motor Centre = $27,933; Akins Ford Corp = $28,263 Patrol Package V8: Thomson Motor Centre = $28,916; Akins Ford Corp = $29,081 Civil Package: Thomson Motor Centre =$23,248; Akins Ford Corp = $23,800 Administration Package: Thomson Motor Centre = $22,434; Akins Ford Corp = $23,000 Bid 19-171 – 2019 Pursuit Utility Vehicle (Ford Explorer): Civil Package: Wade Ford = $36,457; Allan Vigil Ford = $37,253 Financial Impact:24 - Road Patrol Chargers at $27,933 each = $670,392; 4 - Traffic Chargers at $28,916 each = $115,664; 4 - Civil Chargers at $23,248 each = $92,992; 2 - Civil Explorers at $72,914; 12 – Administrative Chargers at $22,434 each = $269,208. The total amount for the Sheriff’s vehicles for 2019 SPLOST VII is $1,221,170.00. Thomson Motor Centre is allotted $1,148,256.00. Wade Ford is allotted $72,914.00. Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the request to replace 46 Sheriff’s vehicles at a cost of $1,221,170.00 from SPLOST VII – Public Safety Vehicles and declare the turned in vehicles surplus and available for surplus Funds are Available in the Following Accounts: SPLOST VII 329031310 - 5422110 (JL 216036001) REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission BID 19-172 Year 2019 2019 Brand Dodge Dodge Model Charger Charger Delivery Date 9-12 weeks 14-16 Weeks 5.01 Administrative Public Safety Package $ 22,434.00 $ 23,000.00 OPTIONS TOTAL $ - $ - TOTAL FOR OPTIONS AND BASE PRICE 22,434.00$ 23,000.00$ FOR ALL DEPARTMENTS- 2019 Dodge Police Charger-BIDS OPENED 3/8/19 @ 11:00 Akins Ford Corp Thomson Motor Centre Invitation to Bid Sealed bids will be received at this office until Friday, March 8, 2019 @ 11:00 a.m. for furnishing for Augusta, GA Central Services Department - Fleet Maintenance Bid Item #19-172 2019 Dodge Police Charger Bid Item #19-173 2019/2020 Compact SUV Bid Item #19-174 2019/2020 Mid-Size 4-Door Sedan Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, February 22, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No bids may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 31, February 7, 14, 21, 2019 Metro Courier January 31, 2019 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Attachment B Yes YES Exceptions Yes E-Verify Number 369935 388164 SAVE Form Yes YES 5.01 Administrative Package-Police Model Charger $22,434.00 $23,000.00 5.02 Civil Package Police Model Charger $23,248.00 $23,800.00 5.03 Marshal Package Police Model Charger $25,612.00 $25,800.00 5.04 Patrol Package V8 Police Model Charger $28,916.00 $29,081.00 5.05 Traffic Package V8 Police Model Charger $29,097.00 $29,402.00 5.06 Patrol Package V6 Police Model Charger $27,933.00 $28,263.00 5.07 Traffic Package V6 Police Model Charger $28,234.00 $28,564.00 6.01 HEMI 5.7 Liter engine $1,985.00 $920.00 6.02 All-wheel drive Exceptions $1,860.00 6.03 Special exterior paint colors each $500.00 $445.00 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 VEHICLE/OPTIONS REQUIRED 6.00 OPTIONAL ITEMS Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. Page 1 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 6.04 Police Charger “Convenience Group” $427.00 $427.00 6.05 Park Assist Group N/A Standard 6.06 Blind Spot Monitoring $312.00 $312.00 7.01 1 Each Code 3 Model 21TR47MC THIN LINE LED LIGHT BAR $1,675.00 $1,665.00 7.02 1 each Jotto Desk 425-6175 console with 425-6384 ACC ADPT PLT $515.00 $505.00 7.03 1 each Jotto Desk 425-6260 armrest $50.00 $50.00 7.04 1 each Jotto Desk 425-3704 cup holder $50.00 $50.00 7.05 1 each Jotto Desk 425-5630 (Not Top) HD passenger side mount laptop stand $405.00 $405.00 7.06 1 each Sho-Me model 05.6000 six rocker switch power control-center $195.00 $140.00 7.07 1 each Sho-Me model 14.0553 three outlet receptacle $60.00 $60.00 7.08 3 Waytek Rocker Switches, two for lights (front/rear) and one for siren, mounted on the dash at the right side of the steering wheel $21.00 $21.00 7.09 1 each ATD-7974 Heavy Duty battery jumper cable connection $240.00 $235.00 7.00 OUTFITTER’S SPECIALTY ITEMS Page 2 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 7.10 2 sets of Feniex industries FN-H- 2209BW Cannon Blue/White 12 LED $515.00 $505.00 7.11 1 each Code3 HDLNBKT-CH15 bracket w/ 2 Code3 MR6-B light Heads mounted above rearview mirror $320.00 $320.00 7.12 1 each Feniex Industries FN-0416-B light stick w/ 2 FN-4016 brackets Mounted in rear deck $390.00 $390.00 7.13 1 each Carson Manufacturing SA- 361-20 Defender hands-free, Siren Controller $240.00 $240.00 7.14 1 each Feniex Industries S-2009 speaker with in grille mounting bracket $210.00 $210.00 7.15 1 each Jotto 475-0980 High Security/High Visibility Cage with locking sliding window, with transparent upper side filler panels $600.00 $600.00 7.16 1 each Jotto 475-0994 lower extension plate with toe kick $135.00 $135.00 7.17 1 each Jotto Desk 475-0421 secure grid side window barriers $220.00 $220.00 7.18 1 Jotto Desk 475-0421 Secure Grid side window barriers $220.00 $220.00 7.19 1 each Jotto Desk 475-0749 pre molded rear Bio seat, grey in color $460.00 $460.00 Page 3 of 4 OFFICIAL VENDORS THOMSON MOTOR CENTRE 2158 WASHINGTON RD NE THOMSON, GA 30824 AKINS FORD CORP 220 WEST MAY STREET WINDER, GA 30680 Total Number Specifications Mailed Out: 19 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 51 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 2 Total Non-Compliant: 0 Bid Opening Item #19-172 - 2019 Dodge Police Charger for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, March 8, 2019 @ 11:00 a.m. 7.20 1 each Jotto Desk 475-0267 pre molded floor pan, grey in color $230.00 $230.00 7.21 1 each Jotto Desk 475-0192 GR-87 Vertical mount single gun rack. With handcuff key over-ride and electric lock $395.00 $395.00 7.22 Push bumper – Go Rhino model 5077 installed $495.00 $495.00 7.23 Headlight guard – Go Rhino 5077WHD installed $470.00 $470.00 7.24 # 35 window tint film application to include 6” windshield strip $150.00 $150.00 7.25 Fire Extinguisher $55.00 $55.00 Delivery Schedule 9-12 Weeks ARO 14-16 Weeks ARO 2019 DODGE CHARGER AUTOMOBILE, POLICE MODEL Page 4 of 4 Commission Meeting Agenda 5/7/2019 2:00 PM 2019 DA Service Vehicle Department:Central Services Department-Fleet Management Division Department:Central Services Department-Fleet Management Division Caption:Motion to approve the District Attorney’s Office request the purchase of two Dodge Chargers. Bid Item 19-172 - Thomson Motor Centre (Approved by Administrative Services Committee April 30, 2018) Background:The District Attorney’s Office is requesting the replacement of a 2009 Chevrolet Impala with 149,788miles and purchase a new vehicle for the approved positions in the 2019 budget (Commission Meeting-02/05/19 Item# 23). Analysis:The Procurement Department published a competitive bid using the Demand Star application for the Dodge Charger Bid Number 19-172. The bid tabulation is attached for review. Bid 19-172 – Dodge Charger: Thomson Motor Centre - $22,434; Akins Ford Corp - $23,000 Financial Impact:The total cost of the two DA’s vehicles at $22,434.00 each is $44,868.00. Funds for these vehicles will come from SPLOST Phase VII – Public Safety Vehicles. Alternatives:(1) Approve the request; (2) Do not approve the request; (3) Approve the request in part. Recommendation:Approve the request to purchase two vehicles for the District Attorney’s office. Funds are Available in the Following Accounts: SPLOST VII 329031310-5422110 (JL 216036001) REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Admin. Policy & Procedures Subcommittee Department: Department: Caption:Motion to approve recommendations to update the online version of the PPPM; 2) make (declare) all hard copies of the PPPM obsolete and to authorize only the use of the online version of the PPPM. (Approved by the Administrative Policy & Procedures Subcommittee March 25, 2019 and Administrative Services Committee April 30, 2019) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Invitation to Bid Sealed bids will be received at this office until Monday, April 22, 2019 @ 11:00 a.m. for furnishing: Bid Item #19-230 Furniture for the New Transit Bus Operations and Maintenance Facility for Augusta, GA – Central Services Department Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. A Pre Bid Conference will be held on Thursday, April 11, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, April 12, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle April 5, 2019 Metro Courier April 11, 2019 OFFICIAL Furn Tag Item Description Qty Extended Price Qty Extended Price Unit Price Qty Extended Price CG-0-1 Heavy Duty Metal Desk $622.73 5 $3,113.65 $613.55 5 $3,067.75 $519.53 5 $2,597.66 CG-0-2 U-Shaped Desk Box/File Height End Panel $489.04 15 $7,335.60 $386.40 15 $5,796.00 $992.81 15 $14,892.19 CG-0-2.2 Support Leg for U-Table $100.24 15 $1,503.60 $79.20 15 $1,188.00 $992.81 15 $14,892.19 CG-0-2.3 Modesty Panel for Desks $158.96 15 $2,384.40 $125.60 15 $1,884.00 $992.81 15 $14,892.19 CG-0-3 Credenza Shell Box/File Height $397.41 15 $5,961.15 $314.00 15 $4,710.00 $992.81 15 $14,892.19 CG-O-4 Shell Pedestal Undersurface Box/File Height $295.65 15 $4,434.75 $240.00 15 $3,600.00 $992.81 15 $14,892.19 CG-O-5 Overhead Storage Cabinet Frosted Resign Doors Wall Mounted $560.93 15 $8,413.95 $443.20 15 $6,648.00 $992.81 15 $14,892.19 CG-O-6 Fabric Tackboard $192.88 15 $2,893.20 $152.40 15 $2,286.00 $992.81 15 $14,892.19 CG-0-7 Tall Storage/Lateral File Cabinet $1,000.86 11 $11,009.46 $790.80 11 $8,698.80 $426.88 11 $4,685.63 CG-0-8 Freestanding Bookcase $363.99 3 $1,091.97 $287.60 3 $862.80 $98.13 3 $294.38 CG-Q-9 Freestanding Storage Credenza $1,163.87 1 $1,163.87 $919.60 1 $919.60 $1,042.88 1 $1,042.88 T-L-1 End Table $694.07 1 $694.07 $548.40 1 $548.40 $172.98 1 $172.98 T-BR-2 36" Square 4-Top Table Top $148.84 2 $297.68 $117.60 2 $235.20 $65.31 2 $130.63 E-Verify Number OFFICE FURNITURE WAREHOUSE 1900 STUART STREET CHATTANOOGA, TN 37406 YES 1188586296310 YES Unit Price Bid Item #19-230 Furniture for the New Transit Bus Operations and Maintenance Facility for Augusta, Georgia -Central Services Department- Facilities Maintenance Division Bid Date: Monday, April 22, 2019 @ 11:00 a.m. MODERN BUSINESS 1445 GREENE STREET AUGUSTA, GA 30901 Total Number Specifications Mailed Out: 12 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 29 Pre Bid Conference Attendees: 3 Total packages submitted: 3 Total Noncompliant: 1 Vendors Attachment B Save Form YES YES Addendum 1 YESYES WEINBERGER'S BUSINESS INTERIORS 3023 RIVERWATCH PARKWAY AUGUSTA, GA 30907 YES 296310 YES YES Unit Price OFFICIAL OFFICE FURNITURE WAREHOUSE 1900 STUART STREET CHATTANOOGA, TN 37406 YESYES Bid Item #19-230 Furniture for the New Transit Bus Operations and Maintenance Facility for Augusta, Georgia -Central Services Department- Facilities Maintenance Division Bid Date: Monday, April 22, 2019 @ 11:00 a.m. MODERN BUSINESS 1445 GREENE STREET AUGUSTA, GA 30901 Total Number Specifications Mailed Out: 12 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 29 Pre Bid Conference Attendees: 3 Total packages submitted: 3 Total Noncompliant: 1 Vendors Attachment B WEINBERGER'S BUSINESS INTERIORS 3023 RIVERWATCH PARKWAY AUGUSTA, GA 30907 YEST-BR-2.1 Disc Base at worksurface height $385.26 2 $770.52 $304.40 2 $608.80 $114.69 2 $229.38 T-BR-3 36"x72" Rectangular Large Table Top $340.71 1 $340.71 $269.20 1 $269.20 $114.69 1 $114.69 T-BR-3.1 2-Prong Metal Base $133.14 2 $266.28 $105.20 2 $210.40 $114.69 2 $229.38 T-BR-4 30" Dia. Bar Height Table Top $129.09 2 $258.18 $102.00 2 $204.00 $52.19 2 $104.38 T-BR-4.1 Disc Base for Bar Height Tables $429.81 2 $859.62 $339.60 2 $679.20 $121.25 2 $242.50 T-BR-5 Flip/Nest Training Tables $787.73 16 $12,603.68 $622.40 16 $9,958.40 $255.62 16 $4,089.92 T-BR-5.1 Flip/Nest Training Table Modesty Panel $287.55 16 $4,600.80 $227.20 16 $3,635.20 $29.69 16 $475.04 T-Q-6 C-Tables $303.13 4 $1,212.52 $283.73 4 $1,134.92 $114.38 4 $457.50 T-O-7 Rectangular Office Table $347.29 1 $347.29 $274.20 1 $274.40 $139.81 1 $214.31 T-0-8 Flag Office Table $491.06 1 $491.06 $388.00 1 $388.00 $104.38 1 $201.88 T-C-9 Conference Table $593.36 1 $596.36 $471.20 1 $741.20 $203.44 1 $203.44 T-C-9.1 Y Bases with Rail at Worksurface Height $407.03 1 $407.03 $321.60 1 $321.60 $82.19 1 $82.19 T-O-10 Kidney Bean Table $473.85 1 $473.85 $274.40 1 $274.40 $186.25 1 $186.25 CH-L-1 Lobby Waiting Room Chair $1,362.50 2 $2,246.25 $926.28 2 $1,852.56 $1,999.00 2 $1,999.00 CH-L-2 Lobby Reception Desk Chair $550.29 1 $550.29 $434.80 1 $434.80 $164.06 1 $164.06 CH-BR-3 Break Room Chairs $153.39 14 $2,147.46 $121.20 14 $1,696.80 $231.00 14 $3,234.00 CH-MT-4 Training Room Armless Mobile & Nesting Chairs $363.49 32 $11,631.68 $287.20 32 $9,190.40 $193.44 32 $6,190.00 CH-Q-5 Quiet & Private Room Recliner Chair $1,757.25 4 $7,029.00 $1,012.72 4 $4,050.88 $1,818.75 4 $7,275.00 CH-D-6 Dispatch Task Chair $263.63 6 $1,581.78 $492.57 6 $2,955.42 $623.75 6 $3,742.00 CH-O-7 Private Office Task Chair $263.63 15 $3,954.45 $492.57 15 $7,388.55 $623.75 15 $9,356.00 CH-O-8 Office Guest Chair $273.94 24 $6,574.56 $219.24 24 $5,261.76 $360.00 24 $8,640.00 CH-O-9 BOH Office Task Chair $241.78 5 $1,208.90 $293.21 5 $1,191.05 $248.75 5 $1,243.75 CH-O-10 BOH Armless Task Chair $206.15 2 $412.30 $203.11 2 $406.22 $350.00 2 $700.00 OFFICIAL OFFICE FURNITURE WAREHOUSE 1900 STUART STREET CHATTANOOGA, TN 37406 YESYES Bid Item #19-230 Furniture for the New Transit Bus Operations and Maintenance Facility for Augusta, Georgia -Central Services Department- Facilities Maintenance Division Bid Date: Monday, April 22, 2019 @ 11:00 a.m. MODERN BUSINESS 1445 GREENE STREET AUGUSTA, GA 30901 Total Number Specifications Mailed Out: 12 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 29 Pre Bid Conference Attendees: 3 Total packages submitted: 3 Total Noncompliant: 1 Vendors Attachment B WEINBERGER'S BUSINESS INTERIORS 3023 RIVERWATCH PARKWAY AUGUSTA, GA 30907 YESCH-C-11 Conference Room Chair $659.64 6 $3,957.84 $521.20 6 $3,127.20 $174.29 6 $1,045.73 ST-BR-1 Break Room Barstool $263.76 6 $1,582.56 $103.20 6 $412.80 $75.00 6 $450.00 ST-O-2 Mobile Ottomans In Office $352.35 7 $2,466.45 $278.40 7 $1,948.80 $348.00 7 $2,436.00 WS-D-1 Workstation Plastic Laminate Tops $169.59 6 $1,017.54 $134.00 6 $804.00 $5762.25 (Inclusive of Items 40-52 6 $5,762.25 WS-D-1.2 By Pass Jumper $69.86 2 $139.72 $55.20 2 $110.40 2 WS-D-2 Workstation Tall Storage Unit $749.76 4 $2,999.04 $592.40 4 $2,369.60 4 WS-D-3 Workstation Tackboard $108.34 6 $650.04 $85.60 6 $513.60 6 WS-D-3.2 Workstation Multi-Circuit for Tackboard $324.51 3 $973.53 $256.40 3 $769.20 3 WS-D-3.3 Workstation Privacy Screen $274.89 3 $824.67 $217.20 3 $651.60 3 WS-D-3.4 Workstation Metal Trim $56.16 3 $159.48 $42.00 3 $126.00 3 WS-D-4 Workstation End Support Panels $241.48 4 $965.92 $190.80 4 $763.20 4 WS-D-5 Workstation Panels $343.74 2 $687.48 $271.60 2 $543.20 2 OFFICIAL OFFICE FURNITURE WAREHOUSE 1900 STUART STREET CHATTANOOGA, TN 37406 YESYES Bid Item #19-230 Furniture for the New Transit Bus Operations and Maintenance Facility for Augusta, Georgia -Central Services Department- Facilities Maintenance Division Bid Date: Monday, April 22, 2019 @ 11:00 a.m. MODERN BUSINESS 1445 GREENE STREET AUGUSTA, GA 30901 Total Number Specifications Mailed Out: 12 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 29 Pre Bid Conference Attendees: 3 Total packages submitted: 3 Total Noncompliant: 1 Vendors Attachment B WEINBERGER'S BUSINESS INTERIORS 3023 RIVERWATCH PARKWAY AUGUSTA, GA 30907 YESWS-D-5.2 Power Whip $137.20 1 $137.20 $108.40 1 $108.40 1 WS-D-5.3 Duplex Recptacle Circuit 1 $21.26 4 $85.04 $16.80 4 $67.20 4 WS-D-5.4 Duplex Recptacle Circuit 2 $21.26 4 $85.04 $16.80 4 $67.20 4 WS-D-5.5 Duplex Recptacle Circuit 3 $21.26 4 $85.04 $16.80 4 $67.20 4 M-L-1 Planter Base $765.00 1 $765.00 $716.04 1 $716.04 $580.00 1 $580.00 M-L-2 Lobby Carpet Tile Area Rug $38.75 15 $581.25 $37.44 15 $561.60 NO BID (NC)15 NO BID M-L-3 Lobby Artwork $144.00 1 $144.00 $138.26 1 $138.26 NO BID 1 NO BID M-L-4 Lobby Artwork $144.00 1 $144.00 $138.26 1 $138.26 NO BID 1 NO BID M-Q-5 Quite Room Floor Lamp $901.25 1 $901.25 $788.87 1 $788.87 NO BID 1 NO BID M-O-6 Office Wastebasket $23.40 24 $561.60 $14.04 24 $336.96 $64.13 24 $1,539.12 M-O-7 Recycling Center Receptacle $96.00 2 $192.00 $89.86 2 $179.72 $108.00 2 $216.00 M-O-8 Large Wastebin $94.14 4 $376.56 $80.89 4 $323.56 $178.88 4 $715.52 M-T-9 Closed Small Trash Can $33.00 2 $66.00 $30.89 2 $61.78 $37.13 2 $74.26 M-MT-10 Mobile Lectern $315.50 1 $315.50 $295.31 1 $295.31 $354.94 1 $354.94 OFFICIAL OFFICE FURNITURE WAREHOUSE 1900 STUART STREET CHATTANOOGA, TN 37406 YESYES Bid Item #19-230 Furniture for the New Transit Bus Operations and Maintenance Facility for Augusta, Georgia -Central Services Department- Facilities Maintenance Division Bid Date: Monday, April 22, 2019 @ 11:00 a.m. MODERN BUSINESS 1445 GREENE STREET AUGUSTA, GA 30901 Total Number Specifications Mailed Out: 12 Total Number Specifications Download (Demandstar): 1 Total Electronic Notifications (Demandstar): 29 Pre Bid Conference Attendees: 3 Total packages submitted: 3 Total Noncompliant: 1 Vendors Attachment B WEINBERGER'S BUSINESS INTERIORS 3023 RIVERWATCH PARKWAY AUGUSTA, GA 30907 YES 100.373.42$140,729.74Total-Furniture (Including all Item s 1-5 wks depending upon line ordered Subtotal Furniture Only Freight $804.07 $0.00Mis. Fees Delivery 6-7 wks $0.00 $11,999.00 $11,999.00 $131,725.67 $109,292.67 $88,374.42 $0.00 $19,004.07 $591.42 4-5 wks $0.00 $5,391.42 $114,684.09 Install $8,200.00 $4,800.00 Subtotal-Incl. Above Items Commission Meeting Agenda 5/7/2019 2:00 PM Award Augusta Transit Operations and Maintenance Furnishings Department:Central Services - Facilities Department:Central Services - Facilities Caption:Motion to award the contract to provide and install furnishings for the new Augusta Transit Operations and Maintenance Facility project to the low bidder, Weinberger’s Business Interiors of Augusta, GA, in the amount of $114,684.09. Bid 19- 230 (Approved by Administrative Services Committee April 30, 2018) Background:Construction on the new 25,160 SF Augusta Public Transit Operations and Maintenance Facility is nearing completion. The project facility consists of 8,100 SF of administration space which will house both Augusta and contractor staff, 13,800 SF of bus maintenance bays and support space, as well as conference, training and locker space. Furniture for Augusta employees and contractor staff are part of the total project cost. Augusta Public Transit, the operation contractor and Wendel, the project Architect, collaborated in preparing the furniture package for the new facility. Invitation to Bid (ITB) 19-230 was issued through the Augusta Procurement Department to obtain pricing. Bids were received on April 22, 2019. Analysis:The lowest compliant bid on Bid Item 19-230 was submitted by Weinberger’s Business Interiors of Augusta, GA. Financial Impact:The contract amount is $114,684.09 Alternatives:1. Award the contract to provide and install furnishings for the new Augusta Transit Operations and Maintenance Facility project to the low bidder, Weinberger’s, Business Interiors of Augusta, GA, in the amount of $114,684.09. 2. Do not award. Recommendation:Award the contract to provide and install furnishings for the new Augusta Transit Operations and Maintenance Facility project to the low bidder, Weinberger’s Business Interiors of Augusta, GA, in the amount of $114,684.09. Funds are Available in the Following Accounts: This project is funded through SPLOST and FTA Grants. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM City farm land Lover's Lane Department: Department: Caption:Motion to approve tasking the Law Department to determine if local governments can be involved in growing marijuana for medicinal purposes or if they can lease property to be used for that purpose.(Approved by Administrative Services Committee April 30, 2018) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Designate Commission Participants on Amphitheater Advisory Committee Department:Central Services - Facilities Department:Central Services - Facilities Caption:Motion to approve appointing the Chair and/or their designee from each committee to serve on the advisory committee for the Lake Olmstead Feasibility Study. (Approved by Administrative Services Committee April 30, 2018) Background:Request for Qualification (RFQ) #18-309 was issued to solicit professional services related to the Commission’s desire to convert the former Green Jacket’s Baseball Stadium into an Amphitheater. Jones Lang LaSalle Americas, Inc (JLL) was selected and subsequently approved by the Augusta Commission on April 2, 2019 to perform the design study. Analysis:The scope of services provided by JLL includes several areas throughout the project that will require the involvement of staff and the Commission to ensure the Commission vision for the site is carried forward. • During project initiation, JLL will meet with the City staff leading the project and selected County Commissioners to conduct a ½ day workshop to share best practices of amphitheaters and other entertainment venues with a focus on municipally owned ones. The purpose of this workshop is to confirm the project approach and solicit feedback from the staff and Commission. • After JLL concludes the assessment of the current overall entertainment market within the metropolitan statistical area, they will present the results of the assessment and facilitate a demand check-in with the selected Commissioners and staff (via WebEX). The check-in will also allow JLL and the City to finalize next steps. • JLL will develop and present three programming scenarios to the City, solicit feedback, and make up to three revisions to integrate the requirements and/or recommendations. One scenario will then be selected by the Committee for JLL to explore further. • JLL will prepare three preliminary concept drawings which will include rough cost estimation for construction/renovation costs to provide an order of magnitude as to the cost difference among the three concepts. Financial Impact:None Alternatives:1. Designate the Commissioners who will participate on the Committee to work with Jones Lang LaSalle Americas, Inc for the design process to convert the Lake Olmstead Minor League Stadium into an Amphitheater. 2. Do not designate Commission participants. Recommendation:Designate the Commissioners who will participate on the Committee to work with Jones Lang LaSalle Americas, Inc for the design process to convert the Lake Olmstead Minor League Stadium into an Amphitheater. Funds are Available in the Following Accounts: No funding is required for this action. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Develop an evaluation tool for Commission Direct Reports Department: Department: Caption:Motion to approve tasking the Interim Administrator to develop the evaluation tool for the Commission for direct reports and come back with a recommendation in 30-days. (Approved by Administrative Services Committee April 30, 2018) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: OFFICIAL Vendors Tractor & Eqquipment 3809 Mike Padgett Hwy Augusta, GA 30906 May Heavy Equipment, LLC 1330 Buckner Road Columbia, SC 29203 Flint Construction 1900 William Few Pkwy Grovetown, GA 30813 Yancey Brothers 4165 Mike Padgett Hwy Augusta, GA 30906 Attachment B Yes Yes Yes Yes E-Verify Number 49526 800934053 344722 686717 SAVE Form Yes Yes Yes Yes Year 2018 2018 2018 2018 Brand Komatsu BELL John Deere CATERPILLAR Model HM305 30E 310E 730 Bid Price $410,600.00 $318,350.00 $365,480.13 $368,410.00 Delivery Date 12/30/2018 10 DAYS ARO 90-120 Days ARO 60-90 Days ARO ARTICULATED TRUCK OR APPROVED EQUAL Total Number Specifications Mailed Out: 33 Total Number Specifications Download (Demandstar): 83 Total Electronic Notifications (Demandstar): 2 Total Number of Specifications Mailed Out to Local Vendors: 15 Total packages submitted: 4 Total Non-Compliant: 0 Bid Opening Item #18-278 Articulated Dumpr Truck for Augusta, Georgia – Environmental Services Department Bid Due: Friday, September 14, 2018 @ 11:00 a.m. Page 1 of 1 Commission Meeting Agenda 5/7/2019 2:00 PM ITB 18-278 Deny the Protest and Appeal of May Heavy Equipment Department:Procurement Department:Procurement Caption:Motion to approve/accept the recommendation of the Administrator to cancel the bid award of ITB #18-278 Articulated Dump Truck for the Environmental Services Department and rebid the project with enhanced specification and notify all prospective vendors. (Approved by Administrative Services Committee April 30, 2019) Background:On Friday, September 14, 2018 the Procurement Department received four (4) submittals for ITB item #18-278 Articulated Dump Truck for the Environmental Services Department. Four (4) compliant packages were sent to the Environmental Services for review. On November 1, 2018 the Procurement Department received a recommendation of award from the Environmental Department with the recommendation of award to Yancey Brothers, although they were not the lowest bidder which was based on the following, which Environmental Services stated: May Heavy Equipment submitted a Bell truck which would require service from a third party and the service center is located in Columbia, SC. On January 17, 2019, the Commission approved the award of this item to Yancey Brothers. Also on January 17, 2019, Mays Brothers Protested the award. The Procurement Department responded to Mays Brothers on March 5, 2019. On March 12, 2019, Mays Equipment submitted a request to Appeal. The Commission Approval is currently pending the outcome of this Appeal. Analysis:The Environmental Services Department rejected the appeal due to the following: 1)While it remains unclear as to when the need to send any engine maintenance items to a third party would occur, having a secondary service provider can be a benefit, but it can also be a hindrance. In comparison, Caterpillar provides a single maintenance provider (Yancey). 2) The warranty is different between a Caterpillar truck and the Bell vehicle. Mays (Bell vehicle) offers a 1-year, 2000-hour standard warranty and a 3-year, 6000-hour powertrain warranty. Caterpillar offers a 3-year, 3000-hour warranty, which covers powertrain, hydraulics, and technology. While the time component is greater on the Bell vehicle, the Caterpillar warranty provides more overall coverage. 3. The distance to the facility and the availability of technicians who can provide maintenance support is vital to the ongoing safe operation of this vehicle. It seems that both Yancey and Mays do not provide “trip charges” during the warranty period; however, the “out of warranty” period and “out of warranty” repairs is when this can become an issue. It is a great concern for the Department that additional charges could be incurred or additional downtime could be experienced due to the distance a vendor or technician would have to travel to make a repair or for the Department to receive the needed part(s). Mays is based in Columbia, SC with multiple mobile technicians, while Yancey is in Augusta and has mobile technicians. Parts availability is likely comparable between both vendors. The specification requested that the vendor be within 25 miles of the Department. 4. Finally, the trucks differ on available horsepower. The Caterpillar vehicle is rated at 367HP (net), while the Bell is at 316HP. Bid requirement stated that the engine net power shall be at least 324 hp. This is of significant concern to the landfill operations, as we regularly require these vehicles to haul full loads on soft ground and up and down the landfill’s hilly terrain, thus, the extra available power is needed. 5. Your bid submittal resulted in several items that did not meet specifications specifically listed under Section 5.00 – Base Requirements and section 6.00 additional options. Financial Impact: Alternatives:Re-Bid the project. Recommendation:To Deny the Protest and Appeal of May Heavy Equipment, regarding ITB #18-278 Articulated Dump Truck and move forward as recommended and Awarded by Commission on January 17, 2019. Funds are Available in the Following Accounts: 541-04-4210 / 54.22210 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Laney Walker/Bethlehem Affordable Housing: Amendment of Contracts Department:HCD Department:HCD Caption:Motion to approve Housing and Community Development Department’s (HCD's) request to amend contracts for construction of five (5) affordable housing units (single family). (Approved by Administrative Services Committee April 30, 2019) Background:Housing and Community Development and the Community Development Collaborative are currently working in collaboration with Georgia Department of Community Affairs via (CHIP Program) to construct five (5) single family units located at 1213, 1215, 1219, 1225 Perry Avenue and 1312 Eleventh Street. The original contracts were awarded to the organization with an emphasis to construct units within the range of $100K - $130K prior to procurement of contractor. Once the units were bid out, costs came in higher than the original amount estimated at the time of grant award. The amounts requested are: Address Total Development Cost Original Award Amount Additional Request 1213 Perry Avenue $143,210.00 $115,000.00 $28,210.00 1215 Perry Avenue $145,562.00 $115,000.00 $30,562.00 1219 Perry Avenue $144,250.00 $115,000.00 $29,260.00 1225 Perry Avenue $145,466.00 $135,000.00 $10,466.00 1312 Eleventh Street $137,491.00 $115,000.00 $22,491.00 Total $715,979.00 $595,000.00 $120,979.00 $475,000.00 of the original funding came from the Community Home Investment Partnership (CHIP) grant from the Department of Community Affairs with a $120,000.00 match from Augusta, GA. The additional HOME funding (being requested) will be used to assist in paying for construction soft cost. Analysis:The approval of funding will allow Community Development Collaborative to construct the units to be sold to eligible low/moderate income homebuyers. Financial Impact:Approval was granted in 2018 for HCD to utilize $595,000.00 ($475,000.00 (via CHIP award) and $120,000.00 in matching HOME funds) for construction. An additional match via Home Investment Partnership (HOME) funding received through HCD’s annual allocation from Housing and Urban Development in the amount of $120,989 is needed to assist with actual construction costs for the five (5) single family units. Alternatives:Do not approve the funding to Community Development Collaborative, LLC. Recommendation:Motion to approve Housing and Community Development Department’s (HCD's) request to amend contracts for construction of five (5) affordable housing units(single family). Funds are Available in the Following Accounts: 1. Housing and Urban Development (HUD) Funds: Home Investment Partnership Program (HOME) funds. 2. Georgia Department of Community Affairs Community Home Investment Partnership (CHIP) Program funds. REVIEWED AND APPROVED BY: VICINITY MAP NOT TO SCALE EMC ENGINEERING SERVICES, INC. 4424 COLUMBIA ROAD, SUITE B MARTINEZ, GEORGIA 30907 PHONE: (706) 863-8010 FAX: (706) 863-8011 augusta@emc-eng.com www.emc-eng.com OFFICE LOCATIONS:ALBANY, ATLANTA, AUGUSTA, BRUNSWICK, COLUMBUS, SAVANNAH, STATESBORO, AND VALDOSTA EMC ENGINEERING SERVICES, INC. ENVIRONMENTAL- MARINE - CIVIL - SURVEY PROJECT LOCATION: REVISION DESCRIPTION ENVIRONMENTAL CIVIL MARINE Prepared for SITE REDEVELOPMENT PLANS FOR A-RC CENTRAL SERVICES DEPARTMENT AUGUSTA, RICHMOND COUNTY, GEORGIA AUGUSTA, RICHMOND COUNTY, GEORGIA 535 TELFAIR ST 6/29/2018 EMC PROJECT# 18-8039 A-RC BUILDING 5000 PARKING IMPROVEMENTS Know what's below. www.Georgia811.com R Call before you dig. UTILITY LOCATION DISCLAIMER THE UTILITIES ARE SHOWN AS PER THE LOCATION OF POLES, MANHOLES, VALVES, PEDESTALS, ETC., EXISTING DRAWINGS AND INFORMATION PROVIDED BY UTILITY PERSONNEL. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES SHOWN COMPRISE ALL SUCH UTILITIES IN THE AREA, EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES SHOWN ARE THE EXACT LOCATION INDICATED, ALTHOUGH HE DOES CERTIFY THAT THEY ARE LOCATED AS ACCURATELY AS POSSIBLE FROM INFORMATION AVAILABLE. RW 30' MBL PROPERTY LINE/RIGHT OF WAY (IRON ROD, IRON PIPE, CONCRETE MONUMENT)CMSIRSIPS PROPERTY EXISTING PROPOSED EASEMENT BUILDING SETBACK LINE W WM BFP PP FHFDC E SS UTILITIES EXISTING PROPOSED SANITARY SEWER WATER MAIN W/METER, BACKFLOW PREVENTOR FIRE DEPT. CONNECTION, FIRE HYDRANT, AND VALVE SS OVERHEAD POWER TOVERHEAD TELEPHONE TVOVERHEAD CABLE EUNDERGROUND POWER TUNDERGROUND TELEPHONE TVUNDERGROUND CABLE GUNDERGROUND GAS << STORM DRAINAGE W/ FLARED END SECTION, GRATE INLET, CURB INLET & STORM MANHOLE 150.00 150 ST TOPOGRAPHY EXISTING PROPOSED CONTOURS, SPOT ELEVATION DITCH, SWALE ● ● ● ●● SPECIES LANDSCAPE EXISTING PROPOSED WOODS LINE TREE (EXISTING, REMOVE, PRESERVE) PAVEMENT HATCHING EXISTING PROPOSED ASPHALT PAVING CONCRETE PAVING HEAVY DUTY ASPHALT PAVING ASPHALT PAVING HEAVY DUTY CONCRETE PAVING CONCRETE PAVING DEMOLITION HATCHING DELINIATION X X X X LEGEND PROJECT DATA OWNER/DEVELOPER: 24HR CONTACT: AREA OF PROJECT: TAX MAP & PARCEL: ZONING CLASSIFICATION: TOTAL BUILDING AREA: PROPOSED USE: PARKING SPACES REQUIRED: PARKING SPACES PROVIDED: DISTURBED AREA: IMPERVIOUS AREA: A-RC CENTRAL SERVICES DEPARTMENT 2760 PEACH ORCHARD ROAD AUGUSTA, GA 30906 LONNIE WIMBERLY (706) 821-1948 0.82 AC 047-1-265-00-0; 047-1-263-00-0; 047-1-262-00-0 B-2 N/A PARKING LOT 12 TOTAL (1 ADA SPACE) 52 TOTAL (2 ADA SPACES) 0.9 ACRES 0.83± ACRES (74%) PROFESSIONAL ENGINE E R R E G I STERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 LWIMBERLY@AUGUSTAGA.GOV SITE INDEX OF DRAWINGS SHEET NO.DESCRIPTION 1 COVER SHEET 2 GENERAL NOTES AND EROSION CONTROL NOTES 3 EXISTING CONDITIONS AND DEMOLITION PLAN 4 SITE LAYOUT PLAN 5 GRADING AND DRAINAGE PLAN 6 TREE PLANTING PLAN 7 EROSION, SEDIMENT, AND POLLUTION CONTROL PLAN 8 EROSION, SEDIMENT, AND POLLUTION CONTROL NOTES 9 CONSTRUCTION DETAILS 10 DETAILS STORMWATER QUALITY TARGET RR VOLUME: PROVIDED RR VOLUME: TARGET SWQ VOLUME: PROVIDED SWQ VOLUME: NUMBER/TYPE/LOCATION: DESIGNED BY: CONSIDERING THE SCOPE OF THE PROJECT AND REVIEW OF THE MS4 PERMIT T IS OUR OPINION THAT THE IMPLEMENTATION OF POST CONSTRUCTION STORMWATER QUALITY PERFORMANCE STANDARDS IDENTIFIED IN THE GEORGIA STORMWATER MANAGEMENT MANUAL IS NOT PRACTICAL FOR THIS PROJECT. PLEASE REFER TO THE STORMWATER MANAGEMENT REPORT FOR THIS PROJECT FOR FURTHER INFORMATION. SEE REPORT FOR DISCUSSION NBM BMP1/ BIORETENTION 1474 CF 1,172 CF 737 CF 976 CF 6/29/18 ISSUED FOR CONSTRUCTION SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m GE N E R A L N O T E S A N D E R O S I O N C O N T R O L N O T E S 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT NO SCALE 6/29/2018 2 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 EROSION, SEDIMENTATION & POLLUTION CONTROL PLAN CHECKLIST STAND ALONE CONSTRUCTION PROJECTS SWCD: BRIER CREEK PROJECT NAME:A-RC BUILDING 5000 PARKING IMPROVEMENTS ADDRESS:535 TELFAIR ST CITY/COUNTY:AUGUSTA, RICHMOND COUNTY, GEORGIA DATE:6/29/2018 NAME & EMAIL OF PERSON FILLING OUT CHECKLIST: NOEL MANKIN - NOEL_MANKIN@EMC-ENG.COM PLAN/PAGE Y/N/NA 2 Y 1 THE APPLICABLE EROSION, SEDIMENTATION AND POLLUTION CONTROL PLAN CHECKLIST ESTABLISHED BY THE COMMISSION AS OF JANUARY 1 OF THE YEAR IN WHICH THE LAND-DISTURBING ACTIVITY WAS PERMITTED. (THE COMPLETED CHECKLIST MUST BE SUBMITTED WITH THE ES&PC PLAN OR THE PLAN WILL NOT BE REVIEWED) 7 Y 2 LEVEL II CERTIFICATION NUMBER ISSUED BY THE COMMISSION, SIGNATURE AND SEAL OF THE CERTIFIED DESIGN PROFESSIONAL. (SIGNATURE, SEAL AND LEVEL II NUMBER MUST BE ON EACH SHEET PERTAINING TO ES&PC PLAN OR THE PLAN WILL NOT BE REVIEWED) 7 Y 3 LIMITS OF DISTURBANCE SHALL BE NO GREATER THAN 50 ACRES AT ANY ONE TIME WITHOUT PRIOR WRITTEN AUTHORIZATION FROM THE EPD DISTRICT OFFICE. IF EPD APPROVES THE REQUEST TO DISTURB 50 ACRES OR MORE AT ANY ONE TIME, THE PLAN MUST INCLUDE AT LEAST 4 OF THE BMPS LISTED IN APPENDIX 1 OF THIS CHECKLIST.* (A COPY OF THE WRITTEN APPROVAL BY EPD MUST BE ATTACHED TO THE PLAN FOR THE PLAN TO BE REVIEWED.) 1 Y 4 THE NAME AND PHONE NUMBER OF THE 24-HOUR LOCAL CONTACT RESPONSIBLE FOR EROSION, SEDIMENTATION AND POLLUTION CONTROLS. 1 Y 5 PROVIDE THE NAME, ADDRESS AND PHONE NUMBER OF PRIMARY PERMITTEE. 1 Y 6 NOTE TOTAL AND DISTURBED ACREAGE OF THE PROJECT OR PHASE UNDER CONSTRUCTION. 7 Y 7 PROVIDE THE GPS LOCATION OF THE CONSTRUCTION EXIT FOR THE SITE. GIVE THE LATITUDE AND LONGITUDE IN DECIMAL DEGREES. 1 Y 8 INITIAL DATE OF THE PLAN AND THE DATES OF ANY REVISIONS MADE TO THE PLAN INCLUDING THE ENTITY WHO REQUESTED THE REVISIONS. 2 Y 9 DESCRIPTION OF THE NATURE OF CONSTRUCTION ACTIVITY. 1 Y 10 PROVIDE VICINITY MAP SHOWING SITE’S RELATION TO SURROUNDING AREAS. INCLUDE DESIGNATION OF SPECIFIC PHASE, IF NECESSARY. 2 Y 11 IDENTIFY THE PROJECT RECEIVING WATERS AND DESCRIBE ALL SENSITIVE ADJACENT AREAS INCLUDING STREAMS, LAKES, RESIDENTIAL AREAS, WETLANDS, MARSHLANDS, ETC. WHICH MAY BE AFFECTED. 1 Y 12 DESIGN PROFESSIONAL'S CERTIFICATION STATEMENT AND SIGNATURE THAT THE SITE WAS VISITED PRIOR TO DEVELOPMENT OF THE ES&PC PLAN AS STATED ON PAGE 15 OF THE PERMIT. N/A 13 DESIGN PROFESSIONAL'S CERTIFICATION STATEMENT AND SIGNATURE THAT THE PERMITTEE’S ES&PC PLAN PROVIDES FOR AN APPROPRIATE AND COMPREHENSIVE SYSTEM OF BMPS AND SAMPLING TO MEET PERMIT REQUIREMENTS AS STATED ON PAGE 15 OF THE PERMIT.* 7 Y 14 CLEARLY NOTE THE STATEMENT THAT "THE DESIGN PROFESSIONAL WHO PREPARED THE ES&PC PLAN IS TO INSPECT THE INSTALLATION OF THE INITIAL SEDIMENT STORAGE REQUIREMENTS AND PERIMETER CONTROL BMPS WITHIN 7 DAYS AFTER INSTALLATION."* 7 Y 15 CLEARLY NOTE THE STATEMENT THAT "NON-EXEMPT ACTIVITIES SHALL NOT BE CONDUCTED WITHIN THE 25 OR 50-FOOT UNDISTURBED STREAM BUFFERS AS MEASURED FROM THE POINT OF WRESTED VEGETATION OR WITHIN 25-FEET OF THE COASTAL MARSHLAND BUFFER AS MEASURED FROM THE JURISDICTIONAL DETERMINATION LINE WITHOUT FIRST ACQUIRING THE NECESSARY VARIANCES AND PERMITS." N/A 16 PROVIDE A DESCRIPTION OF ANY BUFFER ENCROACHMENTS AND INDICATE WHETHER A BUFFER VARIANCE IS REQUIRED. 7 Y 17 CLEARLY NOTE THE STATEMENT THAT "AMENDMENTS/REVISIONS TO THE ES&PC PLAN WHICH HAVE A SIGNIFICANT EFFECT ON BMPS WITH A HYDRAULIC COMPONENT MUST BE CERTIFIED BY THE DESIGN PROFESSIONAL."* 7 Y 18 CLEARLY NOTE THE STATEMENT THAT "WASTE MATERIALS SHALL NOT BE DISCHARGED TO WATERS OF THE STATE, EXCEPT AS AUTHORIZED BY A SECTION 404 PERMIT."* 7 Y 19 CLEARLY NOTE STATEMENT THAT "THE ESCAPE OF SEDIMENT FROM THE SITE SHALL BE PREVENTED BY THE INSTALLATION OF EROSION AND SEDIMENT CONTROL MEASURES AND PRACTICES PRIOR TO LAND DISTURBING ACTIVITIES." 7 Y 20 CLEARLY NOTE STATEMENT THAT "EROSION CONTROL MEASURES WILL BE MAINTAINED AT ALL TIMES. IF FULL IMPLEMENTATION OF THE APPROVED PLAN DOES NOT PROVIDE FOR EFFECTIVE EROSION CONTROL, ADDITIONAL EROSION AND SEDIMENT CONTROL MEASURES SHALL BE IMPLEMENTED TO CONTROL OR TREAT THE SEDIMENT SOURCE." 7 Y 21 CLEARLY NOTE THE STATEMENT "ANY DISTURBED AREA LEFT EXPOSED FOR A PERIOD GREATER THAN 14 DAYS SHALL BE STABILIZED WITH MULCH OR TEMPORARY SEEDING." N/A 22 ANY CONSTRUCTION ACTIVITY WHICH DISCHARGES STORM WATER INTO AN IMPAIRED STREAM SEGMENT, OR WITHIN 1 LINEAR MILE UPSTREAM OF AND WITHIN THE SAME WATERSHED AS, ANY PORTION OF AN BIOTA IMPAIRED STREAM SEGMENT MUST COMPLY WITH PART III. C. OF THE PERMIT. INCLUDE THE COMPLETED APPENDIX 1 LISTING ALL THE BMPS THAT WILL BE USED FOR THOSE AREAS OF THE SITE WHICH DISCHARGE TO THE IMPAIRED STREAM SEGMENT.* N/A 23 IF A TMDL IMPLEMENTATION PLAN FOR SEDIMENT HAS BEEN FINALIZED FOR THE IMPAIRED STREAM SEGMENT (IDENTIFIED IN ITEM 22 ABOVE) AT LEAST SIX MONTHS PRIOR TO SUBMITTAL OF NOI, THE ES&PC PLAN MUST ADDRESS ANY SITE-SPECIFIC CONDITIONS OR REQUIREMENTS INCLUDED IN THE TMDL IMPLEMENTATION PLAN.* 7 Y 24 BMPS FOR CONCRETE WASHDOWN OF TOOLS, CONCRETE MIXER CHUTES, HOPPERS AND THE REAR OF THE VEHICLES. WASHOUT OF THE DRUM AT THE CONSTRUCTION SITE IS PROHIBITED.* N/A 25 PROVIDE BMPS FOR THE REMEDIATION OF ALL PETROLEUM SPILLS AND LEAKS. 7 Y 26 DESCRIPTION OF THE MEASURES THAT WILL BE INSTALLED DURING THE CONSTRUCTION PROCESS TO CONTROL POLLUTANTS IN STORM WATER THAT WILL OCCUR AFTER CONSTRUCTION OPERATIONS HAVE BEEN COMPLETED.* 7 Y 27 DESCRIPTION OF THE PRACTICES THAT WILL BE USED TO REDUCE THE POLLUTANTS IN STORM WATER DISCHARGES.* 7 Y 28 DESCRIPTION AND CHART OR TIMELINE OF THE INTENDED SEQUENCE OF MAJOR ACTIVITIES WHICH DISTURB SOILS FOR THE MAJOR PORTIONS OF THE SITE (I.E., INITIAL PERIMETER AND SEDIMENT STORAGE BMPS, CLEARING AND GRUBBING ACTIVITIES, EXCAVATION ACTIVITIES, UTILITY ACTIVITIES, TEMPORARY AND FINAL STABILIZATION). N/A 29 PROVIDE COMPLETE REQUIREMENTS OF INSPECTIONS AND RECORD KEEPING BY THE PRIMARY PERMITTEE.* N/A 30 PROVIDE COMPLETE REQUIREMENTS OF SAMPLING FREQUENCY AND REPORTING OF SAMPLING RESULTS.* N/A 31 PROVIDE COMPLETE DETAILS FOR RETENTION OF RECORDS AS PER PART IV.F. OF THE PERMIT.* N/A 32 DESCRIPTION OF ANALYTICAL METHODS TO BE USED TO COLLECT AND ANALYZE THE SAMPLES FROM EACH LOCATION.* N/A 33 APPENDIX B RATIONALE FOR NTU VALUES AT ALL OUTFALL SAMPLING POINTS WHERE APPLICABLE.* N/A 34 DELINEATE ALL SAMPLING LOCATIONS, PERENNIAL AND INTERMITTENT STREAMS AND OTHER WATER BODIES INTO WHICH STORM WATER IS DISCHARGED.* N/A 35 A DESCRIPTION OF APPROPRIATE CONTROLS AND MEASURES THAT WILL BE IMPLEMENTED AT THE CONSTRUCTION SITE INCLUDING: (1) INITIAL SEDIMENT STORAGE REQUIREMENTS AND PERIMETER CONTROL BMPS, (2) INTERMEDIATE GRADING AND DRAINAGE BMPS, AND (3) FINAL BMPS. FOR CONSTRUCTION SITES WHERE THERE WILL BE NO MASS GRADING AND THE INITIAL PERIMETER CONTROL BMPS, INTERMEDIATE GRADING AND DRAINAGE BMPS, AND FINAL BMPS ARE THE SAME, THE PLAN MAY COMBINE ALL OF THE BMPS INTO A SINGLE PHASE.* ALL Y 36 GRAPHIC SCALE AND NORTH ARROW. 5 Y 37 EXISTING AND PROPOSED CONTOUR LINES WITH CONTOUR LINES DRAWN AT AN INTERVAL IN ACCORDANCE WITH THE FOLLOWING: MAP SCALE GROUND SLOPE CONTOUR INTERVALS, FT. 1" = 100' OR LARGER FLAT 0 - 2%0.5 OR 1 ROLLING 2 - 8%1 OR 2 STEEP 8%+2, 5, OR 10 N/A 38 USE OF ALTERNATIVE BMPS WHOSE PERFORMANCE HAS BEEN DOCUMENTED TO BE EQUIVALENT TO OR SUPERIOR TO CONVENTIONAL BMPS AS CERTIFIED BY A DESIGN PROFESSIONAL (UNLESS DISAPPROVED BY EPD OR THE GEORGIA SOIL AND WATER CONSERVATION COMMISSION). PLEASE REFER TO THE ALTERNATIVE BMP GUIDANCE DOCUMENT FOUND AT WWW.GASWCC.ORG. N/A 39 USE OF ALTERNATIVE BMP FOR APPLICATION TO THE EQUIVALENT BMP LIST. PLEASE REFER TO APPENDIX A-2 OF THE MANUAL FOR EROSION & SEDIMENT CONTROL IN GEORGIA 2016 EDITION.* 7 Y 40 DELINEATION OF THE APPLICABLE 25-FOOT OR 50-FOOT UNDISTURBED BUFFERS ADJACENT TO STATE WATERS AND ANY ADDITIONAL BUFFERS REQUIRED BY THE LOCAL ISSUING AUTHORITY. CLEARLY NOTE AND DELINEATE ALL AREAS OF IMPACT. 7 Y 41 DELINEATION OF ON-SITE WETLANDS AND ALL STATE WATERS LOCATED ON AND WITHIN 200 FEET OF THE PROJECT SITE. 7 Y 42 DELINEATION AND ACREAGE OF CONTRIBUTING DRAINAGE BASINS ON THE PROJECT SITE. N/A 43 PROVIDE HYDROLOGY STUDY AND MAPS OF DRAINAGE BASINS FOR BOTH THE PRE- AND POST-DEVELOPED CONDITIONS.* REPORT Y 44 AN ESTIMATE OF THE RUNOFF COEFFICIENT OR PEAK DISCHARGE FLOW OF THE SITE PRIOR TO AND AFTER CONSTRUCTION ACTIVITIES ARE COMPLETED. REPORT Y 45 STORM-DRAIN PIPE AND WEIR VELOCITIES WITH APPROPRIATE OUTLET PROTECTION TO ACCOMMODATE DISCHARGES WITHOUT EROSION. IDENTIFY/DELINEATE ALL STORM WATER DISCHARGE POINTS. 7 Y 46 SOIL SERIES FOR THE PROJECT SITE AND THEIR DELINEATION. 7 Y 47 THE LIMITS OF DISTURBANCE FOR EACH PHASE OF CONSTRUCTION. 7 Y 48 PROVIDE A MINIMUM OF 67 CUBIC YARDS OF SEDIMENT STORAGE PER ACRE DRAINED USING A TEMPORARY SEDIMENT BASIN, RETROFITTED DETENTION POND, AND/OR EXCAVATED INLET SEDIMENT TRAPS FOR EACH COMMON DRAINAGE LOCATION. SEDIMENT STORAGE VOLUME MUST BE IN PLACE PRIOR TO AND DURING ALL LAND DISTURBANCE ACTIVITIES UNTIL FINAL STABILIZATION OF THE SITE HAS BEEN ACHIEVED. A WRITTEN JUSTFICATION EXPLAINING THE DECISION TO USE EQUIVALENT CONTROLS WHEN A SEDIMENT BASIN IS NOT ATTAINABLE MUST BE INCLUDED IN THE PLAN FOR EACH COMMON DRAINAGE LOCATION IN WHICH A SEDIMENT BASIN IS NOT PROVIDED. A WRITTEN JUSTIFICATION AS TO WHY 67 CUBIC YARDS OF STORAGE IS NOT ATTAINABLE MUST ALSO BE GIVEN. WORKSHEETS FROM THE MANUAL INCLUDED FOR STRUCTURAL BMPS AND ALL CALCULATIONS USED BY THE STORAGE DESIGN PROFESSIONAL TO OBTAIN THE REQUIRED SEDIMENT WHEN USING EQUIVALENT CONTROLS. WHEN DISCHARGING FROM SEDIMENT BASINS AND IMPOUNDMENTS, PERMITEES ARE REQUIRED TO UTILIZE OUTLET STRUCTURES THAT WITHDRAW WATER FROM THE SURFACE, UNLESS INFEASIBLE. IF OUTLET STRUCTURES THAT WITHDRAW WATER FROM THE SURFACE ARE NOT FEASABLE, A WRITTEN JUSTIFICATION EXPLAINING THIS DECISION MUST BE INCLUDED IN THE PLAN. 7 Y 49 LOCATION OF BEST MANAGEMENT PRACTICES THAT ARE CONSISTENT WITH AND NO LESS STRINGENT THAN THE MANUAL FOR EROSION AND SEDIMENT CONTROL IN GEORGIA. USE UNIFORM CODING SYMBOLS FROM THE MANUAL, CHAPTER 6, WITH LEGEND. 7 Y 50 PROVIDE DETAILED DRAWINGS FOR ALL STRUCTURAL PRACTICES. SPECIFICATIONS MUST, AT A MINIMUM, MEET THE GUIDELINES SET FORTH IN THE MANUAL FOR EROSION AND SEDIMENT CONTROL IN GEORGIA. 7 Y 51 PROVIDE VEGETATIVE PLAN, NOTING ALL TEMPORARY AND PERMANENT VEGETATIVE PRACTICES. INCLUDE SPECIES, PLANTING DATES AND SEEDING, FERTILIZER, LIME AND MULCHING RATES. VEGETATIVE PLAN SHALL BE SITE SPECIFIC FOR APPROPRIATE TIME OF THE YEAR THAT SEEDING WILL TAKE PLACE AND FOR THE APPROPRIATE GEOGRAPHIC REGION OF GEORGIA. *IF USING THIS CHECKLIST FOR A PROJECT THAT IS LESS THAN 1 ACRE AND NOT PART OF A COMMON DEVELOPMENT BUT WITHIN 200 FT OF A PERENNIAL STREAM THE * CHECKLIST ITEMS WOULD BE N/A. EFFECTIVE JANUARY 1, 2018 SOIL EROSION AND SEDIMENT CONTROL NOTES: 1.THE ESCAPE OF SEDIMENT FROM THE SITE SHALL BE PREVENTED BY THE INSTALLATION OF EROSION CONTROL MEASURES AND PRACTICES PRIOR TO, OR CONCURRENT WITH, LAND DISTURBING ACTIVITIES. 2.THE INSTALLATION OF EROSION CONTROL AND SEDIMENT CONTROL MEASURES AND PRACTICES SHALL RUN PRIOR TO OR CONCURRENT WITH LAND-DISTURBING ACTIVITIES 3.EROSION CONTROL MEASURES WILL BE MAINTAINED AT ALL TIMES. IF FULL IMPLEMENTATION OF THE APPROVED PLAN DOES NOT PROVIDE FOR EFFECTIVE EROSION CONTROL, ADDITIONAL EROSION AND SEDIMENT CONTROL MEASURES SHALL BE IMPLEMENTED TO CONTROL OR TREAT THE SEDIMENT SOURCE. 4.ANY DISTURBED AREA LEFT EXPOSED FOR A PERIOD GREATER THAN 14 DAYS SHALL BE STABILIZED WITH MULCH OR TEMPORARY SEEDING. 5.ANY AMENDMENTS/REVISIONS TO THE ES&PC PLAN WHICH HAVE A SIGNIFICANT EFFECT ON BMP'S WITH A HYDRAULIC COMPONENT MUST BE CERTIFIED BY THE DESIGN PROFESSIONAL. 6.NON-EXEMPT ACTIVITIES SHALL NOT BE CONDUCTED WITHIN THE 25 OR 50-FOOT UNDISTURBED STREAM BUFFERS AS MEASURED FROM THE POINT OF WRESTED VEGETATION OR WITHIN 25-FEET OF THE COASTAL MARSHLAND BUFFER AS MEASURED FROM THE JURISDICTIONAL DETERMINATION LINE WITHOUT FIRST ACQUIRING THE NECESSARY VARIANCES AND PERMITS. 7.WASTE MATERIALS SHALL NOT BE DISCHARGED TO WATERS OF THE STATE, EXCEPT AS AUTHORIZED BY A SECTION 404 PERMIT. 8.THE DESIGN PROFESSIONAL WHO PREPARED THE ES&PC PLAN IS TO INSPECT THE INSTALLATION OF THE INITIAL SEDIMENT STORAGE REQUIREMENTS AND PERIMETER CONTROL BMPS WITHIN 7 DAYS AFTER INSTALLATION. SOIL EROSION AND SEDIMENT CONTROL-DUST CONTROL NOTES: DUST CONTROL MEASURES SHALL BE IMPLEMENTED TO PREVENT THE SOIL FROM LEAVING THE SITE., AND SHALL BE APPLIED ANY TIME DUST IS GENERATED ON THE CONSTRUCTION SITE OR ROAD. PRACTICES WILL INCLUDE WATERING, USING MULCH, ESTABLISHING VEGETATION, AND USING SPRAY ON ADHESIVES. SOIL EROSION AND SEDIMENT CONTROL-REMEDIATION OF SPILLS OR LEAKS OF PETROLEUM PRODUCTS 1.THE CONTRACTOR SHALL NOT LOCATE ANY FUEL OR OIL STORAGE FACILITIES ON SITE. 2.THE CONTRACTOR SHALL DESIGNATE A SPECIFIC AREA ON SITE WHERE THE REFUELING AND OILING OF EQUIPMENT WILL BE ACCOMPLISHED. THE REFUELING AREA SHALL BE LOCATED AS FAR AWAY AS POSSIBLE FROM ANY WETLANDS, DRAINAGE DITCHES, STORMWATER INLETS AND OTHER ENVIRONMENTALLY SENSITIVE AREAS. THE REFUELING AREA SHOULD BE LOCATED IN AN AREA THAT WILL PROVIDE A MAXIMUM DEGREE OF CONTAINMENT IN THE EVENT OF SPILLS. SHOULD THERE BE NO AREAS AWAY FROM INLETS, PLACE TEMPORARY CAPS ON INLETS. SENSITIVE AREAS SHOULD BE PROTECTED WITH BERMS OR PORTABLE BOOMS (FLEXIBLE BARRIERS OF ABSORBENT MATERIAL). 3.ALL FUELS & OILS WILL BE TRANSPORTED TO THE SITE BY TRUCK & OFF LOADED ONTO EQUIPMENT. ONCE THE REFUELING & OILING OPERATIONS ARE COMPLETE, THE FUEL TRUCK SHALL BE REMOVED FROM THE SITE. 4.A CERTIFIED PERSONNEL SHALL INSPECT THE REFUELING AREA IMMEDIATELY AFTER REFUELING FOR ANY SPILLS AND MAKE A PERMANENT REPORT OF SAME. 5.IN THE EVENT OF A FUEL SPILL OR LEAK OCCURS, APPROPRIATE ACTIONS MUST BE TAKEN TO REDUCE THE POSSIBILITY OF LAND OR WATER CONTAMINATION. ANY CONTAMINATED SOIL SHOULD BE REMOVED AND DISPOSED IN A PROPER FACILITY. THE CONTRACTOR SHALL IMMEDIATELY REPORT & REMEDIATE SAME IN ACCORDANCE WITH ALL FEDERAL, STATE AND LOCAL LAWS. 6.A CERTIFIED PERSONNEL SHALL INSPECT ALL EQUIPMENT ON SITE DAILY FOR LEAKS AND NOTE SAME IN A PERMANENT REPORT. 7.THE CONTRACTOR SHALL MAKE ALL INSPECTION REPORTS AVAILABLE UPON REQUEST TO THE OWNER'S DESIGNATED SITE INSPECTOR FOR THE MONITORING OF BEST MANAGEMENT PRACTICES. 8.IF OIL ENTERS STATE WATERS OR A CONVEYANCE TO STATE WATERS, IN ANY REPORTABLE AMOUNT, THE GEORGIA OIL AND HAZARDOUS MATERIAL SPILL OR RELEASES ACT REQUIRES IMMEDIATE NOTIFICATION TO THE NATIONAL RESPONSE CENTER, 1-800-424-8802 AND TO THE DNR EMERGENCY OPERATION CENTER, 1-800-241-4113. NPDES NOTES SITE DESCRIPTION: THE PROJECT SITE IS LOCATED AT THE INTERSECTION OF TELFAIR ST AND 5TH STREET. CONSTRUCTION WILL REQUIRE THE DISTURBANCE OF APPROXIMATELY 0.91 ACRES TO INSTALL AND REPLACE ASPHALT IN PARKING LOT. THE PREDOMINANT SOILS WITHIN THE AREA OF INTEREST ARE URBAN LAND (Ud) AS PER THE USDA SOIL CONSERVATION SERVICE SOIL SURVEY OF RICHMOND COUNTY, GEORGIA. EMC REVIEWED THE U.S. FISH AND WILDLIFE SERVICE NATIONAL WETLAND INVENTORY (NWI) MAP, WHICH DOCUMENTED NO REGULATED WETLANDS ON THE SUBJECT PROPERTY OR ADJOINING PROPERTIES. UPON REVIEW OF FIRM, COMMUNITY NO. 13245C0130GF, BY F.E.M.A. DATED JULY 18, 2011, IT IS MY OPINION THAT NO PORTION OF THIS PROPERTY LIES WITHIN A FLOOD HAZARD ZONE. THE PROJECT IS NOT WITHIN 200 FEET OF STATE WATERS. THE INITIAL RECEIVING WATER FOR STORMWATER RUNOFF FROM THE SITE IS A TRIBUTARY OF THE SAVANNAH RIVER WHICH DISCHARGES INTO THE SAVANNAH RIVER WHICH IS CONSIDERED TO BE A WARM WATER FISHERY. SOIL EROSION AND SEDIMENT CONTROL PROGRAM 1.PRIOR TO PERFORMING ANY SITE CLEARING WORK, INSTALL SEDIMENT BARRIERS AT BOTTOM OF SLOPES AND ALONG ANY ADJACENT PAVED AREAS, OR PROPERTY LINES IN CRITICAL AREAS. INSTALL ALL CONSTRUCTION ENTRANCE/EXIT(S) PRIOR TO BEGINNING CLEARING ACTIVITY. 2.INSTALL INITIAL SEDIMENT STORAGE BMP, IF REQUIRED, AS SOON AS POSSIBLE AFTER CLEARING HAS COMMENCED. UTILIZE DIVERSION DITCHES TO ROUTE STORM WATER RUN-OFF INTO THE PONDS UNTIL STORMWATER SYSTEM IS INSTALLED. REMOVE/RE-GRADE THESE DIVERSION DITCHES AFTER THEY ARE NO LONGER NEEDED. SMOOTH, COMPACT AND GRASS. 3.INSTALL NEW STORM SEWER SYSTEM AS SOON AS POSSIBLE AND DIVERT SURFACE WATER INTO SYSTEM. AS STORM SEWER SYSTEM IS INSTALLED, IMMEDIATELY INSTALL SEDIMENT BARRIERS AROUND DRAINAGE STRUCTURE INLETS. 4.INSTALL GROUND COVER CONSISTING OF GRASS, MULCH AND/OR POLYETHYLENE SHEETS OVER EXPOSED SOIL WITHIN 7 DAYS AFTER SITE CLEARING BEGINS. INSTALL REPEATED APPLICATIONS AS NECESSARY TO MAINTAIN GROUND COVER. 5.WHEN RAINFALL IS PREDICTED OR PROBABLE, ANY DISTURBED, UNGRASSED AREAS ON THE SITE MUST BE COVERED WITH TEMPORARY MULCH. REPEAT THIS COVERAGE ON A DAILY BASIS IF NECESSARY. 6.MAINTAIN EROSION CONTROL MEASURES UNTIL ALL SITE CONSTRUCTION WORK IS COMPLETE, PERMANENT GRASS IS ESTABLISHED OVER ALL DISTURBED AREAS AND A CERTIFICATE OF SUBSTANTIAL COMPLETION IS ISSUED. 7.CONTRACTOR SHALL CLEAN UP WASHOUTS AND REPAIR AND/OR REPLACE SEDIMENT BARRIERS PROMPTLY. REMOVE ACCUMULATED SEDIMENT WHEN IT REACHES MID-HEIGHT OF BARRIER. 8.WASHOUTS AND RUTS, WHICH ERODE DURING THE COURSE OF THE WORK, SHALL BE REPAIRED IMMEDIATELY USING SUITABLE FILL MATERIALS, COMPACTED, TOPSOILED, FERTILIZED, SEEDED AND MULCHED. 9.RUNOFF SHALL NOT BE CONCENTRATED IN ANY ONE AREA UNLESS INDICATED ON THE CONTRACT DOCUMENTS. IF LOCALIZED EROSION OCCURS, CONTRACTOR SHALL REPAIR DAMAGED AREA AND ADJUST GRADES TO PROMOTE UNIFORM SHEET FLOW AND TO PREVENT LOCALIZED EROSION OF SLOPES. 10.MAINTAIN CONSTRUCTION ENTRANCE ACCESS AS FOLLOWS: A.PREVENT SOIL FROM WASHING OR BEING TRACKED ONTO EXISTING PAVING. B.MAINTENANCE OF CONSTRUCTION ENTRANCE SHALL BE RESPONSIBILITY OF THE CONTRACTOR. C.CONTRACTOR SHALL REMOVE ANY MUD DEPOSITED ONTO PUBLIC ROADS BY VEHICLES LEAVING THE SITE. SOIL EROSION AND SEDIMENT CONTROL-MAINTENANCE PROGRAM: EROSION AND SEDIMENT CONTROL MEASURES SHALL BE IMPLEMENTED BY THE CONTRACTOR IN ORDER TO PREVENT EROSION OF SOILS DURING ALL PHASES OF CONSTRUCTION AND TO RETAIN SEDIMENT ON THE PROJECT SITE. MEASURES SHOWN ON THIS PLAN ARE THE MINIMUM REQUIRED. THE CONTRACTOR SHALL PROVIDE ADDITIONAL CONTROLS WHERE THEY ARE NEEDED TO PREVENT EROSION AND CONTAIN SEDIMENT/SILT. EROSION AND SEDIMENT CONTROLS SHALL BE INSPECTED BY THE CONTRACTOR ON A DAILY BASIS AND REPAIRED WHERE NEEDED. THE CONTRACTOR SHALL PERIODICALLY REMOVE THE ACCUMULATED SILT, AS REQUIRED, THROUGHOUT THE LIFE OF THE CONTRACT. SOIL EROSION AND SEDIMENT CONTROL-CONSTRUCTION STANDARDS: ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO GDOT AND/OR LOCAL STANDARDS AND SPECIFICATIONS. REFER TO GEORGIA EROSION AND SEDIMENTATION ACT OF 1975 AS AMENDED THROUGH 1995 IN ADDITION TO "MANUAL FOR EROSION AND SEDIMENT CONTROL IN GEORGIA", LATEST EDITION, FOR ADDITIONAL INFORMATION AND DETAILS. GENERAL NOTES 1.ALL CONSTRUCTION WITHIN AUGUSTA RIGHT-OF-WAY SHALL CONFORM TO AUGUSTA, GEORGIA STANDARDS AND SPECIFICATIONS. 2.CONTRACTOR SHALL CONTACT THE INSPECTION DIVISION OF THE PUBLIC WORKS DEPARTMENT (706-821-1706) AT LEAST 48 HOURS PRIOR TO STARTING WORK ON THE PROJECT. 3.THE COST OF INSPECTION BY THE CITY OF AUGUSTA-RICHMOND COUNTY'S DEPARTMENT OF PUBLIC WORKS AND ENGINEERING, BEFORE OR AFTER REGULAR WORKING HOURS, ON SATURDAYS, SUNDAYS OR LEGAL HOLIDAYS, SHALL BE PAID FOR BY THE INDIVIDUAL REQUESTING THE INSPECTION AT A RATE OF 1 ½ TIMES THE REGULAR SALARY PR HOUR OF THE INSPECTOR PLUS 7.65% FROM THE EMPLOYER'S FICA/MEDICARE MATCH. APPROVAL FOR THE INSPECTION OUTSIDE OF NORMAL WORKING HOURS SHALL BE OBTAINED FROM THE COUNTY ENGINEER 48-HOURS IN ADVANCE. PRIOR TO THE COMMENCEMENT OF WORK REQUIRING INSPECTION OUTSIDE OF NORMAL WORKING HOURS, THE INDIVIDUAL REQUESTING THE INSPECTION SHALL SIGN A FORM WHICH IS FURNISHED BY THE DEPARTMENT OF PUBLIC WORKS AND ENGINEERING AGREEING TO PAY THE OVERTIME. THE INDIVIDUAL REQUESTING THE INSPECTION SHALL SIGN A FORM WHICH IS FURNISHED BY THE DEPARTMENT OF PUBLIC WORKS AND ENGINEERING AGREEING TO PAY THE OVERTIME. THE INDIVIDUAL REQUESTING THE INSPECTION WILL BE BILLED BY THE DEPARTMENT OF PUBLIC WORKS AND ENGINEERING FOR PAYMENT. 4.A PRE-CONSTRUCTION CONFERENCE SHALL BE HELD WITH THE CITY ENGINEER OR HIS DESIGNATED REPRESENTATIVE PRIOR TO BEGINNING CONSTRUCTION. THIS MEETING SHALL BE SCHEDULED WITH THE DEPARTMENT OF PUBLIC WORKS AT THE TIME THE NOTIFICATION OF WORK COMMENCEMENT IS GIVEN. 5.APPROVAL BY AUGUSTA, GEORGIA IS FOR THE IMPROVEMENTS SHOWN IN THE SITE PLAN. ANY VARIATION FROM THE APPROVED SITE PLAN MUST BE APPROVED BY THE CITY ENGINEER. 6.THE CONTRACTOR SHALL BE REQUIRED TO HAVE ON SITE A COPY OF THE GEORGIA DEPARTMENT OF TRANSPORTATION'S STANDARD SPECIFICATIONS AND CONSTRUCTION STANDARD DETAILS, CURRENT EDITION. SEE GDOT CONSTRUCTION STANDARDS AND DETAILS, LATEST EDITION FOR CONSTRUCTION SPECIFICATIONS PERTAINING TO STORM DRAINAGE STRUCTURES REFERENCED IN THE PLANS. 7.ALL SILT BARRIERS MUST BE PLACED IMMEDIATELY FOLLOWING CLEARING. NO GRADING SHALL BE DONE UNTIL SILT BARRIER(S) INSTALLATION IS COMPLETED. 8.ALL DRAINAGE EASEMENTS, SLOPES AND DISTURBED AREAS NOT TO BE DEVELOPED MUST BE GRASSED AND/OR RIP-RAPPED AS REQUIRED TO CONTROL EROSION. 9.THE DEVELOPER SHALL BE RESPONSIBLE FOR THE PROVISION AND INITIAL INSTALLATION OF ALL SIGNS AND TRAFFIC CONTROL DEVICES INDICATED ON THIS PLAN. ALL SIGNING SHALL BE PER DOT STANDARDS AND M.U.T.C.D. 10.ALL TREES TO REMAIN WITHIN THE CONSTRUCTION AREA ARE TO BE PROTECTED DURING CONSTRUCTION IN ACCORDANCE WITH THE ARC TREE ORDINANCE. 11.IT WILL BE THE RESPONSIBILITY OF THE CONTRACTOR TO INSURE THAT ALL REQUIRED PERMITS ARE OBTAINED PRIOR TO THE COMMENCEMENT OF CONSTRUCTION, INCLUDING ALL PERMITS FOR WORK TO BE PERFORMED IN THE CITY OF AUGUSTA AND/OR GA. D.O.T. RIGHTS-OF-WAY. 12.PRIOR TO INSTALLATION OF ANY UTILITY LINES, THE CONTRACTOR SHALL GIVE THE UTILITY COMPANIES THREE (3) WORKING DAYS NOTICE TO ALLOW TIME FOR EXISTING UTILITIES TO BE STAKED. BEFORE CALLING (1-800-282-7411), THE CONTRACTOR SHALL HAVE THE FOLLOWING INFORMATION READY: COUNTY, TOWN, LOCATION, NEAREST STREET INTERSECTIONS, TYPE OF WORK (SEWER, WATER, PAVING, ETC.) YOUR COMPANY NAME, TELEPHONE NUMBER, OWNER'S NAME, DATE AND TIME YOU EXPECT TO COMMENCE CONSTRUCTION, WHERE AND HOW YOU CAN BE REACHED AND THE BEST TIME TO CONTACT YOU. THE CONTRACTOR SHALL EXERCISE CAUTION WHEN CROSSING AN UNDERGROUND UTILITY, WHETHER SHOWN ON THE PLAN OR LOCATED BY THE UTILITY COMPANY. ALL UTILITIES WHICH INTERFERE WITH THE PROPOSED CONSTRUCTION SHALL BE RELOCATED BY THE RESPECTIVE UTILITY COMPANIES, WITH THE CONTRACTORS COOPERATION DURING RELOCATION OPERATIONS. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF ANY VARIANCES PRIOR TO COMMENCEMENT OF WORK OR PURCHASING ANY MATERIALS. 13.ALL KNOWN UTILITY FACILITIES ARE SHOWN SCHEMATICALLY ON THE PLANS AND ARE NOT NECESSARILY ACCURATE AS TO PLAN OR ELEVATION. THE LOCATION OF EXISTING UTILITIES SHALL BE VERIFIED BY THE CONTRACTOR PRIOR TO ANY EXCAVATION. EMC ENGINEERING ASSUMES ANY RESPONSIBILITY FOR ANY AND ALL UNDERGROUND UTILITIES SEEN OR UNSEEN. 14.IT IS THE CONTRACTORS OBLIGATION TO MAKE HIS/HER OWN INTERPRETATION OF ALL SURFACE AND SUBSURFACE DATA AS TO THE NATURE AND EXTENT OF THE MATERIALS TO BE EXCAVATED. THE INFORMATION SHOWN IN THE CONSTRUCTION DOCUMENTS DOES NOT IN ANY WAY GUARANTEE THE AMOUNT OR NATURE OF THE MATERIAL WHICH MAY BE ENCOUNTERED. 15.ALL REINFORCED CONCRETE PIPE (RCP) SHALL MEET THE REQUIREMENTS OF AASHTO: M170 (GDOT STANDARD SPECIFICATIONS - SECTION 843). 16.THE CONTRACTOR IS RESPONSIBLE FOR THE LOCATION AND FURNISHING OF BORROW MATERIAL AS NECESSARY FOR THE CONSTRUCTION OF THIS PROJECT. FILL MATERIAL SHALL BE CLEAN AND FREE OF ALL DEBRIS AND ORGANIC MATERIAL. ALL ITEMS REMOVED FROM THE PROJECT WHICH ARE NOT TO BE REUSED SHALL BE MOVED TO A LOCATION APPROVED BY THE OWNER. 17.DURING CONSTRUCTION IN THE AREA OF AN INTERSECTION, WORK WILL BE PERFORMED IN SUCH A MANNER AS TO PERMIT TRAFFIC TO OPERATE WITH THE LEAST AMOUNT OF INCONVENIENCE POSSIBLE. ADDITIONAL CHANNELIZATION AND SIGNING SHALL BE INSTALLED, AS DIRECTED BY THE ENGINEER, TO ALLOW TRAFFIC TO FLOW AS FREELY AS POSSIBLE. WHEN AN INTERSECTION IS INOPERABLE, FLAGGERS WILL BE UTILIZED TO CONTROL TRAFFIC. 18.ANY SURVEY MARKER OR MONUMENTS DISTURBED DURING CONSTRUCTION REQUIRES RE-ESTABLISHMENT BY A LICENSED SURVEYOR AT THE CONTRACTOR'S EXPENSE. 19.TOP 12" OF SUB GRADE SHALL BE MIXED IN PLACE AND COMPACTED TO 100% MAXIMUM DRY DENSITY. BASE MATERIAL SHALL MEET GEORGIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS SECTION 814.01 FOR CLASS 'A' BASE, CURRENT EDITION. BASE MATERIAL SHALL BE COMPACTED TO 100% MAXIMUM DRY DENSITY. THE CONTRACTOR SHALL PROVIDE COMPACTION AND SOIL ANALYSIS TEST RESULTS FROM AN APPROVED TESTING LABORATORY. LOCATION OF TESTS SHALL BE DETERMINED BY THE COUNTY ENGINEER OR HIS REPRESENTATIVE. 20.THERE ARE NO KNOWN GRAVE SITES AND CEMETERIES LOCATED ON THE PROPERTY. IF GRAVES SITES OR CEMETERIES ARE DISCOVERED DURING CONSTRUCTION, INFORMATION MUST BE SUBMITTED TO THE AUGUSTA PLANNING & DEVELOPMENT DEPARTMENT IMMEDIATELY (SEE O.C.G.A. §36-72-1 ET SEQ.). 21.I AM THE OWNER OF THE PROPERTY AFFECTED BY THIS SITE PLAN. PRIOR TO REQUESTING A CERTIFICATE OF OCCUPANCY, I WILL SUBMIT A NOTARIZED STATEMENT AS FOLLOWS: 'I CERTIFY THAT THE SITE IMPROVEMENTS ARE COMPLETE AND IN ACCORDANCE WITH THE APPROVED PLANS AND SPECIFICATIONS.' THIS CERTIFICATION WILL BE BASED ON OBSERVATIONS OF AND SUPERVISION OF CONSTRUCTION BY MY REPRESENTATIVE OR ME. I UNDERSTAND THAT THE CERTIFICATE OF OCCUPANCY WILL NOT BE APPROVED UNTIL THIS CERTIFICATION HAS BEEN MADE." 22.PRIOR TO ANY CERTIFICATE OF OCCUPANCY BEING ISSUED, A POST CONSTRUCTION AS BUILT SURVEY, ON GEORGIA STATE PLANE COORDINATES, OF THE WATER, SEWER AND STORM STRUCTURES AS WELL AS THE FINISHED FLOOR ELEVATION WILL BE PROVIDED TO AUGUSTA-RICHMOND COUNTY IN ELECTRONIC FORM. TELF A I R S T R E E T FIF T H S T R E E T [95 SY]5 (TYP)7 [15 LF]3 [43 LF]3 [36 LF]3 [43 LF]3 [19 LF]3 [16 LF]3 [62 LF]3 [148 LF]3 [15 LF]3 [31 LF]3 7 [979 SY]1 [979 SY]1 [47 SY]1 6 6 [15 SY]5 [13 SY]4 [14 SY]4 [33 SY]4 [20 SY]4 6 [15 SY]5 [3 SY]4 [3 SY]4 8 8 9 [69 LF]3 10 11 7 [8 SY]5 [7 SY]5 [5 SY]5 [17 SY]1 [766 SY]2 [189 SY]1 [135 SY]2 6 [8 LF]3 [64 SY]1 6 SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E GRAPHIC SCALE: 1" = 0' 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m EX I S T I N G C O N D I T I O N S A N D D E M O L I T I O N P L A N 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT 1" = 20' 6/29/2018 3 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - 20'20' 20' 10' Know what's below. www.Georgia811.com R Call before you dig. KEY NOTES: REMOVE ASPHALT BASE AND PAVING. ASPHALT MILLING (VARIABLE DEPTH TO BASE MATERIAL, ASSUMED 2") REMOVE GRANITE HEADER CURB REMOVE CONCRETE APRON REMOVE CONCRETE SIDEWALK REMOVE TREES AND SHRUBS REMOVE WHEEL STOPS REMOVE PAVEMENT MARKINGS REMOVE SIGN REMOVE BOLLARDS REMOVE CONCRETE BLOCK 1 PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 SURVEYOR: COMPANY: EMC ENGINEERING SERVICES, INC. ADDRESS: 4424 COLUMBIA ROAD, SUITE B MARTINEZ, GA 30907 CONTACT: RICHARD BALDWIN, RLS PHONE:706-863-8010 SURVEY NOTES HORIZONTAL DATUM: NAD83 GEORGIA STATE PLANE EAST ZONE. VERTICAL DATUM: NAVD88 2 DEMOLITION NOTES FIBER OPTIC CABLE IS PRESENT ON SITE. CONTRACTOR SHALL EXERCISE EXTREME CAUTION DURING EXCAVATION. REQUIRED DEMOLITION IS NOTED ON PLANS, SECTIONS AND DETAILS. ADDITIONAL DEMOLITION AND REPAIR MAY BE REQUIRED. CONTRACTOR SHALL NOTIFY ENGINEER AND OWNER PRIOR TO PERFORMING SUCH WORK. AT THE END OF EACH DAY'S WORK, REMOVE ANY DEBRIS (RESULTING FROM CONTRACTOR'S DEMOLITION OPERATIONS) THAT IS NOT WITHIN THE CONTRACTOR CONSTRUCTION FENCING. WHERE ASPHALT OR CONCRETE DEMOLITION IS REQUIRED, CONTRACTOR SHALL USE A SAW CUT AT THE LIMITS OF DEMOLITION OR NEAREST JOINT TO OBTAIN A CLEAN VERTICAL EDGE. ALL PROPOSED AND EXISTING PAVEMENT AND CURB TO REMAIN SHALL BE PROTECTED. IF DAMAGED, IT SHALL BE REPLACED PROMPTLY TO MEET STATE AND LOCAL REQUIREMENTS AT THE CONTRACTOR'S EXPENSE. CARE SHALL BE TAKEN NEAR EXISTING TREES, SHRUBS, AND OTHER VEGETATION WHICH ARE TO REMAIN SO AS TO NOT CAUSE INJURY TO ROOT SYSTEMS OR TRUNKS. BASE MATERIAL TO BE REMOVED AS REQUIRED TO MEET PROPOSED ASPHALT PAVEMENT SECTION. AREAS WHERE EXISTING BASE IS TO REMAIN, SHALL BE COMPACTED PER PROPOSED ASPHALT PAVEMENT SECTION DETAIL. GENERAL NOTES THE CONTRACTOR SHALL CONTACT “GEORGIA811 CALL BEFORE YOU DIG” SERVICE IN ORDER TO LOCATE UTILITIES PRIOR TO STARTING ANY EXCAVATION OR CONSTRUCTION. CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING ANY UTILITIES DAMAGED DURING DEMOLITION AND/OR CONSTRUCTION AT NO ADDITIONAL COST TO THE GOVERNMENT. THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND EXISTING CONDITIONS PRIOR TO STARTING WORK AND SHALL BE RESPONSIBLE FOR THE PROPER FIT OF ALL COMPONENTS. SOME DIMENSIONS AND CONDITIONS MAY VARY. 3 4 5 6 7 8 9 10 11 TELF A I R S T R E E T FI F T H S T R E E T 9 9 12 [1,464 SY]1 [1,464 SY]1 [38 SY]3 [64 SY]3 [26 SY]9 10 11 11 11 11 11 11 10 10 [77 LF]4 [109 LF]5 [20 LF]4 [18 LF]4 [27 LF]4 [10 LF]5 [46 LF]5 [13 LF]4 [280 LF]5 [280 LF]5 [280 LF]5 [280 LF]5 [297 LF]5 6 [89 LF]5 6 15' 9' 20' 20.6' 20.1' 16.5' 9' 21' 18.5' 18.5'18.5' 21' [18 LF]5 625' [8 SY]7 6 24' [44 LF]5 9' 9' [121 SY]2 [297 LF]5 20.1' ST R14.5' R14.5' R14.5' R4.5' R4.5' R4.5' R14.5' R14.5' R14.5' R1.5' R4.5' R14.5' R14.5' R4.5' R4.5' R1.5' R11.5' R4.5' R2.5' R4.5' R5' 8' 8' 8' R14.5' R4.5' R1.5' 60°0'0"' [VAN]12 [740 SY]2 12 10 10 106 6 [145 LF]5 6 PROPOSED BIORETENTION AREA COORDINATE PLANTINGS OF NATIVE TREES, SHRUBS & GRASSES WITH OWNER. 17' 8 [297 LF]5 [42 SY]7 [5 SY]7 [5 SY]7 SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E GRAPHIC SCALE: 1" = 0' 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m SI T E L A Y O U T P L A N 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT 1" = 20' 6/29/2018 4 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - 20'20' 20' 10' Know what's below. www.Georgia811.com R Call before you dig. PAVEMENT HATCHING EXISTING PROPOSED ASPHALT PAVING CONCRETE PAVING ASPHALT PAVING ASPHALT MILL, LEVEL & OVERLAY HEAVY DUTY CONCRETE PAVING CONCRETE PAVING PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 KEY NOTES: ASPHALT PAVEMENT ASPHALT OVERLAY (MINIMUM 2") CONCRETE APRON 6" GRANITE HEADER CURB 6" CONCRETE HEADER CURB 18" OPENING IN CURB 4" CONCRETE SIDEWALK HANDICAP RAMP (GDOT DETAIL A3, TYPE B) 7" CONCRETE DUMPSTER PAD PAVEMENT ARROWS, PAINTED WHITE 4" SOLID STRIPING, PAINTED WHITE HANDICAP PARKING SIGN (R7-8, [VAN] INDICATES R7-8P MOUNTED BELOW R7-R8) SITE LAYOUT NOTES: ·CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFICATION OF ALL SITE SETBACKS, EASEMENTS, BUFFERS, ETC. PRIOR TO COMMENCEMENT OF CONSTRUCTION. ·ALL HANDICAP ACCESSIBLE SITE IMPROVEMENTS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ALL FEDERAL, STATE, AND LOCAL CODES, REQUIREMENTS, AND REGULATIONS. ·ALL DIMENSIONS ARE TO BACK OF CURB UNLESS NOTED OTHERWISE. ·ALL NEW ASPHALT AND/OR CONCRETE PAVING SHALL HAVE A SMOOTH, FLUSH TRANSITION TO EXISTING PAVEMENT. ·ALL SIGNS AND UTILITY MARKERS REMOVED/DISTURBED DURING THE CONSTRUCTION PROCESS SHALL BE REINSTALLED UNLESS NOTED OTHERWISE ON PLANS. GENERAL NOTES: ·THE CONTRACTOR SHALL CONTACT “GEORGIA811 CALL BEFORE YOU DIG” SERVICE IN ORDER TO LOCATE UTILITIES PRIOR TO STARTING ANY EXCAVATION OR CONSTRUCTION. ·CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING ANY UTILITIES DAMAGED DURING DEMOLITION AND/OR CONSTRUCTION AT NO ADDITIONAL COST TO THE GOVERNMENT. ·THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND EXISTING CONDITIONS PRIOR TO STARTING WORK AND SHALL BE RESPONSIBLE FOR THE PROPER FIT OF ALL COMPONENTS. SOME DIMENSIONS AND CONDITIONS VARY. 1 2 3 4 5 6 7 8 9 10 11 12 TELF A I R S T R E E T FI F T H S T R E E T 13 3 13 2 132 132 133 132 13 2 13 2 13 2 13 2 13 2 PROPOSED BIORETENTION AREA BTM ELEVATION: 131.75 PONDING ELEVATION: 132.50 132.73 132.92 132.75 133.71 133.67 133.88 134.23 133.08 133.82 133.78 134.11 134.40 134.15 134.07 133.41 133.54 133.21 133.23 135.16 134.49 134.38 134.23 133.60 133.71 133.74 133.72 133.88 133.80 133.75 133.69 134.62 134.00 134.27 133.60 133.22 133.03 132.90 133.37 132.44 133.28 133.79 132.54 133 134 133 1 3 3 133.46 132.61 134 1 3 4 13 4 13 5 132.77 132.79 133.46 134.07 133.34 133.34 133.86 133.74 133.28 132.94 133.23 133.34 133.09 1.6% 132.86 1 3 3 1 3 3 ST OUTFALL STRUCTURE (NON PERFORATED RISER PIPE WITH TRASH RACK) TOP: 132.50 IE OUT (S): 129.42 18 LF 18" @ 1.00% S S S ADJUST TOP OF MANHOLE TO MATCH PROPOSED GRADES S TIE INTO EXISTING ELEVATIONS TIE INTO EXISTING ELEVATIONS S S S S S S S S S S S S S S S S S SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E GRAPHIC SCALE: 1" = 0' 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m GR A D I N G A N D D R A I N A G E P L A N 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT 1" = 20' 6/29/2018 5 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - 20'20' 20' 10' Know what's below. www.Georgia811.com R Call before you dig. NOTES: 1.SPOT ELEVATIONS SHOWN AT/NEAR CONCRETE CURB & GUTTER ARE TOP OF ASPHALT/EDGE OF PAVEMENT, UNLESS NOTED OTHERWISE. 2.CONTRACTOR TO ENSURE SMOOTH TRANSITION TO EXISTING PAVEMENT AT ALL TIE-IN LOCATIONS. PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 GRADING & DRAINAGE NOTES: ·ALL SUITABLE FILL MATERIAL SHALL BE PLACED IN LIFTS NOT TO EXCEED 8 INCHES & COMPACTED TO 100% MAX. DRY DENSITY STANDARD PROCTOR. ·FILL MATERIAL SHALL BE CLEAN AND FREE OF ALL DEBRIS AND ORGANIC MATERIAL ·CONTRACTOR TO FILL AND/OR EXCAVATE AS REQUIRED FOR INSTALLATION OF ALL PROPOSED FEATURES. FINAL GRADES SHALL BE FLUSH WITH EDGE OF ASPHALT, SIDEWALK, AND/OR BACK OF CURB AND GRADED TO ENSURE POSITIVE DRAINAGE. PONDING OF STORMWATER SHALL NOT OCCUR. ·ALL EXISTING AND PROPOSED UTILITY FRAME TOP ELEVATIONS SHALL BE MADE FLUSH WITH FINISHED GRADE. ·ALL PROPOSED AND EXISTING PAVEMENT AND CURB TO REMAIN SHALL BE PROTECTED. IF DAMAGED, IT SHALL BE REPLACED PROMPTLY TO MEET STATE AND LOCAL REQUIREMENTS AT THE CONTRACTOR'S EXPENSE. ·CARE SHALL BE TAKEN NEAR EXISTING TREES, SHRUBS, AND OTHER VEGETATION WHICH ARE TO REMAIN SO AS TO NOT CAUSE INJURY TO ROOT SYSTEMS OR TRUNKS. GENERAL NOTES: ·THE CONTRACTOR SHALL CONTACT “GEORGIA811 CALL BEFORE YOU DIG” SERVICE IN ORDER TO LOCATE UTILITIES PRIOR TO STARTING ANY EXCAVATION OR CONSTRUCTION. ·CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING ANY UTILITIES DAMAGED DURING DEMOLITION AND/OR CONSTRUCTION AT NO ADDITIONAL COST TO THE GOVERNMENT. ·THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND EXISTING CONDITIONS PRIOR TO STARTING WORK AND SHALL BE RESPONSIBLE FOR THE PROPER FIT OF ALL COMPONENTS. SOME DIMENSIONS AND CONDITIONS VARY. T.B.M. T.B.M. TELF A I R S T R E E T FI F T H S T R E E T QS QS HT QP QP 9 9 12 QP LIS ST 106 6 QP QS QS PROPOSED BIORETENTION AREA COORDINATE PLANTINGS OF NATIVE TREES, SHRUBS & GRASSES WITH OWNER. BT BT BT SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E GRAPHIC SCALE: 1" = 0' 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m TR E E P L A N T I N G P L A N 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT 1" = 20' 6/29/2018 6 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - 20'20' 20' 10' Know what's below. www.Georgia811.com R Call before you dig. PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 TR E E S LANDSCAPE NOTES: 1. ALL DISTURBED AREAS NOT COVERED BY STRUCTURES, PAVING OR LANDSCAPING SHALL BE MULCHED WITH HAY AND GRASSED BY BERMUDA SEEDING UNLESS SPECIFICALLY NOTED TO BE SODDED. 2. ALL PLANT BEDS SHALL BE UNDERLAIN WITH LANDSCAPING FABRIC AND MULCHED WITH 3" OF PINE STRAW WITH EDGING AS REQUIRED. 3. ALL SOIL USED FOR PLANTING SHALL CONSIST OF REGIONALLY APPROPRIATE SOILS. 4. ALL TREES LOCATED IN SOD AREAS SHALL HAVE A MULCH RING AROUND THEM WITH EDGING AS REQUIRED. 5. ALL PLANTINGS SHALL BE THOROUGHLY WATERED BY THE LANDSCAPE CONTRACTOR AT THE TIME OF THE PLANTINGS. 6. THE SITE SHALL BE CLEAN OF ALL DEBRIS AND TRASH AFTER CONSTRUCTION HAS COMPLETED. 7. NO LARGE TREES SHALL BE PLANTED WITHIN 10 FEET OF ANY UNDERGROUND UTILITY LINE OR STORM DRAIN. LANDSCAPE CONTRACTOR SHALL VERIFY LOCATION OF UTILITIES PRIOR TO BEGINNING PLANT INSTALLATION. LANDSCAPE ARCHITECT TO APPROVE ALL REVISIONS TO PLANT LOCATIONS. LANDSCAPE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR OF ANY UTILITY LINES DAMAGED DURING PLANTING. 8. SEE DETAILS ON THIS SHEET FOR SHRUB AND TREE INSTALLATION. 9. TOP SOIL SHALL BE ADDED TO WITHIN 1" OF TOP OF CURB / EDGE OF PAVEMENT 10. AN UNDERGROUND IRRIGATION SYSTEM, IF INSTALLED, SHALL COMPLY WITH ALL AUGUSTA-RICHMOND COUNTY CODES AND REGULATIONS AND ALSO COMPLY WITH THE LATEST NATIONAL ELECTRIC CODE RULES FOR ALL ELECTRIC WORKS AND MATERIALS. 11. GUARANTEE: THE CONTRACTOR SHALL GUARANTEE ALL WORKMANSHIP AND PLANT MATERIAL TO BE FREE OF DEFECTS FOR A PERIOD OF ONE (1) YEAR FROM FINAL ACCEPTANCE OF THE PROJECT. CONTRACTOR SHALL REPLACE ANY PLANT MATERIAL FOUND TO BE DEFECTIVE WITHIN THE PERIOD OF GUARANTEE AT NO COST TO THE OWNER, EXCEPT REPAIRS OR REPLACEMENT NECESSITATED BY DAMAGE BY OTHERS OR DIEBACK DUE TO INSUFFICIENT IRRIGATION/WATERING SCHEDULE. QP AS SHOWNWILLOW OAKQUERCUS PHELLOS 3" CAL.4 QTY PLANT SCHEDULE SCIENTIFIC NAMEITEM COMMON NAME SPACINGSIZE NOTES - AS SHOWNCRAPE MYRTLELAGERSTROEMIA INDICA 'SIOUX' 3 STEM, LT. PINKLIS13-1" CANES AS SHOWNSHUMARD OAKQUERCUS SHUMARDII -QS 4 3" CAL. AS SHOWN CAROLINA SILVERBELLHALESIA TETRAPTERA -BT 1 3" CAL. BIORETENTION PLANTING NOTES: LANDSCAPING SHALL INCLUDE NATIVE VEGETATION WITH HIGH WATER TOLERANCE. THE AREA SHOULD RESEMBLE A TERRESTRIAL FOREST ECOSYSTEM WITH A MATURE TREE CANOPY, SUBCANOPY OF UNDERSTORY TREES, SHRUB LAYER, AND GROUND COVER. THREE SPECIES OF EACH SHOULD BE PROVIDED TO AVOID A MONOCULTURE. CONSIDER PLANTING TREES THAT SHED LEAVES ONCE A YEAR TO AVOID CLOGGING OF THE PLANTING MEDIA. RECOMMENDED PLANT LIST FOR BIORETENTION FACILITIES OVERSTORY TREES:BLAD CYPRESS, SOUR GUM UNDERSTORY: EVERGREEN SWEETBAY MAGNOLIA, WARREN'S RED POSSUMHAW HOLLY SHRUBS & GRASSES: PAMPASS, NORTHERN RIVER OATS, LITTLE HENRY VIRGINIA SWEETSPIRE, VINTAGE JADE DYSTILIUM, WARREN'S RED POSSUMHAW HOLLY HT AS SHOWNBLACK TUPELO (SOUR GUM)NYSSA SYLVATICA -3 3" CAL. AS SHOWN - AUGUSTA-RICHMOND COUNTY LANDSCAPING NOTES: 1.ALL PLANTED TREES MUST BE AT LEAST THREE (3) INCHES IN CALIPER, HAVE A SINGLE TRUNK A MINIMUM OF 8' IN HEIGHT, AND BE UNBRANCHED TO SIX (6) FEET. 2.NO REQUIRED TREES ARE TO BE LOCATED DIRECTLY ABOVE OR BELOW EXISTING OR PROPOSED UTILITIES. 3.NO NEW UTILITIES (OVERHEAD OR UNDERGROUND) MAY BE LOCATED DIRECTLY ABOVE OR BELOW EXISTING OR PROPOSED TREE LOCATIONS. PROPOSED UTILITIES MUST BE ROUTED AWAY FROM ALL REQUIRED TREES ON THIS SITE 4.CONTRACTOR TO SUPPLY PERMANENT WATER SOURCE NOT MORE THAN ONE HUNDRED FEET FROM ANY PLANTED TREE. 5.NO LIGHT POLE IS PERMITTED WITH IN 20' OF ANY TREE, NOR LOCATED WITHIN ANY REQUIRED LANDSCAPED ISLAND. 6.THE MINIMUM TREE PROTECTION ZONE, SHALL BE AN AREA CENTERED ON EACH TREE WITH A DIAMETER IN FEET EQUIVALENT TO ONE AND A HALF TIMES THE TREE DIAMETER IN INCHES, MEASURED AT THE BREAST HEIGHT. PROVIDED HOWEVER, IN NO CASE SHALL THE AREA BE LESS THAN THE MINIMUM TREE PROTECTION ZONE FOR A PLANTED TREE OF THE SAME SPECIES FOUND IN TABLE 1, SECTION VIII (G.7) IN THE TREE ORDINANCE FOR RICHMOND COUNTY, GEORGIA. 7.REQUIRED STREET YARDS SHALL CONTAIN PLANTED TREES 40' ON CENTER AND BE LOCATED WITHIN 20' OF SIDE PROPERTY LINES. 8.ALL TREES SHOWN AND LABELED WITH SIZE AND SPECIES WITHIN CLEARING LIMITS SHALL BE RETAINED AND PROTECTED. 9.LIGHTING, IF APPLICABLE, ON THE ELECTRICAL PLAN MUST BE CONSISTENT WITH LIGHTING DELINEATED ON THE LANDSCAPE PLAN; IF CONFLICTS BETWEEN THE TWO PLANS ARISE, THE LIGHTING ON THE LANDSCAPE PLAN SUPERSEDES LIGHTING ON THE ELECTRICAL PLAN. 10.NO SIGNS, WITH THE EXCEPTION OF SMALL DIRECTIONAL SIGNS (THESE SIGNS MAY NOT EXCEED 30" IN HEIGHT NOR MORE THAN 4 SQUARE FEET IN AREA), MAY BE LOCATED WITHIN 20' OF A REQUIRED TREE OR WITHIN REQUIRED LANDSCAPE ISLANDS 11.NO BIKE RACKS, FIRE HYDRANTS, UTILITY BOXES, TRANSFORMERS OR OTHER SITE APPURTENANCES MAY BE LOCATED IN REQUIRED LANDSCAPE ISLANDS 12.A PERMANENT WATER SOURCE MUST BE WITHIN 100' OF ALL REQUIRED TREES. 13.WHEN A LANDMARK TREE(S) IS REMOVED FROM A SITE DURING CONSTRUCTION, OR DIES WITHIN FIVE (5) YEARS FOLLOWING CONSTRUCTION, THE DEVELOPER SHALL REPLACE SUCH TREE ON THE SUBJECT PROPERTY WITH AN AMOUNT OF TREES AND/OR LANDSCAPING OF EQUAL VALUE. VALUATION OF THE TREE REMOVED OR LOST SHALL BE DETERMINED BY THE DIRECTOR OF PLANNING AND DEVELOPMENT DEPARTMENT IN CONSULTATION WITH A PERSON QUALIFIED BY TRAINING OR EXPERIENCE TO HAVE EXPERT KNOWLEDGE OF THE SUBJECT. VALUATION OF TREES AND VEGETATION SHALL BE ESTABLISHED IN ACCORDANCE WITH STANDARDS ESTABLISHED BY THE COUNCIL OF TREE AND LANDSCAPE APPRAISERS (CTLA). 14.ALL CREPE MYRTLES OR OTHER MULTI-STEMMED TREES SHALL HAVE A MINIMUM OF 3 AND A MAXIMUM OF 5 SEPARATE CANES A MINIMUM OF 1" CALIPER EACH COMING FROM THE ROOT BALL AND MUST BE PRUNED INTO TREE FORM WITH NO BRANCHES ON THE LOWER HALF OF THE TREE. MULTIPLE PLANTS SHALL NOT BE USED AS A MULTISTEMMED PLANT. LIMITS OF DISTURBANCE 0.9 AC T.B.M. T.B.M. TELF A I R S T R E E T FI F T H S T R E E T 13 3 13 2 132 132 133 132 13 2 13 2 13 2 13 2 13 2 XX X X X Sd2-P XX X X X Sd2-F Sd2-P UTILIZE ON ALL DISTURBED AREAS Ds1 Ds2 Ds3 Du Co CONSTRUCTION EXIT N033.470064 W081.960778 X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Sd1-NS Sd1-NS Sd1-NS Sd1-NS Sd1-NS Sd1-NS Sd1-NS Sd1-NS Sd1-NS Sd1-NS 133 13 4 133 1 3 3 Ud SOILS DELINEATION LINERp 134 1 3 4 13 4 13 5 Cw 1 3 3 1 3 3 X ST PROPOSED BIORETENTION AREA COORDINATE PLANTINGS OF NATIVE TREES, SHRUBS & GRASSES WITH OWNER. ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●● ● ●● ● ● ● ● ● ●● ● ● ● ● ● ●● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●● ● ● ● ● ● ● ● DRAINAGE AREA 1.12 AC SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E GRAPHIC SCALE: 1" = 0' 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m ER O S I O N , S E D I M E N T , A N D P O L L U T I O N C O N T R O L P L A N 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT 1" = 20' 6/29/2018 7 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - 20'20' 20' 10' Know what's below. www.Georgia811.com R Call before you dig. THE ESCAPE OF SEDIMENT FROM THE SITE SHALL BE PREVENTED BY THE INSTALLATION OF EROSION CONTROL MEASURES AND PRACTICES PRIOR TO LAND DISTURBING ACTIVITIES. THE INSTALLATION OF EROSION CONTROL AND SEDIMENT CONTROL MEASURES AND PRACTICES SHALL RUN PRIOR TO OR CONCURRENT WITH LAND-DISTURBING ACTIVITIES EROSION CONTROL MEASURES WILL BE MAINTAINED AT ALL TIMES. IF FULL IMPLEMENTATION OF THE APPROVED PLAN DOES NOT PROVIDE FOR EFFECTIVE EROSION CONTROL, ADDITIONAL EROSION AND SEDIMENT CONTROL MEASURES SHALL BE IMPLEMENTED TO CONTROL OR TREAT THE SEDIMENT SOURCE. ANY DISTURBED AREA LEFT EXPOSED FOR A PERIOD GREATER THAN 14 DAYS SHALL BE STABILIZED WITH MULCH OR TEMPORARY SEEDING. ANY AMENDMENTS/REVISIONS TO THE ES&PC PLAN WHICH HAVE A SIGNIFICANT EFFECT ON BMP'S WITH A HYDRAULIC COMPONENT MUST BE CERTIFIED BY THE DESIGN PROFESSIONAL. NON-EXEMPT ACTIVITIES SHALL NOT BE CONDUCTED WITHIN THE 25 OR 50-FOOT UNDISTURBED STREAM BUFFERS AS MEASURED FROM THE POINT OF WRESTED VEGETATION OR WITHIN 25-FEET OF THE COASTAL MARSHLAND BUFFER AS MEASURED FROM THE JURISDICTIONAL DETERMINATION LINE WITHOUT FIRST ACQUIRING THE NECESSARY VARIANCES AND PERMITS. WASTE MATERIALS SHALL NOT BE DISCHARGED TO WATERS OF THE STATE, EXCEPT AS AUTHORIZED BY A SECTION 404 PERMIT. THE DESIGN PROFESSIONAL WHO PREPARED THE ES&PC PLAN IS TO INSPECT THE INSTALLATION OF THE INITIAL SEDIMENT STORAGE REQUIREMENTS AND PERIMETER CONTROL BMPS WITHIN 7 DAYS AFTER INSTALLATION. PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 TENTATIVE ACTIVITY SCHEDULE DESCRIPTION MONTH 1 MONTH 2 MONTH 3 MONTH 4 MONTH 5 MONTH 6 INSTALL AND MAINTAIN CONSTRUCTION OUTLET INSTALL AND MAINTAIN SEDIMENT BARRIERS CLEARING AND GRUBBING INTERMEDIATE BMP INSTALLATION ROUGH GRADING AND UTILITY INSTALLATION FINAL GRADING, CONSTRUCTION, AND LANDSCAPING REMOVAL OF SEDIMENT BARRIERS EROSION CONTROL MEASURES: INITIAL PHASE: 1.INSTALL CONSTRUCTION EXIT (Co), PERIMETER SILT FENCE (Sd1 - TYPE "A" 36"), AND INLET PROTECTION (Sd2-F). 2.UTILIZE TEMPORARY MULCHING (Ds1) & DUST CONTROL (Du) MEASURES AS NEEDED. 3.ENSURE THAT SEDIMENT LADEN RUNOFF DOES NOT UNDERMINE SEDIMENT BARRIERS. THE CONTRACTOR IS REQUIRED TO CHECK SEDIMENT BARRIERS DURING STORM EVENTS AND MAKE REPAIRS AS NEEDED. 4.INSTALLATION & MAINTENANCE OF ALL EROSION CONTROL BMPS SHALL BE IN ACCORDANCE WITH THE GEORGIA MANUAL FOR EROSION AND SEDIMENT CONTROL, CURRENT EDITION. INTERMEDIATE PHASE: 1.INSTALL INLET PROTECTION (Sd2-F) AND TEMPORARY FLEXSTORM INLET FILTERS ON STORM INLETS. CONTRACTOR TO UTILIZE Sd2-F OR EQUAL ON ALL STORM INLETS UNTIL PAVING AND CURBING IS COMPLETE. ONCE COMPLETE, Sd2-Fs ARE TO BE REPLACED WITH Sd2-Ps UNTIL FINAL STABILIZATION OF THE SITE HAS BEEN ACHIEVED. 2.MAINTAIN ALL TEMPORARY EROSION CONTROL BMPS UNTIL FINAL STABILIZATION OF THE SITE HAS BEEN ACHIEVED. 3.UTILIZE TEMPORARY MULCHING (DS1), TEMPORARY SEEDING (DS2), & DUST CONTROL (DU) MEASURES AS NEEDED. 4.ENSURE THAT SEDIMENT LADEN RUNOFF DOES NOT UNDERMINE SEDIMENT BARRIERS. THE CONTRACTOR IS REQUIRED TO CHECK EROSION CONTROL BMPS DURING STORM EVENTS AND MAKE REPAIRS AS NEEDED. FINAL PHASE: 1.ESTABLISH PERMANENT VEGETATIVE COVER ON ALL UNPAVED DISTURBED AREAS BY PERMANENT SEEDING (DS3). 2.ONCE PERMANENT VEGETATION HAS BEEN ESTABLISHED, CONTRACTOR TO REMOVE ALL TEMPORARY EROSION CONTROL BMPS INCLUDING ALL TEMPORARY FLEXSTORM INLET FILTERS. SOIL LEGEND SYMBOL NAME SLOPE DRAINAGE CLASS HYDROLOGIC SOIL GROUP Ud URBAN LAND 0 - 2 PERCENT POORLY DRAINED N/A Rp RIVERVIEW-URBAN LAND COMPLEX 0-2 MODERATE PERMEABILITY B *NO DELINEATION, ENTIRE SITE IS SAME SOIL GROUP *SOURCE-NRCS WEB SOIL SURVEY Ds1 ESTABLISHING TEMPORARY PROTECTION FOR DISTURBED AREAS WHERE SEEDLINGS MAY NOT HAVE A SUITABLE GROWING SEASON TO PRODUCE AN EROSION RETARDING COVER. DISTURBED AREA STABILIZATION (WITH MULCHING ONLY) Ds1 Ds2 ESTABLISHING A TEMPORARY VEGETATIVE COVER WITH FAST GROWING SEEDINGS ON DISTURBED AREAS. DISTURBED AREA STABILIZATION (WITH TEMP SEEDING) Ds2 Ds3 ESTABLISHING A PERMANENT VEGETATIVE COVER SUCH AS TREES, SHRUBS, VINES, GRASSES, OR LEGUMES ON DISTURBED AREAS. DISTURBED AREA STABILIZATION (WITH PERM SEEDING) Ds3 Du CONTROLLING SURFACE AND AIR MOVEMENT OF DUST ON CONSTRUCTION SITE, ROADWAYS AND SIMILAR SITES. DUST CONTROL ON DISTURBED AREAS Du A CRUSHED STONE PAD LOCATED AT THE CONSTRUCTION SITE EXIT TO PROVIDE A PLACE FOR REMOVING MUD FROM TIRES THEREBY PROTECTING PUBLIC STREETS. CONSTRUCTION EXIT (LABEL) Co Co A BARRIER TO PREVENT SEDIMENT FROM LEAVING THE CONSTRUCTION SITE. IT MAY BE SANDBAGS, BALES OF STRAW OR HAY, BRUSH, LOGS AND POLES, GRAVEL, OR A SILT FENCE. X X X X X X X X X X SEDIMENT BARRIER (INDICATE TYPE) Sd1 AN IMPOUNDING AREA CREATED BY EXCAVATING AROUND A STORM DRAIN DROP INLET. THE EXCAVATED AREA WILL BE FILLED AND STABILIZED ON COMPLETION OF CONSTRUCTION ACTIVITIES. INLET SEDIMENT TRAPSd2 GEORGIA UNIFORM CODING SYSTEM ESPC VEGETATIVE PRACTICES CODE PRACTICE DETAIL DESCRIPTIONMAP SYMBOL GEORGIA UNIFORM CODING SYSTEM ESPC STRUCTURAL PRACTICES CODE PRACTICE DETAIL DESCRIPTIONMAP SYMBOL CERTIFICATION NUMBER: 0000008775 LEVEL II CERTIFIED DESIGN PROFESSIONAL Robert L Titus II GEORGIA SOIL AND WATER CONSERVATION COMMISSIONGSWCC ISSUED: 12/1/2015 EXPIRES: 12/1/2018 SEDIMENT STORAGE NOTE: THE DRAINAGE AREA PASSING THROUGH THE DISTURBED AREA AND REQUIRED SEDIMENT STORAGE IS SHOWN IN THE TABLE. IN MY PROFESSIONAL OPINION CONSTRUCTING A SEDIMENT BASIN IS NOT PRACTICAL CONSIDERING THE SCOPE OF CONSTRUCTION. SEDIMENT STORAGE IS AVAILABLE ALONG THE SILT FENCE. TOTAL AREA (AC) DIST. AREA (AC) DRAINAGE AREA (ON-SITE) (AC) DRAINAGE AREA (OFF-SITE) (AC) RUNOFF "C" (PRE) RUNOFF "C" (POST) SILT FENCE LENGTH (FT) SEDIMENT STORAGE WIDTH (FT) SEDIMENT STORAGE HEIGHT (FT) SEDIMENT STORAGE PROVIDED Sd-1 (CY) SEDIMENT STORAGE TOTALS (CY) PROVD 0.82 0.91 0.91 0.21 0.77 0.79 600.0 10 0.20 22.2 60.8 22.2 SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m ER O S I O N , S E D I M E N T , A N D P O L L U T I O N C O N T R O L N O T E S 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT NO SCALE 6/29/2018 8 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 Co CRUSHED STONE CONSTRUCTION EXIT EXIT DIAGRAM NOTES: 1.AVOID LOCATING ON STEEP SLOPES OR AT CURVES ON PUBLIC ROADS. 2.REMOVE ALL VEGETATION AND OTHER UNSUITABLE MATERIAL FROM THE FOUNDATION AREA, GRADE, AND CROWN FOR POSITIVE DRAINAGE. 3.AGGREGATE SIZE SHALL BE IN ACCORDANCE WITH NATIONAL STONE ASSOCIATION R-2 (1.5"-3.5" STONE). 4.GRAVEL PAD SHALL HAVE A MINIMUM THICKNESS OF 6". 5.PAD WIDTH SHALL BE EQUAL FULL WIDTH AT ALL POINTS OF VEHICULAR EGRESS, BUT NO LESS THAN 20'. 6.A DIVERSION RIDGE SHOULD BE CONSTRUCTED WHEN GRADE TOWARD PAVED AREA IS GREATER THAN 2%. 7.INSTALL PIPE UNDER THE ENTRANCE IF NEEDED TO MAINTAIN DRAINAGE DITCHES. 8.WHEN WASHING IS REQUIRED, IT SHOULD BE DONE ON AN AREA STABILIZED WITH CRUSHED STONE THAT DRAINS INTO AN APPROVED SEDIMENT TRAP OR SEDIMENT BASIN (DIVERT ALL SURFACE RUNOFF AND DRAINAGE FROM THE ENTRANCE TO A SEDIMENT CONTROL DEVICE). 9.WASHRACKS AND/OR TIRE WASHERS MAY BE REQUIRED DEPENDING ON SCALE AND CIRCUMSTANCE. IF NECESSARY, WASHRACK DESIGN MAY CONSIST OF ANY MATERIAL SUITABLE FOR TRUCK TRAFFIC THAT REMOVE MUD AND DIRT. 10.MAINTAIN AREA IN A WAY THAT PREVENTS TRACKING AND/OR FLOW OF MUD ONTO PUBLIC RIGHTS-OF-WAYS. THIS MAY REQUIRE TOP DRESSING, REPAIR AND/OR CLEANOUT OF ANY MEASURES USED TO TRAP SEDIMENT. 6" MIN. 6" MIN. 50' M I N . 20' M I N . FLOW FLOW ENTRANCE ELEVATION CULVERT UNDER ENTRANCE (IF NEEDED) DIVERSION RIDGE (SEE NOTE 6) N.S.A.R-2 (1.5" - 3.5") COARSE AGGREGATE GEOTEXTILE UNDERLINER TIRE WASHRACK AREA/TIRE WASHERS SUPPLY WATER TO WASH WHEELS IF NECESSARY HARD SURFACE PUBLIC ROAD SEDIMENT TRAP (SEE NOTE 8) Sd2-F INLET SEDIMENT TRAP-FILTER FABRIC 3. 0 ' MI N 1. 5 ' MA X 2 X 4 STEEL FRAME 1. 0 ' MI N WIRE-BACKING DROP INLET W/GRATE FRAME GATHER EXCESS AT CORNERS BURIED FABRIC FABRIC STAKE BURIED FABRIC Sd1-NS SILT FENCE - TYPE NON SENSITIVE SIDE VIEW FLOW 18 " M I N . 30 " M I N . * 6" 2" 4' MAX. O.C. FABRIC TRENCH 6" 18 " M I N . 30 " M I N . * FRONT VIEW NOTES: 1.USE STEEL OR WOOD POSTS OR AS SPECIFIED BY THE EROSION, SEDIMENTATION, AND POLLUTION CONTROL PLAN. 2.HEIGHT (*) IS TO BE SHOWN ON THE EROSION, SEDIMENTATION, AND POLLUTION CONTROL PLAN. DUST CONTROL ON DISTURBED AREAS ADHESIVE ANIOIC ASPHALT EMULSION LATEX EMULSION WATER DILUTION TYPE OF NOZZLE APPLICATION RATE (GAL/AC) RESIN-IN- WATER EMULSION 7.1* 12 1/2:1* 4:1* SPRAY FINE SPRAY FINE SPRAY 1200 235 300 TEMPORARY METHODS - MULCHES - TEMPORARY VEGETATIVE COVER - SPRAY ON ADHESIVES - TILLAGE - IRRIGATION - BARRIERS - CALCIUM CHLORIDE PERMANENT METHODS -PERMANENT VEGETATION -TOPSOILING -STONE COVER *USE MANUFACTURER'S RECOMMENDATIONS WHEN AVAILABLE CHEMICAL CONTROL Du CL EARTHEN BERM SECTIONSECTION A-A 1:1 1:1 1:1 3: 1 3' MIN. 8"MIN. ORIGINAL GROUND ORIGINAL GROUND PLASTIC LINER PLACED UNDER BERM (ENTRY SIDE ONLY) TOP OF CUTEARTHEN BERM GRAVEL-FILLED BAG PLASTIC LINER 3'-2" 3'-2" 1'-8" 5' 14'-9" Min.STRAW BALES WOOD OR METAL STAKES WEDGE LOOSE STRAW BETWEEN BALES GRAVEL-FILLED BAGS IN CORNERS 10 ' M i n . 3'-2" TYP 14'-9" Min. ENTRY SIDE PLASTIC LINER TOP OF CUT EDGE OF PLASTIC LINER GRAVEL-FILLED BAGS PLASTIC LINER 14 ' - 9 " M I N 3' - 2 " TY P4" MIN A EARTHEN BERM BELOW GRADE PLAN NOTES: 1.STRAW BALES ARE TO BE STACKED 2 HIGH WITH TWO METAL OR WOOD STAKES PER BALE. STAKES ARE TO BE DRIVEN INTO THE GROUND A MINIMUM OF 1 FOOT. 2.PLASTIC LINER TO BE PLACED SO THAT AN EXCESS OF 6 INCHES WILL BE OVER THE OUTSIDE EDGE OF THE BALES. 3.A MINIMUM OF TWO 8"x2"x8" 16 GUAGE STEEL ANCHOR PINS (OR LARGER) ARE TO BE USED PER BALE TO ANCHOR THE PLASTIC LINER IN PLACE. NOTES: 1.WASHOUT OF THE DRUM AT THE CONSTRUCTION SITE IS PROHIBITED. 2.A SUITABLE WASHOUT FACILITY MUST BE PROVIDED FOR THE CLEANING OF CHUTES, MIXERS, AND HOPPERS OF THE DELIVERY VEHICLES UNLESS SUCH A FACILITY WILL BE USED AT THE SOURCE OF THE CONCRETE.UNDER NO CIRCUMSTANCES MAY WASH WATER FROM THESE VEHICLES BE ALLOWED TO ENTER ANY SURFACE WATERS. 3.A 4'X2' WHITE SIGN WITH 6" BLACK LETTERS STATING "CONCRETE WASHOUT" IS TO BE PROVIDED SO DRIVERS ARE AWARE OF THE PRESENCE OF WASHOUT FACILITIES. 4.WASHOUT FACILITIES SHOULD NOT BE PLACED WITHIN 50 FEET OF STORM DRAINS, OPEN DITCHES OR SURFACE WATERS. THEY SHOULD BE IN A CONVENIENT LOCATION FOR THE TRUCKS, PREFERABLY NEAR THE PLACE WHERE THE CONCRETE IS BEING POURED, BUT FAR ENOUGH FROM OTHER VEHICULAR TRAFFIC TO MINIMIZE THE POTENTIAL FOR ACCIDENTAL DAMAGE OR SPILLS. 5.THE CONTRACTOR SHALL INSPECT THE WASH DOWN AREA INTERMITTENTLY TO ENSURE PROPER CONTAINMENT IS ACCOMPLISHED. 6.IN THE EVENT OF A SPILL OR LEAK THE CONTRACTOR SHALL IMMEDIATELY REPORT & REMEDIATE SAME IN ACCORDANCE WITH ALL FEDERAL, STATE AND LOCAL LAWS. ON GRADE PLAN A TEMPORARY CONCRETE WASHOUT FACILITYCw NOTES: TO REDUCE DUST, RUNOFF, EROSION AND SEDIMENTATION. TO CONSERVE MOISTURE AND PREVENT SURFACE COMPACTION AND CRUSTING AND CONTROL UNDESIRABLE VEGETATION. THE CONTRACTOR IS TO APPLY STRAW OR HAY UNIFORMLY AS SHOWN BY THE TABLE BELOW BY HAND OR MECHANICAL EQUIPMENT AND ANCHOR BY PRESSING INTO THE SOIL OR USING NETTING. THIS IS A TEMPORARY MEASURE OF COVER APPLIED TO THE SOIL SURFACE FOR A PERIOD OF SIX (6) MONTHS OR LESS WHEN SEEDING IS NOT PRACTICAL. MULCH ON SLOPES GREATER THAN 3% SHOULD BE ANCHORED WITH EMULSIFIED ASPHALT (GRADE AE-5 OR SS-1) OR OTHER SUITABLE TACKIFIER. WOOD WASTE ON SLOPES GREATER THAN 3:1 DO NOT NEED ANCHORING. MULCH SHOULD BE APPLIED TO ALL DISTURBED AREAS LEFT INACTIVE FOR FOURTEEN DAYS. SEE MANUFACTURER'S RECOMMENDATIONS GEOTEXILES, JUTE MATTING, NETTING, ETC. SECURE WITH SOIL, ANCHORS, WEIGHTSPOLYETHLENE FILM 2" TO 3"-WOOD WASTE, CHIPS, SAWDUST, BARK DEPTHRATEMATERIAL MULCHING APPLICATION REQUIREMENTS STRAW OR HAY 2" TO 4" MAINTENANCE NOTE: ADD MULCH AS NEEDED TO MAINTAIN THE SUGGESTED DEPTH IF ORGANIC MULCH IS TO BE LEFT AND INCORPORATED INTO THE SOIL, APPLY 20-30 POUNDS OF NITROGEN IN ADDITION TO THE FERTILIZER REQUIRED FOR VEGETATION. - - - - DISTURBED AREA STABILIZATION (WITH MULCHING)Ds1 TEMPORARY COVER SEED TYPE SEED RATE (LBS/AC)PLANTING DATES BROWNTOP MILLET 40 APR.-MID JULY RYEGRASS 40 JAN.-MID APR., AUG-DEC. WEEPING LOVEGRASS 4 MID MAR.-MID JUNE SUDANGRASS 60 APR.-AUG. PEARL MILLET 50 MID APR.-AUG. RYE (SECAL CERALE)168 MID AUG.-DEC. BARLEY 144 MID AUG.-MID DEC. WHEAT 180 SEPT.-DEC. NOTES: 1.SPECIES LISTED IN ORDER OF PREFERENCE. CONTRACTOR MAY SELECT FROM SPECIES LISTED DEPENDING ON PLANTING DATE. 2.SEEDING RATES SHALL BE REDUCED BY 50% WHEN DRILLED. 3.FERTILIZATION RATES: 6-12-12 (N-P-K) 1500 LBS/AC FOR FIRST YEAR COOL AND WARM SEASON GRASSES AND LEGUMES. SEE TABLE 6-5.1 LOCATED IN THE MANUAL FOR EROSION AND SEDIMENT CONTROL IN GEORGIA FOR SECOND YEAR AND MAINTENANCE FERTILIZATION RATES. 4.LIME APPLICATION: AGRICULTURAL LIME IS REQUIRED AT THE RATE OF ONE TO TWO TONS PER ACRE UNLESS SOILS TESTS INDICATE OTHERWISE. AGRICULTURAL LIME SHALL BE WITHIN THE SPECIFICATIONS OF THE GEORGIA DEPARTMENT OF AGRICULTURE. 5.REFER TO "MANUAL FOR EROSION AND SEDIMENT CONTROL IN GEORGIA", CURRENT EDITION, FOR ADDITIONAL INFORMATION. DISTURBED AREA STABILIZATION (TEMPORARY SEEDING)Ds2 PERMANENT COVER SEED TYPE SEED RATE (LBS/AC)PLANTING DATES COMMON BERMUDA (HULLED)10 APR.-MID JULY COMMON BERMUDA (UNHULLED)10 JAN.-MID APR., AUG-DEC. CENTIPEDE BLOCK SOD ONLY MID MAR.-MID JUNE BAHIA, PENSACOLA 60 APR.-AUG. WEEPING LOVEGRASS 4 MID APR.-AUG. PANICGRASS, ATLANTIC COASTAL 20 MID AUG.-DEC. LESPEDEZA, SERICEA (SCARIFIED)60 MID AUG.-MID DEC. LESPEDEZA, SERICEA (UNSCARIFIED)75 SEPT.-DEC. NOTES: 1.SPECIES LISTED IN ORDER OF PREFERENCE. CONTRACTOR MAY SELECT FROM SPECIES LISTED DEPENDING ON PLANTING DATE. 2.SEEDING RATES SHALL BE REDUCED BY 50% WHEN DRILLED. 3.FERTILIZATION RATES: 6-12-12 (N-P-K) 1500 LBS/AC FOR FIRST YEAR COOL AND WARM SEASON GRASSES AND LEGUMES. SEE TABLE 6-5.1 LOCATED IN THE MANUAL FOR EROSION AND SEDIMENT CONTROL IN GEORGIA FOR SECOND YEAR AND MAINTENANCE FERTILIZATION RATES. 4.LIME APPLICATION: AGRICULTURAL LIME IS REQUIRED AT THE RATE OF ONE TO TWO TONS PER ACRE UNLESS SOILS TESTS INDICATE OTHERWISE. AGRICULTURAL LIME SHALL BE WITHIN THE SPECIFICATIONS OF THE GEORGIA DEPARTMENT OF AGRICULTURE. 5.MULCHING: STRAW OR HAY MULCH SHALL BE APPLIED AT THE RATE OF 2 TONS/ACRE ON GRASSED AREAS. MULCH ON SLOPES SHALL BE TACKED IN PLACE WITH MULCH NETTING OF PLASTIC OR TWINE. WATER IMMEDIATELY AFTER MULCHING. 6.REFER TO "MANUAL FOR EROSION AND SEDIMENT CONTROL IN GEORGIA" , CURRENT EDITION, FOR ADDITIONAL INFORMATION. DISTURBED AREA STABILIZATION (PERMANENT SEEDING)Ds3 Sd2-P ROCK-BAG SEDIMENT TRAP NOTE: SHAPE MAY VARY TO FIT DRAINAGE AREA AND TERRAIN. OBSERVE TO CHECK TRAP EFFICIENCY AND MODIFY AS NECESSARY TO INSURE SATISFACTORY TRAPPING OF SEDIMENT. DOUBLE STACK ROCK BAGS ADJACENT TO CURB AT GUTTER VALLEY. ALL BAG MATERIAL TO BE DOT APPROVED FABRIC. STONE SIZE #4 PARKING LOT GRATE CORNER CURB & GUTTER GRATE/INLET CURB & GUTTER GRATE/INLET ON MODERATE OR STEEP SLOPE CURB & GUTTER GRATE/INLET ON MINIMAL SLOPE OR VALLEY DOUBLE STACK BAGS SEDIMENT STORAGE AREA DOUBLE STACK BAGS SEDIMENT STORAGE AREA SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m CO N S T R U C T I O N D E T A I L S 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT NO SCALE 6/29/2018 9 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 3/8"/FT 48" 6" 6" 5" 1" BATTERR1" (TYP) CONCRETE FLUME DETAILS NO SCALE R1" R2" (TYP) R2" (TYP) 6" 6" 5" 1" BATTER 30" 18" 36" 36" FLUME 18" FLUME NOTES: 1.EXPANSION JOINTS LOCATED AT ALL RADIUS POINTS, TRAPS, COLD JOINTS, OR INTERVALS NOT TO EXCEED 50'. 2.CONTRACTION JOINTS AT 10' INTERVALS. 3.BASE AND SUBBASE MATERAIL SHALL BE COMPACTED TO 95% MAXIMUM DRY DENSITY AT MOD. PROCTOR AND INSPECTED BY GOVERNING AGENCY PRIOR SETTING FORMS AND PLACING CONCRETE. 4.CONCRETE SHALL BE 3000 PSI. RAISED HEADER CURB (TYPE 2) NO SCALE PAVEMENT 8" MIN 6" R1" 6" 4"1" ASPHALT PAVEMENT SECTION NO SCALE COMPACTED SUBGRADE NOTES: ·TOP 12" OF SUBGRADE TO BE MIXED IN PLACE AND COMPACTED TO 98% MAXIMUM DRY DENSITY. ·BASE MATERIAL TO MEET GDOT SPEC. SECTION 815.01 FOR GRADED AGGREGATE BASE, LATEST ADDITION. TO BE COMPACTED TO 98% MAXIMUM DRY DENSITY. ·THE CONTRACTOR SHALL PROVIDE COMPACTION TEST AND SOIL ANALYSIS TEST RESULTS FROM AN APPROVED TESTING LABORATORY. 6"-COMPACTED GAB 2"-12.5mm SUPERPAVE (220 LB/SY) 3'-11" R5" 3" TYP 10" 8" 1'-2"7" 3" 3" 3'-4" R1'-3" HDCP. PARKING SPACE EMBLEM NO SCALE WHITE LINE FOR REFERENCE ONLY 2' O C 8' MIN 8' MIN 8' MIN 9' HANDICAP PARKING SPACE NO SCALE HDCP EMBLEM (SEE DETAIL) HDCP SIGN TYP. NOTES: ·CONTACT LOCAL FIRE MARSHALL PRIOR TO STRIPING TO VERIFY COLORS. ·SEE PLANS FOR VAN ACCESSIBLE SIGN LOCATION(S). 4" WHITE PARKING STRIPE (TYP) NOTES: 12"(MIN.) TOW AWAY ZONE 18 " ( M I N . ) VU L C A N R 7 - 8 G A OR E Q U A L PERMIT PARKING ONLY 84 " M I N . T O F I N . G R A D E VAN ACCESSIBLE6" OR EQUAL VULCAN R7-8P5 1.PARKING SPACES ARE DESIGNATED BY A BLUE METAL REFLECTIVE SIGN AT LEAST 12" WIDE AND 18" LONG. 2.ERECT THE SIGN SO THAT IT WILL NOT BE OBSCURED BY A VEHICLE PARKED IN THE SPACE. 3.THE SIGN MUST DISPLAY THE FOLLOWING WARNINGS: "PERMIT PARKING ONLY", "TOW-AWAY ZONE". 4.LETTERS MUST BE A MIN. OF 1" HIGH ON TWO SEPARATE LINES AND CENTERED ON THE SIGN. 5.THE INTERNATIONAL SYMBOL FOR ACCESSIBILITY MUST BE DISPLAYED BETWEEN THE FIRST AND SECOND LINES. 6.EACH HANDICAPPED PARKING SPACE MUST HAVE A SEPARATE SIGN. 7.A "VAN ACCESSIBLE" SIGN SHALL BE PROVIDED AS REQUIRED BY A.D.A. HANDICAPPED PARKING SIGN NO SCALE SL O P E 2% M A X . CONCRETE SIDEWALK NO SCALE FORMED OR SAWED CONTRACTION JOINT (SHOULD MATCH C&G)1/2" PREMOLDED EXPANSION JOINT CONTINUOUS LANDING STEPS, AS NECESSARY, 7" MAX. RISE EACH STEP SUBGRADE COMPACTION, STEPS 98% STANDARD (ASTM D-698) SUBGRADE COMPACTION, SIDEWALKS 97% STANDARD (ASTM D-698) EXPANSION JOINT (SHOULD MATCH C&G) C&G P.E.J. SEE PLANS 11" MIN 5' MIN MATCH EXISTING WALKWAY WIDTH 5' MIN (TYP) NOTES: 1.ALL SIDEWALKS SHALL BE 4" THICK WITH 3000 PSI CLASS B FIBER REINFORCED CONCRETE. 2.CONTRACTION JOINTS SHALL BE PLACED AT 6'-0" INTERVALS FOR 6 FOOT SIDEWALKS, 4'-0" INTERVALS FOR 8' SIDEWALKS W/ A LONGITUDINAL JOINT IN THE ℄ OF THE 8 FOOT SIDEWALKS, 5'-0" INTERVALS FOR 10' SIDEWALKS WITH A LONGITUDINAL JOINT IN THE CENTERLINE OF THE 10 FOOT SIDEWALKS. 3.CONTRACTION JOINTS SHALL BE 1" DEEP AND EDGED WITH 1/8" RADIUS. 4.CONSTRUCT 1/4" EXP. JOINT MAXIMUM 50 FT. SPACING BETWEEN JOINTS. 5.INSTALL 1/2" EXP. MATERIAL WHERE CONC. SIDEWALKS ABUT CONCRETE STRUCTURES. 6.A LAYER OF 15# FELT IS REQUIRED BETWEEN WALK AND ADJACENT PARALLELING CONCRETE CURB. 7.POLYPROPYLENE FIBER REINFORCEMENT TO BE ADDED TO ALL CONCRETE SIDEWALKS AND PADS. (SEE SPECS.) 8.ALL SIDEWALKS TO MEET LOCAL & ADA REQUIREMENTS. 9" 2" 3" 3" 3'-0" 2-#4 DOWELS PER STOP 2-#3 CONT. 2"3" CONCRETE WHEELSTOP NO SCALE NE A R E S T O B S T R U C T I O N - ( S I G N , SI D E W A L K , L I G H T P O L E . E T C . ) 5"x8"x7' PRECAST CONCRETE WHEEL STOP #4's @ 12" O.C.,E.W. EXPANSION JOINT 7" 6" (M I N . ) BASE COMPACTED AGGREGATE CONCRETE 6" 7" EXP. JT. FILLER 1/8" RADIUSFILL W/ JT. SEALER 2" "D " 3'-0" 1/2" D/ 5 D/10 D D AGGREGATE COMPACTED GRADE CONCRETE CONCRETE PAVING NOTES: 1.PROVIDE 1/2" EXP. JOINT FILLER AT ALL BLDG. FOUNDATIONS, DRAINAGE STRUCTURES AND AREA TRANSITIONS. 2.THICKEN SLAB EDGE 2" IN 36" AT EDGE OF PAVING. 3.MAXIMUM JOINT SPACING (FEET) SHALL BE 2-1/2 x PAVEMENT THICKNESS (INCHES). CONTRACTOR SHALL ADJUST JOINT LOCATIONS TO LINE UP WITH CORNERS OF STRUCTURES. 4.UNREINFORCED CONCRETE SHALL HAVE POLYPROPYLENE FIBER REINFORCING. 5.UNLESS SHOWN ON THE PROJECT DRAWING A JOINTING PLAN SHALL BE PREPARED BY THE CONTRACTOR IN ACCORDANCE WITH CONSTRUCTION PRACTICES SET FORTH BY THE PORTLAND CEMENT ASSOCIATION AND APPROVED BY THE ENGINEER BEFORE PAVING BEGINS. 6.CONSTRUCTION PRACTICES SHALL ADDRESS CONTROL JOINTS OR CONTRACTION JOINTS AND ISOLATION (EXPANSION) JOINTS CONSTRUCTION AND LAYOUT. CONCRETE PAVEMENT DETAILS NOT TO SCALE NOTE: CURBS SHALL BE PLACED MONOLITHICALLY WITH SLAB. CONCRETE PAVING IN DUMPSTER PAD AREA CONCRETE PAVING CONCRETE JOINT DETAILS SAWED CONTROL JOINT CONSTRUCTION JOINT COMPACTED SUBGRADE COMPACTED SUBGRADENOTE: CURBS SHALL BE PLACED MONOLITHICALLY WITH SLAB. FLUSH WITH SURFACE FILL WITH JOINT SEALER D/4 DEEP x1/8" TO 1/4" SAWED JOINT. 1/8" RADIUS FILL WITH JOINT SEALER KEYWAY FORMED BY FASTENING METAL KEY TO FORM. SHEET OF Pr e p a r e d f o r : SURVEY DATE: SE R V I C E S , I N C . EN V I R O N M E N T A L E M C E N G I N E E R I N G CI V I L MA R I N E SCALE: DATE: PROJECT NO.: SURVEYED BY: CHECKED BY: DESIGNED BY: DRAWN BY: CO L U M B U S , S A V A N N A H , S T A T E S B O R O , A N D V A L D O S T A OF F I C E L O C A T I O N S : A L B A N Y , A T L A N T A , A U G U S T A , B R U N S W I C K , RE V I S I O N D E S C R I P T I O N NO . BY DA T E 44 2 4 C o l u m b i a R o a d , S u i t e B Ma r t i n e z , G A 3 0 9 0 7 Ph : ( 7 0 6 ) 8 6 3 - 8 0 1 0 Fa x : ( 7 0 6 ) 8 6 3 - 8 0 1 1 au g u s t a @ e m c - e n g . c o m ww w . e m c - e n g . c o m DE T A I L S 53 5 T E L F A I R S T AU G U S T A , R I C H M O N D C O U N T Y , G E O R G I A A- R C B U I L D I N G 5 0 0 0 P A R K I N G I M P R O V E M E N T S A- R C C E N T R A L S E R V I C E S D E P A R T M E N T 18-8039 NBM CWB EMC 3/28/2018 RLT NO SCALE 6/29/2018 10 10 - - - - - - - - - - - - - - - - - - - - - - - - - - - - PROFESSIONAL ENGINE E R RE G ISTERE D *G E O R G I A * R O BERT L. T I T U S II No. PE26352 6/29/2018 3"-4" FINE SHREDDED HARDWOOD MULCH NATIVE PLANTS SCARIFY BOTTOM 9"- 12" PONDING DEPTH PROTECT FROM SOIL COMPACTION DURING CONSTRUCTION 3" #8 WASHED CHOKER STONE 3:1 MAX SLOPE *SEE PLAN 18" PLANTING MEDIA FILTER FABRIC (TYP) (MIRAFI 140NL) 6" PERFORATED PVC PIPE OVERFLOW STRUCTURE SEE PLAN TO STORM SYSTEM 8" #57 WASHED STONE BIORETENTION WITH UNDERDRAIN NO SCALE NOTES: 1.A MULCH LAYER CONSISTING OF 3 TO 4 INCHES OF TRIPLE-SHREDDED HARDWOOD MULCH SHALL BE PROVIDED AND MAINTAINED WITHIN THE BIORETENTION AREA. 2.NATIVE SOILS MAY BE UTILIZED FOR PLANTING MEDIA IF THEY HAVE A MINIMUM 0.5 in/hr INFILTRATION ABILITY. 3.IF NATIVE SOILS ARE INSUFFICIENT, AN ENGINEERED MEDIA MEETING THE FOLLOWING SPECIFICATIONS SHALL BE USED. ·35% TO 60% CLEAN, WASHED SAND. ·20% TO 30% TOPSOIL ·10% TO 25% ORGANIC MATTER ·LESS THAN 15% CLAY CONTENT ·RECOMMENDED INFILTRATION RATE OF 2 TO 4 in/hr (MINIMUM 0.5 in/hr) 4.LANDSCAPING SHALL INCLUDE NATIVE VEGETATION WITH HIGH WATER TOLERANCE. THE AREA SHOULD RESEMBLE A TERRESTRIAL FOREST ECOSYSTEM WITH A MATURE TREE CANOPY, SUBCANOPY OF UNDERSTORY TREES, SHRUB LAYER, AND GROUND COVER. THREE SPECIES OF EACH SHOULD BE PROVIDED TO AVOID A MONOCULTURE. CONSIDER PLANTING TREES THAT SHED LEAVES ONCE A YEAR TO AVOID CLOGGING OF THE PLANTING MEDIA. 5.UNDERDRAIN SHALL HAVE 38" PERFORATIONS AT A MINIMUM 6" OC WITH A MINIMUM OF 4 HOLES PER ROW. PIPE IS TO BE SPACED AT A MAXIMUM OF 10 FT OC WITH A MINIMUM SLOPE OF 0.5% MIN TRENCH WIDTH (SEE TABLE) 4" FOR 12"-24" PIPE 6" FOR 30"-60" PIPE MIN. COVER TO RIGID PAVEMENT, H MIN. COVER TO FLEXIBLE PAVEMENT, H NOTES: 1.ALL PIPE SYSTEMS SHALL BE INSTALLED IN ACCORDANCE WITH ASTM D2321, "STANDARD PRACTICE FOR UNDERGROUND INSTALLATION OF THERMOPLASTIC PIPE FOR SEWERS AND OTHER GRAVITY FLOW APPLICATIONS", LATEST ADDITION, WITH THE EXCEPTION THAT THE INITIAL BACKFILL MAY EXTEND TO THE CROWN OF THE PIPE. SOIL CLASSIFICATIONS ARE PER THE LATEST VERSION OF ASTM D2321. CLASS IVB MATERIALS (MH, CH) AS DEFINED IN PREVIOUS VERSIONS OF ASTM D2321 ARE NOT APPROPRIATE BACKFILL MATERIALS. 2.BEDDING: SUITABLE MATERIAL SHALL BE CLASS I, II, III, OR IV. THE CONTRACTOR SHALL PROVIDE DOCUMENTATION FOR MATERIAL SPECIFICATION TO ENGINEER. COMPACTION SHALL BE SPECIFIED BY THE ENGINEER. UNLESS OTHERWISE NOTED BY THE ENGINEER, MINIMUM BEDDING THICKNESS SHALL BE 4" (100mm) FOR 12"-24" (300mm-600mm) DIAMETER PIPE; 6" (150mm) FOR 30"-60" (750mm-1500mm) DIAMETER PIPE. THE MIDDLE 1/3 BENEATH THE PIPE INVERT SHALL BE LOOSELY PLACED. PLEASE NOTE, CLASS IV MATERIAL HAS LIMITED APPLICATION AND CAN BE DIFFICULT TO PLACE AND COMPACT; USE ONLY WITH THE APPROVAL OF A SOIL EXPERT. 3.INITIAL BACKFILL: SUITABLE MATERIAL SHALL BE CLASS I, II, III, OR IV IN THE PIPE ZONE EXTENDING TO THE CROWN OF THE PIPE. THE CONTRACTOR SHALL PROVIDE DOCUMENTATION FOR MATERIAL SPECIFICATION TO ENGINEER. MATERIAL SHALL BE INSTALLED AS REQUIRED IN ASTM D2321, LATEST EDITION. COMPACTION SHALL BE SPECIFIED BY THE ENGINEER. PLEASE NOTE, CLASS IV MATERIAL HAS LIMITED APPLICATION AND CAN BE DIFFICULT TO PLACE AND COMPACT; USE ONLY WITH THE APPROVAL OF A SOIL EXPERT. 4.MINIMUM COVER: MINIMUM COVER, H, IN NON-TRAFFIC APPLICATIONS (GRASS OR LANDSCAPE AREAS) IS 12" (300mm) FROM THE TOP OF PIPE TO GROUND SURFACE. ADDITIONAL COVER MAY BE REQUIRED TO PREVENT FLOTATION. FOR TRAFFIC APPLICATIONS; CLASS I OR II MATERIAL COMPACTED TO 85% SPD AND CLASS III COMPACTED TO 90% SPD IS REQUIRED. FOR TRAFFIC APPLICATIONS, MINIMUM COVER, H, IS 12" (300mm) UP TO 48" (1200mm) DIAMETER PIPE AND 24" (600mm) OF COVER FOR 60" (1500mm) DIAMETER PIPE, MEASURED FROM TOP OF PIPE TO BOTTOM OF FLEXIBLE PAVEMENT OR TO TOP OF RIGID PAVEMENT. HPPP TRENCH INSTALLATION DETAIL HAUNCH INITIAL BACKFILL COMPACTED BACKFILL BEDDING SUITABLE FOUNDATION SPRINGLINE RECOMMENDED MINIMUM TRENCH WITDTH PIPE DIAMETER MIN. TRENCH WIDTH 12"30" 15"34" 18"39" 24"48" 30"56" 36"64" 42"72" 48"80" 60"96" MAXIMUM COVER (FT) CLASS I CLASS II CLASS III CLASS IV PIPE DIA COMPACTED 95%90%85%95%90%95% 12"39 27 20 9 21 12 11 15"42 29 21 10 22 12 11 18"36 25 18 9 19 12 11 24"31 22 16 7 16 11 10 30"33 23 17 9 17 11 10 36"32 22 16 7 16 11 10 42"32 22 15 7 16 11 10 48"31 21 15 6 15 10 9 60"34 23 16 6 16 11 10 FILL HEIGHT TABLE GENERATED USING AASHTO SECTION 12, LRFD PROCEDURE WITH THE FOLLOWING ASSUMPTIONS: NO HYROSTATIC PRESSURE UNIT WEIGHT OF SOIL = 120 PCF MINIMUM COVER BASED ON VEHICLE LOADING CONDITIONS SURFACE LIVE LOADING CONDITION PIPE DIA H-25 HEAVY CONSTRUCTION (75T AXLE LOAD) 12" - 48"12"48 60"24"60 VEHICLES IN EXCESS OF 75T MAY REQUIRE ADDITIONAL COVER. BIORETENTION OUTFALL STRUCTURE WITH UNDERDRAIN NO SCALE 18" HPPP PIPE 1% SLOPE TO EX. STORM SYSTEM TRASH RACK POND SURFACE ELEVATION: 132.50± 1.5' 1.5' 0.5' INVERT ELEVATION: 129.42 6" PERFORATED PVC PIPE 1 % SLOPE 18" NON-PERFORATED HPPP RISER PIPE SLOPE VARIES SEE PLANS SLOPE VARIES SEE PLANSPOND BOTTOM: 131.75 Invitation to Bid Sealed bids will be received at this office until Thursday, March 21, 2019 @ 3:00 p.m. for furnishing: Bid Item #19-183 Municipal Building Parking Lot Improvements - Augusta, GA Central Services Department – Facilities Maintenance Bids will be received by Augusta, GA 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 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. A Mandatory Pre Bid Conference will be held on Wednesday, March 6, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. A Mandatory Site Visit will follow. 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, March 7, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder. A 10% Bid bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid 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 waiveable 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 BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. 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 No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle February 7, 14, 21, 28, 2019 Metro Courier February 7, 2019 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Bid Bond Addendum 1 Bid Price Compliace Review 12% Goal Reeves Construction 1 APAC Industrial Way Augusta, GA 30907 Yes 667047 Yes Yes Yes $367,662.50 Yes Contract Management 1829 Killingsworth Rd. Augusta, GA 30904 Yes 225306 Yes Yes Yes $293,865.00 Yes ER Snell Contractor P. O. Box 306 Snellville, GA 30078 Yes 22114 Yes Yes Yes $313,622.00 Yes Sitec 522 Railroad Ave North Augusta, SC 29841 Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 78 Georgia Registery: 866 Mandatory Pre-Bid Attendees: 7 Total packages submitted: 3 Total Noncompliant: 0 Bid Opening Bid Item #19-183 Municipal Building Parking Lot Improvements for Augusta, GA-Central Services Department - Facilities Maintenance Division Bid Date: Thursday, March 21, 2019 @ 3:00 p.m. Page 1 of 1 Central Services Department Takiyah A. Douse, Director Facilities Division Lonnie Wimberly, Deputy Director 2760 Peach Orchard Road, Augusta GA 30906 Rick Acree, Facilities Manager (706) 821-2426 Phone (706)799-5077 Fax MEMORANDUM TO: Mrs. Geri Sams, Director, Procurement Department FROM: Mrs. Takiyah Douse, Director, Central Services Department DATE: April 1, 2019 SUBJECT: Bid Item #19-183 Municipal Building Parking Lot Improvements Three responsive bid proposals were received for the referenced project on March 21, 2019. The lowest compliant bid was submitted by Contract Management, Inc., in the amount of $293,865.00. As this bid is within budget we recommend award of this project to the low bidder. Thank you for your assistance in securing this pricing. Please do not hesitate to call if you have any questions or need additional clarification. Cc: Lonnie Wimberly Rick Acree Compliance Department Phyllis Johnson Interim Compliance Director MEMORANDUM To: From: Date: Subject: Takiyah Douse, Director, Central Services Department Geri Sams, Director, Procurement Department Phyllis Johnson, Interim Director, Compliance Department�� April 1, 2019 Municipal Building Parking Lot Improvements Bid Item# 19-183 @ This Bidder/Offeror IS eligible for award. □This Bidder/Offeror IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, Contract Management, Inc. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Municipal Building Parking Lot Improvements for Augusta, Georgia, Bid Item #19-183, is 12%. The bidder/offeror has committed to a minimum of 13.042% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 530 Augusta, GA 30901 (706)821-2406 Fax (706) 821-4228 WWW.AUGUSTAGA.GOV Compliance Department Phyllis Johnson Interim Compliance Director MEMORANDUM To: From: Date: Subject: Takiyah Douse, Director, Central Services Department Geri Sams, Director, Procurement Department Phyllis Johnson, Interim Director, Compliance Department 7> � April 1, 2019 Municipal Building Parking Lot Improvements Bid Item # 19-183 0 This Bidder/Offeror IS eligible for award.0 This Bidder/Offeror IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, E. R. Snell Contractor, Inc. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Municipal Building Parking Lot Improvements for Augusta, Georgia, Bid Item #19-183, is 12%. The bidder/offeror has committed to a minimum of 12% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 530 Augusta, GA 30901 (706)821-2406 Fax (706) 821-4228 WWW.AUGUSTAGA.GOV Compliance Department Phyllis Johnson Interim Compliance Director MEMORANDUM To: From: Date: Subject: Takiyah Douse, Director, Central Services Department Geri Sams, Director, Procurement Department Phyllis Johnson, Interim Director, Compliance Department¥ April 1, 2019 Municipal Building Parking Lot Improvements Bid Item # 19-183 @ This Bidder/Offeror IS eligible for award. □This Bidder/Offerer IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, Reeves Construction Company. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Municipal Building Parking Lot Improvements for Augusta, Georgia, Bid Item #19-183, is 12%. The bidder/offeror has committed to a minimum of 6% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 530 Augusta, GA 30901 (706)821-2406 Fax (706) 821-4228 WWW.AUGUSTAGA.GOV Commission Meeting Agenda 5/7/2019 2:00 PM Municipal Building Parking Lot Improvements Department:Central Services Department, Facilities Maintenance Division Department:Central Services Department, Facilities Maintenance Division Caption:Motion to approve bid item #19-183, to award the contract for the Municipal Building Parking Lot Improvements to Contract Management Inc., of Augusta, GA, in the amount of $293,865.00. (Approved by Administrative Services Committee April 30, 3019) Background:The Augusta, Georgia Municipal Building campus main parking lot has seen significant changes to the layout and as a result the parking lot was resurfaced in 2016. Since then, the former Engineering building has been removed making it necessary to extend and improve the remaining portion of the parking lot. This project was approved in conjunction with the Municipal Campus project plan by the Commission on December 19, 2017. Analysis:Bids were received for the referenced project on March 21, 2019. Contract Management, of Augusta, GA, submitted the lowest compliant bid in the amount of $293,865.00. Financial Impact:The contract amount is $293,865.00. Alternatives:1. Award the contract for the Municipal Building Parking Lot Improvements to Contract Management, Inc., of Augusta, GA, in the amount of $293,865.00. 2. Do not award. Recommendation:Award the contract for the Municipal Building Parking Lot Improvements to Contract Management, Inc., of Augusta, GA, in the amount of $293,865.00. Funds are Available in the Funds are available in account: 329-05-1120 / 5412110 (JL 216057902 Existing Facilities Upgrades) Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission MAYOR HARDIE DAVIS, JR. AUGUSTA COMMISSION DISTRICT 1 WILLIAM FENNOY DISTRICT 6 BEN HASAN DISTRICT 2 DENNIS WILLIAMS DISTRICT 7 SEAN FRANTOM, MAYOR PRO TEM DISTRICT 3 MARY DAVIS, MAYOR PRO TEM DISTRICT 8 WAYNE GUILFOYLE, BRANDON GARRETT DISTRICT 4 SAMMIE SIAS DISTRICT 9 MARION WILLIAMS DISTRICT 5 ANDREW JEFFERSON, BOBBY WILLIAMS DISTRICT 10 GRADY SMITH, JOHN CLARKE RICK ACREE - PROJECT MANAGER CONTRACT MANAGEMENT, INC. - GENERAL CONTRACTOR CHRIS BOOKER ARCHITECTS - ARCHITECT CENTRAL SERVICES DIRECTOR JARVIS SIMS, INTERIM TAKIYAH A. DOUSE JANICE ALLEN JACKSON FUNDED BY SPECIAL PURPOSE LOCAL OPTION SALES TAX LENA BONNER - CLERK OF COMMISSION AUGUSTA CENTRAL SERVICES DEPARTMENT RECORDS RETENTION ANNEX ADMINISTRATOR 2019 CONSTRUCTION MANAGEMENT MAYOR HARDIE DAVIS, JR. AUGUSTA COMMISSION DISTRICT 1 WILLIAM FENNOY DISTRICT 6 BEN HASAN DISTRICT 2 DENNIS WILLIAMS DISTRICT 7 SEAN FRANTOM, MAYOR PRO TEM DISTRICT 3 MARY DAVIS DISTRICT 8 WAYNE GUILFOYLE, BRANDON GARRETT DISTRICT 4 SAMMIE SIAS DISTRICT 9 MARION WILLIAMS DISTRICT 5 ANDREW JEFFERSON, BOBBY WILLIAMS DISTRICT 10 GRADY SMITH, JOHN CLARK AUGUSTA-RICHMOND COUNTY PUBLIC LIBRARY SYSTEM BOARD OF TRUSTEES MS. GWENDOLYN ROUNTREE MS. LILLIE HAMILTON MS. RONIC WEST MS. MARIAN T. BROWN MR. ROY JONES MS. SUE PITTMAN TAKIYAH A. DOUSE - DIRECTOR MS. BEVERLY M. TARVER MR. DAVID SCOTT MR. BILL FENNOY RICK ACREE - PROJECT MANAGER MR. STEVE SANDERS MR. PHILLIP WILLIAMS MS. BEATRICE F. GREEN LAVENDER & ASSOCIATES - GENERAL CONTRACTOR McMILLAN, PAZDAN, SMITH - ARCHITECT JEFF MAXWELL LIBRARY RENOVATIONS JANICE ALLEN JACKSON AUGUSTA CENTRAL SERVICES DEPARTMENT ADMINISTRATOR 2019 CONSTRUCTION MANAGEMENT LIBRARY DIRECTOR MASHELL FASHION FUNDED BY SPECIAL PURPOSE LOCAL OPTION SALES TAX JARVIS SIMS, INTERIM LENA BONNER - CLERK OF COMMISSION MAYOR HARDIE DAVIS, JR. AUGUSTA COMMISSION DISTRICT 1 WILLIAM FENNOY DISTRICT 6 BEN HASAN DISTRICT 2 DENNIS WILLIAMS DISTRICT 7 DISTRICT 3 MARY DAVIS DISTRICT 8 WAYNE GUILFOYLE, BRANDON GARRETT DISTRICT 4 SAMMIE SIAS DISTRICT 9 MARION WILLIAMS DISTRICT 5 ANDREW JEFFERSON, BOBBY WILLIAMS DISTRICT 10 GRADY SMITH, JOHN CLARKE REEVES YOUNG - GENERAL CONTRACTORS WENDEL COMPANIES - ARCHITECT AUGUSTA PUBLIC TRANSIT OPERATIONS AND MAINTENANCE FACILITY JANICE ALLEN JACKSON, JARVIS SIMS, INTERIM ADMINISTRATOR SEAN FRANTOM, MAYOR PRO TEM FUNDED BY SPECIAL PURPOSE LOCAL OPTION SALES TAX LENA BONNER - CLERK OF COMMISSION SKANSKA INTERNATIONAL RICK ACREE - PROJECT MANAGER TAKIYAH A. DOUSE - DIRECTOR CENTRAL SERVICES DEPARTMENT CONSTRUCTION PROJECT MANAGER 2019 Commission Meeting Agenda 5/7/2019 2:00 PM Review Dedication Plaque Text Department:Central Services - Facilities Department:Central Services - Facilities Caption:Motion to approve the revised drafts of the proposed dedication plaques for the following projects: (Approved by Administrative Services Committee April 30, 2019) Augusta Records Retention Annex Jeff Maxwell Library Additions and Renovation Augusta Transit Operations and Maintenance Facility Background:The Augusta Commission has expressed their intention to recognize completion of a new installation, new building, or major renovation to an existing building as an event of importance to the community and have adopted a policy which establishes guidelines for dedication plaques (copy attached). The listed projects are nearing completion and compliance with Commission guidelines indicate that the content, previously reviewed and approved, would need to be amended and reconsidered prior to placing an order. All plaques have been updated to reflect the current Commissioners and Interim Administrator who will be seated at the time of dedication in the coming weeks. Analysis:The proposed dedication plaque will be installed inside the building in close proximity to the entrance. The plaque material will match the material used for the original plaque (if one exists). Financial Impact:Estimated not to exceed $2,500 per plaque. Alternatives:Approve the revised drafts of the proposed dedication plaques for the following projects: • Augusta Records Retention Annex • Jeff Maxwell Library Additions and Renovation • Augusta Transit Operations and Maintenance Facility 2. Amend the draft (s) and approve 3. Do not approve the draft(s) Recommendation:Approve the revised drafts of the proposed dedication plaques for the following projects: • Augusta Records Retention Annex • Jeff Maxwell Library Additions and Renovation • Augusta Transit Operations and Maintenance Facility Funds are Available in the Following Accounts: Funding is to come from the individual project budgets. This agenda item is for approval of the plaque text only. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Request for Qualifications Request for Qualifications will be received at this office until Tuesday, March 13, 2018 @ 3:00 p.m. for furnishing: RFQ 18-164 Turn-Key Performance Based Services to Implement Energy Saving Measures for Augusta, GA – Central Services Department – Facilities Division RFQs 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 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Mandatory Pre Qualifications Conference will be held on Friday, February 23, 2018 @ 10:00 a.m. in the 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, February 27, 2018, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications (RFQ) and specifications. An RFQ 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 qualification 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 RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle February 1, 8, 15. 22, 2018 Metro Courier February 1, 2018 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies Georgia Power 6711 Londonberry Way Union City, GA 30291 Yes 425539 Yes Yes Yes Yes Siemens 1745 Corporate Drive Suite 240 Norcross, GA 30071 Yes 397117 Yes Yes Yes Yes AECom 1360 Peachtree Street, NE Suite 500 Atlanta, GA 30309 Yes 411650 Yes Yes Yes Yes NORESCO 5555 Glenridge Connector Suite 375 Atlanta, GA 30342 Yes 419872 Yes Yes Yes Yes Energy System Group 101 Marietta Street Suite 1020 Atlanta, GA 30303 SmartWatt 5522 Cathers Creek Powder Springs, GA 30127 Yes 848998 Yes Yes Yes Yes Ameresco 3525 Piedmont Road Atlanta, GA 30303 Yes 221708 Yes Yes Yes Yes Trane 4000 Dekalb Tech Pkwy Suite 100 Atlanta, GA 30312 Yes 205981 Yes Yes Yes Yes RFQ #18-164 Turn-Key Performance Based Services to Implement Energy Saving Measures for the Augusta, GA – Central Services Department-Facilities Division RFQ Due: Tuesday, March 20, 2018 @ 3:00 p.m. Total Number Specifications Mailed Out: 13 Total Number Specifications Download (Demandstar): 4 Total Electronic Notifications (Demandstar): 215 Total Number of Specifications Mailed ot Local Vendors: 1 Pre Proposal Telephone Conference Attendees: 12 Total packages submitted: 7 Total Noncompliant: 0 Page 1 of 1 Georgia Power 6711 Londonberry Way Union City, GA 30291 Siemens 474 Flowing Wells Rd Martinez, GA 30907 AECom 1360 Peachtree Street, NE Suite 500 Atlanta, GA 30309 NORESCO 5555 Glenridge Connector Suite 375 Atlanta, GA 30342 SmartWatt 3 Roswell Dr. Ballston Lake, NJ 12019 Ameresco 3525 Piedmont Road Atlanta, GA 30303 Trane, Inc. 804 Trane Road Augusta, GA 30909 Georgia Power 6711 Londonberry Way Union City, GA 30291 Siemens 474 Flowing Wells Rd Martinez, GA 30907 AECom 1360 Peachtree Street, NE Suite 500 Atlanta, GA 30309 NORESCO 5555 Glenridge Connector Suite 375 Atlanta, GA 30342 SmartWatt 3 Roswell Dr. Ballston Lake, NJ 12019 Ameresco 3525 Piedmont Road Atlanta, GA 30303 Trane, Inc. 804 Trane Road Augusta, GA 30909 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 PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)20 4.8 4.5 4.7 4.7 3.7 4.8 4.7 96.3 90.0 94.8 94.0 74.5 95.0 94.8 3. Organization & Approach (0-5)15 4.9 4.4 4.7 4.7 3.6 4.8 4.7 73.3 65.8 70.3 70.9 53.6 71.3 70.7 4. Scope of Services: Firms ability to provide audit, engineering, project development, and construction services to install energy savings facility projects, project management, commissioning and programming services, on-going savings measurement, monitoring, verification and guarantee services necessary to achieve and maintain energy and operational savings. (0-5)25 4.7 4.7 4.6 4.6 4.0 4.6 4.7 118.4 116.6 114.4 115.0 98.8 115.6 116.6 5. Financial statements and equipment statement (0-5)10 3.6 3.6 3.3 3.4 1.9 3.3 3.1 36.3 36.4 32.5 34.4 18.8 32.5 30.8 6. References (0-5)5 4.6 4.9 4.9 4.6 3.8 4.6 4.6 23.0 24.4 24.4 23.1 18.8 22.8 23.1 Within Richmond County 5 10 5 0.0 0.0 0.0 0.0 0.0 0.0 50.0 Within CSRA 5 6 5 0.0 30.0 0.0 0.0 0.0 0.0 0.0 Within Georgia 5 4 5 5 5 5 20.0 0.0 20.0 20.0 20.0 0.0 0.0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 5 0.0 0.0 0.0 0.0 0.0 10.0 0.0  All Others 5 1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 27.7 27.1 27.1 27.1 21.9 26.9 26.8 367.3 363.1 356.3 357.4 284.4 347.1 385.9 8. Presentation by Team (0-5)10 3.7 4.7 5.0 36.7 46.7 0 0 0 0 50 9. Q&A Response to Panel Questions (0-5)5 4.0 4.3 5.0 20.0 21.7 0 0 0 0 25 7.7 9.0 0 0 0 0 10.0 56.7 68.3 0 0 0 0 75 35.3 36.1 27.1 27.1 21.9 26.9 36.8 423.9 431.5 356.3 357.4 284.4 347.1 460.9 Vendors Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 425) Phase 1 RFQ #18-164 Turn-Key Performance Based Services to Implement Energy Saving Measures for the Augusta, GA – Central Services Department-Facilities Division Evaluation Meeting: Tuesday, April 17, 2018 @ 10:00 a.m. Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5)Weighted Scores 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Procurement DepartmentRepresentative:__________Nancy Williams___________________________________ Procurement Department Completion Date: 4/17/18 Phase 2 (Option - Numbers 8-9) Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: CUMULATIVE Date: 4/17/18 Total Phase 2 Commission Meeting Agenda 5/7/2019 2:00 PM Turn-Key Performance Based Services to Implement Energy Saving Measures Department:Central Services Department, Facilities Maintenance Division Department:Central Services Department, Facilities Maintenance Division Caption:Motion to approve Trane, Inc. to proceed with a Phase 1 detailed investment grade facility assessment to evaluate and assess the overall condition of Augusta, Georgia’s various facilities while locating and recommending energy performance savings in the amount of $590,000 as described in RFQ #18-164. (Approved by Administrative Services Committee April 30, 2019) Background:Many of Augusta, Georgia’s facilities and buildings are not energy efficient, in accordance with today’s standards and would benefit from upgrades with more energy efficient equipment and methods available on the market today. A facility assessment, of this nature, has never been completed and information derived from this assessment would prove valuable while planning for our capital improvements of the present and future. As this project is slated to occur in phases, Phase 1 begins with a detailed facility audit, expected to last 9-12 months and Phase 2 will require Augusta, Georgia to enter into a performance contract with Trane Inc., for the implementation of the recommendations as presented in the detailed investment grade facility assessment. Project Goals: 1) Utilize a budget neutral approach to make holistic building improvements that reduce energy and water use while increasing operational efficiency 2) Capitalize on the savings generated (estimated 25%) from lower energy consumption to finance the upgrades recommended through a performance contract, while reaping the benefits of guaranteed savings 3) Utilize the detailed audit results to effectively plan for future capital upgrades 4) Reduce our carbon footprint on our environment and increase operational efficiency Analysis:Seven vendors submitted compliant Statements of Qualifications for the referenced project on March 20, 2018. The information presented by each firm was carefully reviewed by the Evaluation Committee on April 17, 2018 and the top three vendors, based upon score, returned on May 9, 2018 for vendor presentations. This qualifications based assessment resulted in Trane, Inc. being selected as the best qualified firm for this project. Trane, Inc., of Augusta submitted an acceptable energy audit Phase 1 proposal totaling $590,000. Financial Impact:The investment grade audit will cost $590,000 and is payable if Augusta, Georgia does not enter into a Phase 2 performance contract within 90 days of receipt of the detailed investment grade facility assessment. If a performance contract is executed based upon the detailed investment grade facility assessment recommendations, the cost of the assessment will be included as part of the overall project cost. The assessment will be funded by SPLOST 7 Existing Facility Upgrades. Alternatives:1. Approve Trane, Inc. to proceed with a Phase 1 detailed investment grade facility assessment to evaluate and assess the overall condition of Augusta, Georgia’s various facilities while locating and recommending energy performance savings for $590,000 as described in RFQ #18-164. 2. Do not approve. Recommendation:Approve Trane, Inc. to proceed with a Phase 1 detailed investment grade facility assessment to evaluate and assess the overall condition of Augusta, Georgia’s various facilities while locating and recommending energy performance savings for $590,000 as described in RFQ #18-164. Funds are Available in the Following Accounts: SPLOST VII Existing Facility Upgrades. 329051120 (JL 216057902) - 5212999 REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Z-19-06 Department:Planning & Development Department:Planning & Development Caption: Z-19-06 - Motion to approve allowing the withdrawal of this petition; concurrence with the Augusta Planning Commission to deny a petition Joseph Edge, on behalf of Edge Property Management LLC, requesting a change of zoning from Zone A (Agriculture) to Zone B-1 (Neighborhood Business) affecting property containing 0.48 acres and known as 2665 Tobacco Road. Tax Map 140-0-008-00-0 CONTINUED from February 4, 2019 meeting. DISTRICT 4 (Approved by Administrative Services Committee April 30, 2019) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Contract to Purchase Cardiac Monitors/Defibrillators Department:Fire Department Department:Fire Department Caption:Motion to approve the award of Bid Item #19-154 Cardiac Monitor/Defibrillator to Physio-Control, Inc., authorize the Mayor to sign the contract to purchase the Cardiac Monitors/Defibrillators through Physio-Control, Inc., and authorize the Fire Department to immediately purchase one Cardiac Monitor/Defibrillator pursuant to the terms of the contract. (Approved by Public Safety Committee April 30, 2019) Background:The Fire Department currently has one cardiac monitor that does not have End tidal CO2 (EtCO2) monitoring capabilities, which is critical with patients who are intubated, and the “shock” button fails to operate at times, which is critical in cardia defibrillations. This malfunctioning monitor caused the Fire Department to go out for bid for replacement cardiac monitors/defibrillators. By approving this award and contract, the Fire Department has the ability to lock in the price of cardiac monitors/defibrillators for the next three years. However, at this time, we are only seeking to purchase one new cardiac monitor/defibrillator to replace the monitor currently not operating properly. Permission to purchase any additional cardiac monitors/defibrillators pursuant to the terms on this contract in the future to replace any other cardiac monitors/defibrillators will be brought back before the Commission at that time. Purchasing this cardiac monitor/defibrillator will allow Paramedics and EMTs to provide advanced life support to our citizens in more areas. Analysis:With the increase of Paramedics and EMT’s in the Augusta Fire Department, we have the personnel to provide advanced life support to our citizens. However, we need equipment required for advanced life support. The purchase of one Cardiac Monitor/Defibrillator, will replace the unit not operating properly and approval of this Contract will allow the Augusta Fire Department to replace units as needed, to provide advanced life support in more areas in Richmond County. Financial Impact:($40,725.08) each Alternatives:none Recommendation:To approve the award of Bid Item #19-154 Cardiac Monitor/Defibrillator to Physio-Control, Inc., authorize the Mayor to sign the contract to purchase the Cardiac Monitors/Defibrillators through Physio-Control, Inc., and authorize the Fire Department to immediately purchase one Cardiac Monitor/Defibrillator pursuant to the terms of the contract. Funds are Available in the Following Accounts: Fire Department Fund Balance REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Marshal Eviction Fee Proposal Department: Department: Caption:Motion to approve the Richmond County Marshal office request to implement new Marshal's Eviction Fee Proposal. (Approved by Public Safety Committee April 30, 2019) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Page 1 of 7 Sec. 3-5-86 Operating a Personal Transportation Vehicle on a public street, road or highway (a) The definitions contained in Section 3-5-1 of the AUGUSTA, GA. CODE shall be applicable to this Section. (b) All requests made to have additional roads designated for PTV use shall be directed to the Augusta, Georgia Traffic Engineer, but must be approved by the Augusta, Georgia Commission. (c) As required by O.C.G.A. § 40-6-331(c), Augusta, Georgia shall erect signs (having dimensions of at least 24 by 30 inches) on every highway which comprises a part of the state highway system at that point on the highway which intersects the corporate limits of the consolidated government of Augusta. Georgia. Such signs shall warn approaching motorists that PTVs are authorized for use on public streets. (d) Maps that clearly indicate locations of areas designated for PTV use should be posted on Augusta, Georgia’s web site [http://www.augustaga.gov] and be made available in printed form. (e) No person shall operate any Personal Transportation Vehicle (PTV) upon a street, road, or public highway in Augusta, Georgia, except as specifically provided herein. Further, no person shall operate any PTV on private property without the permission of the owner of such private property. (f) Pursuant to O.C.G.A. § 40-6-331, the following public streets and portions thereof are hereby designated for the combined use of PTVs and regular vehicular traffic, upon the conditions hereinafter set forth: (1) J. Dewey Gray Circle, Wainbrook, Devore Place, and that section of Interstate Parkway lying between the intersection of Wainbrook and Devore Place, are hereby designated for the combined use of PTVs and regular vehicular traffic herein; and Page 2 of 7 (2) All that portion of Heath Drive beginning at Wicklow Drive leading to Berckmans Road; and (3) All that portion of Pine Needle Road from its intersection with Buena Vista and Cardinal Drive, and continuing west to the Forest Hills Golf Course entrance, during daylight hours between dawn and dusk; and (4) Except as excluded below, all streets within the geographic area of downtown Augusta, Georgia (Downtown Area) described as having a northern boundary of the Georgia/South Carolina state line, a western boundary of 15th Street, a southern boundary of Laney Walker Blvd, and an eastern boundary of East Boundary Street. (5) Downtown Area Exclusions: (i) PTVs shall not be used on the following entire streets within the Downtown Area: John C. Calhoun Expressway, 15th Street, St. Sebastian Way, 13th Street, R.A. Dent, Walton Way, Laney Walker Blvd, Gordon Highway, and East Boundary Street. (ii) PTVs shall not be used on portions of the following streets within the Downtown Area: Reynolds Street between 15th Street and 13th Street, and Jones Street between 15th Street and 13th Street. (iii) The Augusta, Georgia Director of Engineering (or his designee) shall have the authority to designate specific locations for PTVs to cross streets that are not designated for PTV use. (g) No PTVs (except for Commercial and Employer operated PTVs) shall operate on said streets except between the hours of 30 minutes following sunrise and 30 minutes prior to sunset. Commercial and Employer PTVs shall not be operated on said streets from midnight to 6:00 a.m., but may be operated on such streets at all other times. (h) All PTVs shall be equipped with: Page 3 of 7 (1) A braking system sufficient for the weight and passenger capacity of the vehicle, including a parking brake; (2) A reverse warning device functional at all times when the directional control is in the reverse position; (3) A main power switch. When the switch is in the 'off' position, or the key or other device that activates the switch is removed, the motive power circuit shall be inoperative. If the switch uses a key, it shall be removable only in the 'off' position; (4) Head lamps; (5) Reflex reflectors (6) Tail lamps; (7) A horn; (8) A rearview mirror; (9) Safety warning labels; (10) Hip restraints and hand holds or a combination thereof; (11) Brake lights (12) High-mount strobe light for increased visibility (i) In addition to the requirements above, all Commercial PTVs must have four- wheel disk brakes, be uniquely keyed or have a “lockout” key switch (requires code to be entered on keypad for security before vehicle will operate), be equipped with United States Department of Transportation approved tires and be marked in a conspicuous manner with the name of the company or organization operating the Commercial PTV. (j) Minimum Licensing and Insurance Coverage Requirements. Page 4 of 7 (1) All PTV drivers must have a driver’s license. (2) Commercial PTV operators must have at least $200,000 of liability insurance coverage. (3) Employer PTV operators must have at least $100,000 of liability insurance coverage. (4) All other PTVs must have liability insurance coverage in at least the same amount as would be required for a full sized motor vehicle in Georgia. (k) Limitations and Safety Criteria for all PTVs. PTV operation on designated public roads of Augusta, Georgia shall be in accordance with the following limitations: (1) No person shall operate a PTV on a public road of Augusta, Georgia unless that road is designated for PTV operation and is posted with the required sign(s). (2) No PTV shall be driven across any road at an intersection where the road being crossed has a posted speed limit of more than thirty-five (35) miles per hour. (3) The maximum occupancy of a PTV traveling on roads will be one person per designated seat. (4) The use or consumption of alcoholic beverages or other mind altering substances while operating or occupying a PTV on public roads is prohibited. (5) Every person operating a PTV on a public roadway has the rights and duties applicable to the driver or operator of any other vehicle under the provisions of Chapters 58 and 69 of Title 40 of the Official Code of Georgia, as applicable. (6) No PTV may be operated at a rate of speed greater than reasonable or proper under all surrounding circumstances, but in no event at a speed greater than 20 miles per hour unless the vehicle is a low speed vehicle complying with Federal Page 5 of 7 Motor Vehicle Safety Standards (FMVSS) 500 in which case it may not be operated at a speed greater than 25 miles per hour. (l) Registration, Proof of Insurance and Permit Process. (1) All PTVs shall be registered with the Augusta, Georgia Planning and Development Department and PTV owners must obtain a permit to operate a PTV on any street designated for PTV use. A fee of $15.00 is required to register a PTV and obtain a permit. PTV owners must complete the permit registration form provided for the foregoing purpose. A granted permit will be valid for not less than a period of five (5) years. A permit may be revoked for a violation of any provision of this ordinance. The Planning and Development Department will issue visible proof of compliance, (certification decal), that must be attached to the driver's side of the PTV. The certification decal shall remain permanently with the vehicle unless the vehicle is sold or the decal is destroyed. The completed forms will be maintained by the Planning and Development Department. (2) An education and information package describing the requirements of the Augusta, Georgia PTV transportation program shall to be distributed with the PTV registration decal. (3) A PTV shall be insured as required by Georgia’s motor vehicle insurance law, and the operator must carry proof of insurance when operating the PTV. (g) Enforcement of PTV transportation plan; Sanctions. Any act constituting a violation of this Ordinance or a failure to comply with any of its requirements shall subject the offender to a civil penalty of up to one thousand dollars ($1,000.00) and/or sixty (60) days in jail. Additionally, offenders may have their permit to operate a PTV revoked. (h) Exceptions. Page 6 of 7 The geographic limitations set forth herein shall not apply to PTVs being operated as follows: (1) To cross a road from one portion of a golf course to another portion thereof or to another adjacent golf course; or to travel between a person's home and golf course if (i) the trip would not be longer than one mile in either direction; (ii) the speed limit on the road is no more than twenty-five (25) miles per hour; and (iii) the route does not cross a road that has a speed limit of more than 35 miles per hour. (2) To the extent necessary for Augusta, Georgia employees and Augusta, Georgia contractors to fulfill a governmental purpose, or as otherwise authorized by Augusta, Georgia, provided the PTV is not operated on a public road of Augusta, Georgia with a posted speed limit over 35 miles per hour; (3) As necessary by employees of public or private institutions of higher education if operating on roads within the property limits of such institutions, provided the PTV is being operated on roads with speed limits of twenty-five (25) miles per hour or less. (i) Governmental Operations. Augusta, Georgia is permitted to operate Augusta, Georgia owned PTVs for the purposes of government maintenance, traffic enforcement or other government business, on Augusta, Georgia streets as well as private property. Generally, these PTVs shall be equipped with flashing yellow warning lights to the front and rear or a yellow flashing light on top. Augusta, Georgia and other governmental agencies shall be exempt from the permit requirements contained in this ordinance. (j) Conflict with State Law To the extent that there is any conflict between this Code and any federal law or Georgia law, the federal or Georgia law shall prevail. Page 7 of 7 (k) No Assumption of Liability. Nothing in this section shall be construed as an assumption of liability by Augusta, Georgia for any injuries or death to persons or property damage in connection with, including, but not limited to: 1) the operation of a PTV; 2) the grant of an PTV permit; or 3) the failure by Augusta, Georgia to revoke a PTV permit. (l) Effective Date. This Ordinance shall become effective ____________. Commission Meeting Agenda 5/7/2019 2:00 PM Motion to authorize staff to draft a Code amendment relating to the brakes on Commercial Personal Transportation Vehicles Department:Convention and Visitors Bureau Department:Convention and Visitors Bureau Caption:Motion to authorize staff to draft a Code amendment to modify the Personal Transportation Vehicle provisions of the Code so as to only require hydraulic brakes on commercially used PTVs. (Approved by Public Safety Committee April 30, 2019) Background:Section 3-5-86 of the Augusta, GA Code requires all commercial Personal Transportation Vehicles (PTVs) to have four-wheel disc brakes. The manufactures of PTVs do not offer four-wheel disc brakes on models with seating for more than four people. Aftermarket modifications to install four-wheel disk brakes is cost prohibitive. Commonly available models offer front hydraulic disc brakes and rear hydraulic drum brakes which provide sufficient braking capabilities. Analysis:The Convention and Visitors Bureau is requesting authorization for staff to draft modifications to Code Section 3-5-86 so as to allow for front hydraulic disc brakes and rear drum brakes on Commercial PTVs rather than requiring four-wheel disc brakes. Financial Impact:None. Alternatives:Continue require four-wheel disk brakes on all Commercial PTVs. Recommendation:Approve. Funds are Available in the Following Accounts: N/A. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM RCCI's request to accept $35,000 commission bonus from ICS and increase their expenditure budget Department:RCCI Department:RCCI Caption:Motion to approve the acceptance of the one-time commission bonus check in the amount of $35,000 and adjust the budget accordingly. (Approved by Public Safety Committee April 30, 2019) Background:The Richmond County Correctional Institution recently entered into a contractual agreement with Inmate Calling Solutions (ICS). This contractual agreement was approved at the regular Commission meeting on February 5, 2019. This contractual agreement with Inmate Calling Solutions (ICS) and Augusta, Georgia includes a one- time commission bonus check in the amount of $35,000 See notes listed as Exhibit D Analysis:This increase in funds will allow the department to upgrade its surveillance systems. Financial Impact:This request will not have any negative financial impact on the department or City of Augusta. Alternatives:Do not approve motion. Recommendation:Approve the request to accept the one- time commission bonus check in the amount of $35,000 and adjust the budget accordingly. Funds are Available in the Following Accounts: Increase revenue and expense budgets as follows: 101000000/3891110 $35,000 101033211/5316210 $35,000 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission STATE OF GEORGIA) RICHMOND COUNTY) SPLOST VI OUTSIDE AGENCY AGREEMENT This AGREEMENT made and entered into this ______ day of ______________, 2013, between Augusta, Georgia, a political subdivision of the State of Georgia (hereinafter referred to as “Augusta”), and Delta House, Inc., (hereinafter referred to as the “Organization”). WITNESSETH WHEREAS, the voters of Augusta, Georgia on June 16th 2009, approved the imposition of the Special Purpose County One Percent Sales and Use Tax (“SPLOST VI”),) and designated the use of the proceeds of said tax for certain capital outlay projects, as defined on O.C.G.A. 48-8-111(a) and further approved a project priority payment order in an Intergovernmental Agreement entered into by and between Augusta, Georgia, and the municipalities of Hephzibah and Blythe; and WHEREAS, the Augusta Commission approved SPLOST funding for certain recreational, historical and cultural improvement capital outlay projects to be implemented through various outside agencies as provided in guidelines adopted on February 19th 2009; and WHEREAS, Augusta has determined that the project described on Exhibit A (the “Project”) is beneficial to the citizens of Augusta as it provides and enhances recreational, historical and/or cultural resources in Augusta; and WHEREAS, Augusta has determined that is more cost effective, avoids duplication of services and is in the best interest of Augusta and the citizens of Augusta to contract with Organization to undertake the Project, rather than Augusta directly constructing and operating the project; and WHEREAS, the Augusta desires to contract with the above named organization to construct and operate the Project, which was a part of the approved capital outlay projects; and WHEREAS, the sum of $600,000 from the proceeds of said tax (the “SPLOST Funds”) has been allocated to the Organization for the Project and Augusta has agreed to advance a portion of the funds to the Organization to allow for the Project to begin upon the satisfaction of the conditions provided below. NOW, THEREFORE, for and in consideration of the mutual covenants and agreements between the parties, it is agreed as follows: SECTION 1 - APPROPRIATION AND USE OF FUNDS 1.1 Augusta agrees to appropriate the SPLOST Funds to be used by Organization on behalf of Augusta for the purpose of constructing the Project as provided in Exhibit “A” hereto attached and incorporated herein. 1.2 The Organization agrees to use such funds that it may receive, pursuant to this Agreement, solely and exclusively for the construction of the above described Project; said Project, including the Project Budget, is more specifically described in Exhibit “A”. 1.3 Said disbursement to Organization is an authorized use of said proceeds, under O.C.G.A. Section 48-111(e), as said use benefits a “cultural, recreational, or historical facility or a combination of such purposes,” and this Agreement is entered into on behalf of and for the benefit of Augusta and Organization and also as an acknowledgement that upon distribution of the funds by Augusta to Organization, that Augusta will have fully met its SPLOST VI project obligation to Organization. SECTION 2 - RESPONSIBILITIES AND OBLIGATIONS OF ORGANIZATION In consideration of the disbursement of the SPLOST Funds, Organization shall observe all conditions that the law and/or this Agreement imposes on the use of said SPLOST Funds, which shall include, but not be limited to the following: 2.1 Organization shall use said proceeds only in connection with the capital outlay Project and only for the purposes described in Exhibit A, which is attached hereto and made a part hereof. 2.2 Organization covenants not to use any of said funds for any part of its maintenance and operation budget, now or in the future. 2.3 Organization will set up any and all banking accounts necessary or convenient to segregate the account containing SPLOST Funds from its other accounts. Organization shall keep any SPLOST Funds that it receives from Augusta in a separate account fund and shall not commingle Augusta distributions with other funds of the Organization prior to their expenditure. 2.4 The Organization shall maintain a record of each and every expense, in compliance with the generally accepted accounting principles, for which the proceeds of the tax are used. The Organization shall submit quarterly accounting reports to Augusta for all funds that the Organization receives from Augusta. Said accounting reports shall set forth the amounts expended on the Project during the term of this contract, which, shall include any amount expended on such Project in that current year, and the estimated percentage of the completion of the Project. The initial report of expenditures regarding the Project shall be made within 10 business days of the first installment of the SPLOST Funds being made available to Organization as provided on Exhibit “B,” and quarterly thereafter until the end of the quarter in which the project is deemed completed as determined by the Augusta Finance Department. Quarterly reports are due within ten (10) business days following the end of each said quarter and shall be delivered to Augusta Finance Department, 535 Telfair Street, Suite 800, Augusta Georgia 30901 to the attention of Mr. Tim Schroer, Deputy Finance Director. 2.5 Organization accepts the following conditions for disbursement of said funds: A. Unless otherwise agreed by Augusta, no funds shall be made available to Organization until such time as the tax has been collected as provided in the disbursement schedule adopted in the Intergovernmental Agreement, and the Organization has raised a minimum of twenty five (25%) percent of the SPLOST Funds (the “Matching Funds”). Only cash or cash equivalents raised subsequent to June 16, 2009 shall qualify as Matching Funds. Pledges, in-kind donations or other donations or contributions will not qualify as Matching Funds. B. Upon the Augusta executing an acknowledgement that the minimum amount of Matching Funds has been raised by the Organization, the Organization may expend the Matching Funds on the Project, provided that the same recording keeping requirements as provided in 2.4 are kept for expenditures of Matching Funds. C. Prior to receipt of the SPLOST Funds or the expenditure of Matching Funds, Organization shall furnish Augusta with a copy of Organization’s current audited financial statements (and annual thereafter until the Project is completed), budget, scope of work and the projected time for completion of the work on the Project, which must be approved by Augusta prior to starting work on the Project. In addition, Organization must provide Augusta with a W-9, E-verify number, and SAVE Program verification prior to SPLOST funds being distributed to Organization. Disbursement of SPLOST Funds shall be according the schedule attached here as Exhibit “B.” D. Organization shall comply with the purchasing policies of Augusta-Richmond County regarding the advertising for bids, the securing of bids, and payment, performance bonds and contracting. Payments to any sub-contractor employed by the Organization shall be made directly by the Organization, subject to Augusta’s audit and approval. If the total project costs exceed the amount funded by Augusta and the Matching Funds, the Organization shall provide proof of other funding sources. Payments by the Organization to sub-contractors shall be made only upon presentation of verified invoices. E. Organization hereby acknowledges and agrees that as the Project is to benefit the citizens of Augusta by providing and enhancing the recreational, historical and/or cultural resources in Augusta, the Project must be open to and available for public use. Provided however, this section shall not preclude the Organization from charging reasonable and ordinary fees for the use of the Project. F. Augusta shall have the right, by and through this contract, for not less than twenty five years of public use and availability of the facility that is the subject of this Agreement (the “Servitude”). In the event that Organization desires to sell, dispose of or transfer title or ownership of the Project prior to the expiration of the Servitude, then in such event Organization shall reimburse Augusta, Georgia an amount equal to the fraction determined by the number of years remaining on the Servitude as the numerator and the total number of years of the Servitude as the denominator multiplied by $1,000,000.00. (Example: if the Project is sold at the end of year 10, 15 years would remain on the Servitude. 15/25 = .6 x $1,000,000,000 = $600,000. $600,000 would be reimbursed to Augusta, Georgia). 2.6 The Organization will maintain the following insurance during the performance of the Contract: A. Comprehensive General Liability Insurance shall be maintained in force at all times and shall include the following coverages: Products/Completed Operations and Automobile Liability Insurance in the combined single limits of $1,000,000. This coverage shall be intended to apply as primary and shall not be affected by any insurance that Augusta may carry in its own name. The Organization shall maintain Workers Compensation and Employer’s Liability Insurance for the benefit of its workers. The above requirements shall also apply to the Organization’s contractors and subcontractors who are engaged in the Project. B. Prior to the commencement of work, the Organization will provide Augusta with a certificate of insurance, which evidences the above coverage and names Augusta, Georgia as an “additional insured.” SECTION 3 - RESPONSIBILITIES AND OBLIGATIONS OF AUGUSTA 3.1 Augusta enters this contract to improve the quality of life of its citizens and to provide its citizens with additional facilities for delivery of recreational, historical and cultural services in a more cost effective manner than it could if it were to construct and operate similar facilities without the participation of the Organization. 3.2 Augusta and any auditors employed by Augusta shall have the right to verify and audit the expenditures of the Organization and the Project, sufficient to determine that the monies are being appropriately spent for the Project, in accordance with Georgia laws that govern the expenditures of Special Purpose Local Option Sales Tax monies. Official representatives of Augusta may inspect the official records of the Organization, which relate to this project, at reasonable times and upon reasonable notice to the Organization. Augusta shall also have the right to inspect the Project at any reasonable time for any purpose related to the performance of any contract awarded, or to be bid upon or awarded, by the Organization for this Project. SECTION 4- OBLIGATIONS OF THE ORGANIZATION AND COUNTY 4.1 Each of the parties hereto warrants and represents to the other that it will comply with all the requirements of the laws of the State of Georgia. 4.2 After approval of this contract, all contracts between the Organization and any subcontractor shall be submitted to Augusta Administrator for administrative review. If any irregularity or illegality appears, the Administrator may submit any such questions to the Augusta Richmond County Commission. 4.3 This Agreement constitutes the entire agreement between the parties as to the matters described herein and may not be amended except by a written instrument, signed by each party’s duly authorized officers. 4.4 Breach of contract with respect to any of the terms of this Agreement, or with respect to the use of funds, shall terminate Augusta’s obligations under this Agreement; shall terminate Augusta’s obligation for the payment of any future funds; and shall entitle the Parties to all remedies provided by law. IN WITNESS WHEREOF, Augusta and Organization have caused these presents to be executed by their respective, duly authorized officials, on the date entered above. AUGUSTA, GEORGIA By: ________________________________________ Mayor ATTEST: By: _________________________________________ Clerk of Commission [signatures continue on the following page] . Outside Agency By: ___________________________ _______________________________ Its: President Attest: _______________________________ _______________________________ Its: Secretary EXHIBIT A ORGANIZATION: _______________________________. PROJECT: ________________________________ _______________________________ DESCRIPTION OF PROJECT/ SCOPE OF WORK: _________________________________________ __________________________________________ _ __________________________________________ __________________________________________ PROJECTED TIME OF CONSTRUCTION: August, 2013 to September, 2014 COST OF PROJECT WORK: Total Project Budget1: $xxx,xxx (see attached budget) SOURCES OF FUNDING: SPLOST Funds2: $ xxx,xxx SPLOST Matching Funds: $ xxx,xxx Total: $ xxx,xxx 1 See attached budget. 2 $xx,xxx of the SPLOST Funds are available for disbursement upon the satisfaction of the Outside Agency’s obligations as contained herein. The balance of the SPLOST funds will be made available upon collection and satisfaction of any SPLOST funding obligations having priority. EXHIBIT B 1. Organization shall evidence a deposit in its capital fund account the amount of $150,000, for its matching funds (the “Matching Funds Amount”), all of which must be verifiable as raised on or after June 16, 2009 (the “Matching Funds”). 2. Prior to Augusta providing funding for the Project, Organization shall expend one hundred (100%) percent of the Matching Funds for construction of the Project and provide the Finance Department evidence of the expenditure. Commission Meeting Agenda 5/7/2019 2:00 PM Delta House, Inc. SPLOST VI change project scope and extension of time Department:Administration / Finance Department:Administration / Finance Caption:Motion to approve request from Delta House, Inc. which operates the Lucy Craft Laney Museum of Black history an extension to complete the renovation of the Museum that will be partially funded with SPLOST VI. (Approved by Finance Committee April 30, 2019) Background:The Lucy Craft Laney Museum of Black History was approved an allocation of $600,000 in funds from SPLOST VI contingent upon meeting the Challenge Grant requirements as adopted by the Commission on February 12, 2009. Requirements of the challenge grant include a match of 25% of the SPLOST funds and projects be completed no later than two years after the end of collections for SPLOST VI, that deadline was March 31, 2018. The original funding request was to support the construction of a new museum. Analysis:The Lucy Craft Laney Museum of Black History has completed the fund raising portion to meet the required 25% match. However, they have not been able to raise the funds for the construction of a new museum facility and are requesting a change in the scope of the project to renovations of the current facility. They are also requesting an extension of time to complete the renovation project Financial Impact:Collection of SPLOST phase VI funds is complete. Alternatives:1. Approve contract with agency and request to amend the scope of the project and extend deadline for project completion. 2. Deny request for extension, leaving funds in recapture under the category of Parks, Recreation, Cultural and Historic Facilities. Reallocation of funds to projects with in that category subject to approved by commission. Recommendation: Funds are Available in the Following Accounts: Fund 328 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission AGENDA ITEM ______________ EDITION ______________ DATE: April 18, 2019 TO: The Honorable Hardie Davis, Mayor Members of the Augusta Commission/Members of the Public Services Committee FROM: Daniel W. Hamilton and Wayne Brown, Interim General Counsel SUBJECT: Acquisition of permanent easement and temporary construction easement to Richmond County, Georgia from Wrightsboro24, LLC CAPTION: Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 166-0-381-00-0) 4219 James Drive. BACKGROUND: The City has been unable to reach an agreement with the property owner and therefore seeks to acquire title through condemnation. In order to proceed and avoid further project delays, it is necessary to condemn a portion of subject property. The required property consists of 2,348 square feet of permanent easement. The appraised value is $235.00. ANALYSIS: Condemnation is necessary in order to acquire the required property. FINANCIAL IMPACT: The necessary costs will be covered under the project budget. ALTERNATIVES: Deny condemnation. RECOMMENDATION: Approve condemnation. AGENDA DATE: April 30, 2019 DEPARTMENT FUNDS ARE AVAILABLE IN THE DIRECTOR:_________________________ FOLLOWING ACCOUNTS: G/L 514043490-5411120 ADMINISTRATOR:____________________ J/L 81500100-5411120 FINANCE:__________________________ Commission Meeting Agenda 5/7/2019 2:00 PM Acquisition of permanent easement & temporary construction easement to Richmond County, Georgia from Wrightsboro24, LLC (Parcel 166-0-381-00-9) 4219 James Drive Department:Engineering Department:Engineering Caption:Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 166-0-381-00-0) 4219 James Drive. (Approved by Engineering Services Committee April 30, 2018) Background:The City has been unable to reach an agreement with the property owner and therefore in order to proceed and avoid further project delays, it is necessary to condemn a portion of subject property. permanent easement. Analysis:Condemnation is necessary in order to acquire the required property. Financial Impact:The necessary costs will be covered under the project budget. Alternatives:Deny condemnation. Recommendation:Approve condemnation. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE DIRECTOR:_________________________ FOLLOWING ACCOUNTS: G/L 514043490-5411120 J/L 81500100-5411120 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission AGENDA ITEM ______________ EDITION ______________ DATE: April 18, 2019 TO: The Honorable Hardie Davis, Mayor Members of the Augusta Commission/Members of the Public Services Committee FROM: Daniel W. Hamilton and Wayne Brown, Interim General Counsel SUBJECT: Acquisition of permanent easement and temporary construction easement to Richmond County, Georgia from Walter E. Crawford, Sr. and Ocwen Loan Servicing, LLC CAPTION: Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 153-0-129-00-0) 2419 Travis Road. BACKGROUND: The City has been unable to reach an agreement with the property owner and therefore seeks to acquire title through condemnation. In order to proceed and avoid further project delays, it is necessary to condemn a portion of subject property. The required property consists of 1.427 square feet of permanent easement and 2,332 square feet of temporary construction easement. The appraised value is $474.00. ANALYSIS: Condemnation is necessary in order to acquire the required property. FINANCIAL IMPACT: The necessary costs will be covered under the project budget. ALTERNATIVES: Deny condemnation. RECOMMENDATION: Approve condemnation. AGENDA DATE: April 30, 2019 DEPARTMENT FUNDS ARE AVAILABLE IN THE DIRECTOR:_________________________ FOLLOWING ACCOUNTS: G/L 514043490-5411120 ADMINISTRATOR:____________________ J/L 81500100-5411120 FINANCE:__________________________ Commission Meeting Agenda 5/7/2019 2:00 PM Acquistion of permanent easement & temporary construction easement to Richmond County, Georgia from Walter E. Crawford, Sr. & Ocwen Loan Servicing, LLC (Parcel 153-0-129-00-0) 2419 Travis Rd Department:Engineering Department:Engineering Caption:Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 153-0-129-00-0) 2419 Travis Road. (Approved by Engineering Services Committee April 30, 2018) Background:The City has been unable to reach an agreement with the property owner and therefore in order to proceed and avoid further project delays, it is necessary to condemn a portion of subject property. permanent easement and 2,332 square feet of temporary construction easement. Analysis:Condemnation is necessary in order to acquire the required property. Financial Impact:The necessary costs will be covered under the project budget. Alternatives:Deny condemnation. Recommendation:Approve condemnation. Funds are Available in the Following Accounts: DEPARTMENT FUNDS ARE AVAILABLE IN THE DIRECTOR:_________________________ FOLLOWING ACCOUNTS: G/L 514043490-5411120 J/L 81500100-5411120 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T Commission Meeting Agenda 5/7/2019 2:00 PM Augusta Canal - FERC License Updates Department:Utilities Department:Utilities Caption:Motion to approve contract with Cranston Engineering Group to provide services related to FERC license as well as design services for the Augusta Canal in the amount of $209,380.00. (Approved by Engineering Services Committee April 30, 2018) Background:Augusta Utilities Department is currently a license applicant with the Federal Energy Regulatory Commission (FERC) for operation of the Augusta Canal. This contract will assist AUD with preparation and maintenance of the plans and programs required by FERC. Also, as part of this proposal is the repair and design engineering services associated with the Long Gate Spillway and Round House roof structure at the Raw Water Pump Station (RWPS). Cranston Engineering Group has previously provided such FERC required services and this would be a renewal of those services for two years. Analysis:Approval of this contract will allow AUD to meet the requirements of FERC during our application process. This contract will meet all requirements of our FERC license application for two years. Financial Impact:Funds are available in account 507043410-5212115/80320115- 5212115 Alternatives:No practical alternative Recommendation:We recommend approval of the contract with Cranston Engineering Group. Funds are Available in the Funds are available in account 507043410-5212115/80320115- 5212115 Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T DR A F T Commission Meeting Agenda 5/7/2019 2:00 PM Augusta Canal - Part 12 Independent Consultant Inspection Department:Utilities Department:Utilities Caption:Motion to approve contract with Kleinschmidt Associates to provide FERC mandated Part 12 Independent Consultant Dam Safety Inspection Services for the Augusta Canal in the amount of $113,500.00. (Approved by Engineering Services Committee April 30, 2018) Background:Augusta Utilities Department is currently a license applicant with the Federal Energy Regulatory Commission (FERC) for operation of the Augusta Canal. FERC requires that every 5 years a Part 12 Independent Consultant Dam Safety Inspection and subsequent report be conducted on the overall project. FERC also states the same consulting firm cannot conduct more than two Part 12 inspections consecutively. AUD had previously utilized Cranston Engineering to conduct the first and second inspections in 2009 and 2014, respectfully. We recommend Kleinschmidt because of their experience in working with FERC in this region, and their prior working relationship with Cranston Engineering. Analysis:Approval of this contract will allow AUD to meet the requirements of FERC for this Part 12 Inspection. Financial Impact:Funds are available in account 507043410-5212115/80320115- 5212115 Alternatives:No practical alternative Recommendation:We recommend approval of the contract with Kleinschmidt Associates. Funds are Available in the Funds are available in account 507043410-5212115/80320115- 5212115 Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission OFFICIAL VENDORS Attachment "B" E-Verify Number SAVE Form Original 7 Copies BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 Yes 307873 Yes Yes Yes GOODWYN, MILLS, AND CAWOOD, INC 6120 POWERS FERRY RD NW SUITE 350 ATLANTA, GA 30339 Yes 425070 Yes Yes Yes MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096 Yes 53328 Yes Yes Yes EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 Yes 324745 Yes Yes Yes HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 SAVANNAH, GA 31406 Yes 398475 Yes Yes Yes CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 Yes 104087 Yes Yes Yes JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 Yes 226309 Yes Yes Yes W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 Yes 110665 Yes Yes Yes CRANSTON ENGINEERING GROUP. P.C. 452 ELLIS STREET AUGUSTA, GA 30903 Yes 64684 Yes Yes Yes ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 Yes 257101 Yes Yes Yes RFQ Opening - RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project for the Augusta, GA – Engineering Department RFQ Due: Thursday, February 21, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar): 103 Pre Qualifications Conference Attendees: 20 Total packages submitted: 10 Total Noncompliant: 0 Page 1 of 1 Commission Meeting Agenda 5/7/2019 2:00 PM Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects And Drainage Improvement Projects Department:Engineering Department:Engineering Caption:Motion to approve and award Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Goodwyne, Mills & Cawood (GMC), Alfred Benesh, Constantine Engineering, Inc., and Cranston Engineering as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 19-148 (Approved by Engineering Services Committee April 30, 2018) Background:Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impacts local commercial operations and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. Due to lack of area specific drainage information, specific improvements cannot be identified without detailed surveys and engineering analysis. Therefore, this project and subsequent scope of work will be structured accordingly. The objective of the Drainage Improvements Project in areas experiencing localized flooding (such as National Hill, Forest Hill, Turpin Hill, Goshen) is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Work will be released as a Task Order and completed in various phases depending size of drainage area of the designated area and construction funding allocation. Analysis:RFQ’s were received on February 21, 2019 and were evaluated based on qualifications, project approach, and experience. The following firms submitted RFQs for evaluations: 1. Moreland Altobelli (MA)2. Goodwyn, Mills & Cawood (GMC) 3.Hussey Gay Bell 4. Alfred Benesch (Benesch). 5. EMC Engineering Services (EMC)6. Constantine Engineering, Inc. 7. Johnson, Laschober & Associates 8. W.K. Disckson & Co. 9. Cranston Engineering Group, P.C. 10. Zimmerman, Evans and Leopold, Goodwyne, Mills & Cawood (GMC), Alfred Benesh, Constantine Engineering, Inc., and Cranston Engineering were selected based on the evaluation procedures used for this project. Financial Impact:N/A - intent to seek approval for qualifying the vendors so we can begin fee negotiations. Alternatives:1). Do not approve and find alternative to address county-wide drainage improvements needs. Recommendation:Approve and award Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Goodwyne, Mills & Cawood (GMC), Alfred Benesh, Constantine Engineering, Inc., and Cranston Engineering as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 19-148. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Request for Qualifications Request for Qualifications will be received at this office until Thursday, February 21, 2019 @ 11:00 a.m. for furnishing for the Augusta, GA - Engineering Department: RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project RFQ 19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction RFQs 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 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5, 2019 @ 11:00 a.m. in the 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, February 6, 2019, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications (RFQ) and specifications. An RFQ 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 qualification 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 RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 10, 17, 24, 31, 2019 Metro Courier January 10, 2019 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 POND & COMPANY 621 NW FRONTAGE RD, STE 320 AUGUSTA, GA 30907 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 BLUEWATER ENGINEERING SVCS P. O. BOX 617 EVANS, GA 30809 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 POND & COMPANY 621 NW FRONTAGE RD, STE 320 AUGUSTA, GA 30907 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 BLUEWATER ENGINEERING SVCS P. O. BOX 617 EVANS, GA 30809 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Evaluation Criteria Ranking Points Scale 0 (Low) to 5 (High) Scale 0 (Low) to 5 (High) Scale 0 (Low) to 5 (High) Scale 0 (Low) to 5 (High) Scale 0 (Low) to 5 (High) Scale 0 (Low) to 5 (High) Scale 0 (Low) to 5 (High) Scale 0 (Low) to 5 (High) 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 PASS PASS PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)15 2.5 4.3 3.0 3.8 3.2 3.5 2.8 2.7 37.5 65.0 45.0 57.5 47.5 52.5 42.5 40.0 3. Organization & Approach (0-5)20 2.5 4.3 2.7 4.2 3.2 3.3 3.2 3.2 50.0 86.7 53.3 83.3 63.3 66.7 63.3 63.3 Scope of Services The project scope of work shall include the following: • Assessment of available relevant studies and data. • Data collection including survey, as required, to verify existing conditions and drainage conveyance system. • Detailed analysis of known and potential stream banks failing issues. • Preparation of an overall stream bank restoration plan for the selected service area. • Preparation of phased Improvements Construction Plan that includes budget estimates for proposed improvements. • • Recommended prioritization of phased construction. (0-5)25 2.8 4.0 2.8 3.8 2.7 2.8 3.0 3.0 70.8 100.0 70.8 95.8 66.7 70.8 75.0 75.0 5. Financial Stability (0-5)10 5.0 5.0 5.0 5.0 5.0 5.0 5.0 4.7 50.0 50.0 50.0 50.0 50.0 50.0 50.0 46.7 6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 Within Richmond County 5 10 5 5 5 5 5 5 50 50 0 50 50 50 50 0 Within CSRA 5 6 5 5 0 0 30 0 0 0 0 30 Within Georgia 5 4 0 0 0 0 0 0 0 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 22.8 27.7 23.5 26.8 24.0 24.7 24.0 23.5 283.3 376.7 274.2 361.7 302.5 315.0 305.8 280.0 8. Presentation by Team (0-5)10.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 9 Q&A Response to Panel Questions (0-5)5.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Total Phase 2 - (Total Maximum Ranking 10 - Maximum Weighted Total Possible 75) 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 22.8 27.7 23.5 26.8 24.0 24.7 24.0 23.5 283.3 376.7 274.2 361.7 302.5 315.0 305.8 280.0 Procurement DepartmentRepresentative:_______Nancy Williams_____________________________________ Procurement Department Completion Date: ______3/11/19_______________________ Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: ______Cumulative ________________________ Date: _______3/11/19_____________________ RFQ Item #19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction for the Augusta, GA – Engineering Department RFP Evaluation Meeting: Monday, March 4, 2019 @ 1:00 p.m. Weighted Scores Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Vendors Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 425) Phase 1 Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores t Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-152 Engineering Services for Streambank Stabilization Design, NAME COMPANY/DEPT. urement /'4oJ'e�d ,IJ 1-iA, ,�,t t- 4.f>-t'"'Jc11111'." Ka,k.., I KohV\'s law vi Care... 5.N�"--' J�,rJ� I 6.�\ ���l:rrt 7.5� � 6 Y\'\,) s. � I'\, �Mo�, M Q re {11t.i / � l Io 6 Q,t I,' \AJ� \?\� B""'�Q._ Dtsi'�r. 5ll\�;tr-.S Permitting and Construction For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019 @ 11 :00 a.m. PLEASE PRINT I ADDRESS/CITY/STATE/ZIP CODE I 535 Telfair Street,Suite 605 Augusta, GA 30901 535 Telfair Street,Suite 605 Augusta, GA 30901 �1t, > �1£5.J--- S�JUl� Gc1,310R2- ICilt Cr.,,.rv-u(·c,}, Hepk-t.; l,,'6,L {:, Pr ?:, o'l t< 6{( S,o('-' J-l"'r.- J s,,J..--a� ...... 5'v11le--c..,... l4e,o �c:;t ?� -Z..-"2-b �� Gt-- fi>5�--rt-\\.Gfl'\l!i'..! 'Pk.'4'Jy �Mrl!L_ G�,u"51CrA 3!16 TELEPHONE NUMBER 706-821-2423 706-821-2888 'l-71""' '-flZ.-f?/66 1,.DI.:. 12'-/ot b f78-f ft-8/m 1t:Xo .1'1,,� -�,q 7';0,, 2�4 -dli::O FAXNUMBER 706-821-2811 706-821-2811 l/7!.,, Zt/o ✓2t1! tf7/J ✓+1j_, P.J/(j() /�!_) EMAIL I Prime/Sub procbidandcontract@augustaga.gov procbidandcontract@augustaga.gov tlSYnt'ftv, /YJ�'fl-!� he)-, �-J"°'� h ,"'t eiv r)vv� Do,,,,._ vvt.Jqrr}4,._e, (/It. tJ. « ; • t1 e/- � b e\'\wc.,-\+@ Ul�( c..¥Sb� -� l)r� �c.J..-1� ��e. b,...�9..ck:��.C{)M I prJ;ML NAME s.S\,._,_ (/,..V\N> V\ 2(� 9_ L Hl.1�-to fWVL J0tJt, 10. /(r /sh""-K�i3nl-/V1eM-j 11• H,+ct..€ t f HU rd, � P"' � 12.I < GU./" t.),� 13.R�' �� 14.�fi/l{) MJt-Wl- 15..Ml,\ll� Q,$ J o...c.,0-05 Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction COMPANY/DEPT. \r( oocl L-<tr s iJoot> G : I 'j Kcx TecA1.hJ)la�·e s UPLn S fr)l,•t r-""1 ,·W.A.riNj JlA- JU #rJ �fb For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 11:00 a.m. PLEASE PRINT ADDRESS/CITY/STATE/ TELEPHONE FAXNUMBER ZIP CODE NUMBER lo1o 81� Sh""'t:/ "--'-'· 110 -'-11.1 -7o 53�Y\IA t..,5 0\ W l c� A- 3o\l-il-{ /07S- IJ;c, .SllltNT'f Rl, l'-ENN&/-t1,.l, 4A . 3Dl</'C(770 -fl/ -31'7 I IJ.00 wook-� rlJl-t-tul �-It 8-lo'{-'2.52..-00 23 Grtt,t\,vilk I SC 1)._C)L tJ1 '{f 2-�/(,� >I. 7/Jb-7Zl-/��'t Au?", 1,.,, 6/A '1 • 1° I 12:'i(Q&o.J_<;z: ?b<tr 7.P.4-57�½�4..->b.l 16to' l ,a.qG? 8n,J.. �7�-7:l'I-S?� ,, .. ,._--f:, \ &A-'!Pi()/4Y-� ktJ-/le1-?>f- J/c- //.J '7t t,,,. 7cj lrfll4c /in-'"}V? /41 { A-.]6'70J�s 'j W"'1.lw1 ST ,Ob-�H--�"l-,1 "/:J, ,.,. .A J. � /r Soil'> J�3 EMAIL Prime/Sub S \-._o, Y\'l\,OV\ • be..lt J @ woo,"f \c.-, c,c,W\ Cf;t.1:.1,;I"'�"-, J\JN't Pi!-"�� (!;,WOCD � , Corv-, 01'1. �u1 I<�� vi. k'Wl!.'.J'\\d-""'� e i(c; . (:CM,,i �� Ml11 '-"rd.;s11,. e, i7r,•,u.eer(/1.,.c,./.,,.,. t,n c; t'vieer,tAs .�...., twi•+�e ·rik,j{°8�'°"' pr,� rlt,.$<:,kob&-(2, Pr;,-e, rfk.,� �jlOLcf-eo.- /d-A1)J � e__Jft,,l,'15 7:ft;h -Z:d' o-vv ll-c.o{,5 e C¼}'As;h, ,-., , '(YI NAME 16. t A •• -� •• Sn,. l 17. t)O,lf\�I �.;(k 18. w t.C g j VI{., 19.P,t(f�J 20· t-\¾f\t ,�ou 21.� ""'""'Jl ... 22. 23. Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction COMPANY/DEPT. C.O\'l\o\:a, ... ,. PDNC> ConHa.di1'1.. c-,uc �rne.s� -��GJ,�;.._ For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 11 :00 a.m. PLEASE PRINT ADDRESS/CITY/STATE/ ZIP CODE 535 T,&.l�i, S+-. $cuk 'lll'Sso ,0. �-le.. l Gt� 3oqo l (t!Z..l t,)W F��f2cj �ift.. I liA--"3M D1 l fl I Br0vel S+j Jk G ��GA7tnoL( l'f5c> uw..� J,. Sa-11" s,s ,kuG-1,,(r J')f � ]of, I ID(.)t; \sv()Ad �. SU.:1-\t-JOO AQ)� G-t\ 3cPIO \ I t-i.iAc,,,\,, .. J'-,h,J t.JG� �'6<J6l GA--oo,:, 7 TELEPHONE NUMBER -roG,• S-i,.\. e.«u)6 4 oi< 14 ,i, c,f +3 tl"j ·7 d,-'f / Lf-S 53.S__. TO<-. Z. 51. &{O'l'f 7Dto TJ-;; � \ IL,l 7"'7-7.31-5� FAXNUMBER 1bto 7J� 1,o;:;21q 1°'--731-'"i'�:Z t) , 3�3 EMAIL Prime/Sub \ S4t.A. I@ 0.'""°'U,S�(lq_CL•9◄ hi �..-..bia.cl@ p,m J '"o . t.O,'Y1 w b :)\l\.e e> ·��,C-0� P«£.�S'2 ? G,vc.lJ FfWOIZ t.. CoAf c:'.+oo le@ � \0{,l'ltSC.,h . (..()'M �l�l\o..,� Ve-evu.ee-.� Commission Meeting Agenda 5/7/2019 2:00 PM Engineering Services for Streambank Stabilization Design, Permitting and Construction Department:Engineering Department:Engineering Caption:Motion to approve and award Streambank Stabilization Design, Permitting and Construction Engineering Services Agreement to Goodwyne, Mills & Cawood (GMC), Pond & Company and Johnson Laschober & Associates, PC as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 19- 152 (Approved by Engineering Services Committee April 30, 2018) Background:Streambank erosion and failures are noted countywide and its impact has a negative impact on adjacent properties. The objective of the Stream Bank Restoration and Improvements Project in areas experiencing localized property damages, is to implement control measures and improvements that mitigate the failing banks conditions in these areas and restore the banks in an ecofriendly manner. Due to the lack of area, specific contributing factor information and specific improvements cannot be identified without a detail analysis of geomorphological and hydrological conditions at impacted segments of the creek. Therefore, this project and subsequently scope of work will be structured accordingly. This work will be released as a Task Order and completed in various phases. Analysis:RFQ’s were received on February 21, 2019 and were evaluated based on qualifications, project approach, and experience. The following firms submitted RFQs for evaluations: 1. Pond & Company 2. Goodwyn, Mills & Cawood (GMC) 3. Bluewater Engineering Svcs 4. Alfred Benesch (Benesch). 5. EMC Engineering Services (EMC) 6. Zimmerman, Evans and Leopold 7. Johnson, Laschober & Associates 8. W.K. Disckson & Co. 9. Cranston Engineering Group, P.C. Pond & Company (Pond), Goodwyne, Mills & Cawood (GMC) and Johnson, Laschober & Associates (JLA) were selected based on the evaluation procedures used for this project. Financial Impact:N/A - intent to seek approval for qualifying the vendors so we can begin fee negotiations. Alternatives:1). Do not approve and find alternative to address countywide streambank restoration needs. Recommendation:Approve and award Streambank Stabilization Design, Permitting and Construction Engineering Services Agreement to Goodwyne, Mills & Cawood (GMC), Pond & Company and Johnson Laschober & Associates, PC as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 19- 152 Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission IS S U E D A T E Su i t e 5 0 5 T 7 0 6 . 2 5 1 . 9 0 9 9 G M C N E T W O R K . C O M Au g u s t a , G A 3 0 9 0 1 14 5 0 G r e e n e S t r e e t DE S I G N E R : DR A W N B Y : EN G I N E E R : PR O J E C T M A N A G E R : 30 % S U B M I T T A L 60 % S U B M I T T A L 90 % S U B M I T T A L FI N A L FO R T G O R D O N C R O S S B A S I N LI F T S T A T I O N & F O R C E M A I N AU G U S T A U T I L I T I E S D E P A R T M E N T GM C P r o j e c t C A U G 1 8 0 0 0 4 E D G F H 1 2 3 4 65 7 8 109 B C A E D G F H B C A 1 2 3 4 65 7 8 109 This drawing is and shall remain the property of Goodwyn, Mills and Cawood, Inc. (GMC). Unauthorized use of any kind including use on other projects is prohibited. In the event that a conflict arises between the sealed drawings and the electronic files, the sealed drawings will govern. ©Goodwyn, Mills and Cawood, Inc. (GMC) DR A W I N G F I L E : W : \ C i v i l \ C A U G D w g \ C A U G 1 8 0 0 0 4 - A u g u s t a - F o r t G o r d o n U t i l i t y - C M A R \ C A D \ 0 1 B I D D R A W I N G S \ 0 3 C I V I L \ C - 1 0 1 - 1 2 1 . d w g PL O T T E D : F e b 0 1 , 2 0 1 9 - 1 : 5 7 p m FO R C E M A I N A D D I T I O N PR O P O S E D R O U T E C- # # # SCALE: 0'75'150'150'300' 1" = 150' PROP FM ADDITION1 C-### PREVIOUSLY PROPOSED LIFT STATION PROPOSED LIFT STATION PROPOSED FM ROUTE PR O P O S E D F M R O U T E PROPO S E D F M R O U T E PRO P O S E D F M R O U T E EX 12" RWWG EX 1 2 " R W W G E X 1 5 " R W W G EX 15" R W W G EX 1 8 " R W W G EX 8 " R W W G EX 1 2 " R W W G EX 1 2 " R W W G EX 1 2 " R W W G EX 18" RWWG EX 12" RWWG TIE IN TO EX 18" GRAVITY LINE TIE IN TO PREVIOUSLY PROPOSED FM ROUTE PREVIOUSLY PROPOSED FM ROUTE 3RD AVE.3RD AVE.3RD AVE. 28 T H S T . RA N G E R D . RA N G E R D . SC O U T R D . E X T . SC O U T L A K E R D . R A N G E R D . RA N G E R D . 19 T H S T . 19 T H S T . LEGEND EXISTING PROPOSED PREVIOUSLY PROPOSED Commission Meeting Agenda 5/7/2019 2:00 PM Engineering Services for Utilities Department’s Fort Gordon Cross Basin Lift Station and Force Main Project Design Amendment Department:Utilities Department:Utilities Caption:Motion to accept/approve proposal from Goodwyn, Mills and Cawood, Inc. (GMC) to amend their engineering services contract in the amount of $79,000.00 for Utilities Department’s Fort Gordon Cross Basin Lift Station and Force Main project. (Approved by Engineering Services Committee April 30, 2018) Background:Augusta Utilities Department (AUD) is the contracted water, sanitary sewer, and irrigation utility provider for Fort Gordon. Fort Gordon is undergoing a post-wide transformation with new construction and renovation programs as the Cyber Center of Excellence. One impact of the Fort Gordon’s growth is the increase in wastewater flow in the AUD managed sanitary sewer collection system. AUD plans to accommodate the increase by rerouting more Fort Gordon wastewater flow to AUD’s Butler Creek Sanitary Sewer Interceptor utilizing the proposed Cross Basin Lift Station and Force Main. In 2018, AUD contracted GMC to design this project with a fast track design and construction schedule to meet our commitments to Fort Gordon. In January 2019, Fort Gordon DPW discussed with AUD the potential for additional growth on Fort Gordon. Thus, AUD determined that the proposed lift station should be relocated to better accommodate future wastewater flow. This change in lift station location and the related longer force main necessitates additional design work by GMC. GMC proposes to amend their contract to perform these additional design services for additional fee of $79,000.00. This cost will be recovered within AUD’s budget for this project paid by Fort Gordon. Analysis:AUD reviewed the proposal and recommends amending the contract with Goodwyn, Mills and Cawood, Inc. to perform additional engineering design services for the Fort Gordon Cross Basin Lift Station and Force Main project. Utilities Department requests approval to add $79,000.00 to the contract purchase order. Financial Impact:$79,000.00 funding is available from the following accounts: 507043420-5212115 / 88880190-5212115. Alternatives:No alternatives are recommended. Recommendation:Recommend approval for Utilities Department to amend the contract with Goodwyn, Mills and Cawood, Inc. for the proposed additional design services in the amount of $79,000.00. Funds are Available in the Following Accounts: Funds are available in the following accounts: 507043420- 5212115 / 88880190-5212115. REVIEWED AND APPROVED BY: Augusta, GA Disclaimer The data represented on this map has beencompiled by the best methods available. Accuracyis contingent upon the source information ascompiled by various agencies and departmentsboth internal and external to the consolidatedgovernment of Augusta, GA. Augusta, GA and thecompanies contracted to develop these dataassume no legal responsibilities for the informationor accuracy contained on this map. It is strictlyforbidden to sell or reproduce these maps or datafor any reason without the written consent of theAugusta Commission.Print Date Apr 24, 2019 Department of Information TechnologyGeospatial Information Solutions (GIS) Division535 Telfair St Bldg 2000 | Augusta, GA 30901www.augustaga.gov/gis | gis@augustaga.gov Like, Follow, Share #AugustaGIS µ 1 inch = 50 feetMap Scale Augusta, GA Commission Meeting Agenda 5/7/2019 2:00 PM extremely dangerous entrance to the Augusta Regional Airport. Department: Department: Caption:Motion to approve authorizing the Engineering Dept. to proceed with a temporary solution of installing a left turn lane at an estimated cost of $120,000 to improve an extremely dangerous entrance to the Augusta Regional Airport. (Approved by Engineering Services Committee) Background:A temporary solution has been proposed by our Engineering department that can be done in-house. This temporary solution will work for now until we get to a better place. However, a bigger and better permanent solution is required. Our airport must grow along with our city. The traffic has increased dramatically in all areas of the airport. The traffic at this entrance must compete with fully loaded log trucks, tractor trailers, and other over trucks servicing this industrial area. Life and limb is at risk. This is especially true during Maters week when we have limousines, passenger vans, car carriers, and a host of other vehicles using this entrance. Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Customer Legal Name Mailing Address Service Address Tax ID# Email DBA County AUGUSTA RICHMOND COUNTY 0 STREET LIGHTS AUGUSTA GA 30901 Richmond - GA 535 TELFAIR ST STE 800 AUGUSTA GA 30901 Tel #Alt Tel # 4274 Business Description Existing Customer If Yes (and if possible), does customer want the Service added to an existing account? If Yes, which Account Number?00508-72001 Selected Components Action Qty Wattage Type Description INS 13 150 HPS Post Top Service Cost ($)Regulated Cost ($)*Monthly Cost ($)* $253.37 $84.63 $338.00 Project Notes: CIAC ($)Pre-Payment ($)Estimated Taxes ($)**Total ($)** $17,885.00 $0.00 $0.00 $17,885.00 Type Customer Tariff Content NESC Gov EOL Customer Authorization Georgia Power Authorization Signature:Signature: Print Name:Print Name: Michael Goodwin Print Title:Print Title: Account Exec Date:Date: Customer agrees to this Lighting Services Agreement with Georgia Power Company under the attached terms and conditions and authorizes all actions noted on this agreement. Customer also agrees to allow removal of existing lights. Yes … N/A ; * The actual Regulated Cost will be calculated using the tariffs approved by Georgia Public Service Commission at the time of billing. This estimate is based on Summer Rates in effect at the time of this proposal. ** The actual upfront sales tax will be calculated based on the taxes in effect at the time for the premise location. Customer recognizes that the individual signing this Agreement on its behalf has authority to do so. Term (Months)1 Yes ; No …Yes ; No … Lighting Services Agreement - Illumination 1 Page 2 of 2 Revised 5/31/2017 TERMS and CONDITIONS (Illumination - Governmental) 1. Lighting Services Agreement. This Lighting Services Agreement (the “Agreement”) establishes the terms and conditions under which Georgia Power Company (“GPC”) will provide lighting service and, where GPC deems necessary, related electric service (collectively “Service”) to the Customer identified on page 1 of this Agreement (“Customer”). Service will be provided to Customer at the Service Address set forth on page 1 of this Agreement (the “Premises”). GPC may update, modify or replace all poles, bases, wiring, conduit, fixtures, controls and related items (collectively, the “GPC Assets”) as necessary or convenient in order to address regulatory requirements or for other reasons related to the provision of Service. 2. Intent and Title. This Agreement concerns the provision of Service to Customer by GPC and is not a sale, lease or licensing of goods, equipment, property or assets of any kind. GPC retains the sole and exclusive right, title and interest in and to all of the GPC Assets utilized in connection with the Service. Moreover, GPC may remove the GPC Assets upon termination of this Agreement. GPC makes no representation or warranty regarding treatment of this transaction by the Internal Revenue Service or the status of this Agreement under any federal or state tax law. Customer enters into this Agreement in sole reliance upon Customer’s own advisors. 3. Term. The initial Agreement term is stated on Page 1, calculated from the date of the first monthly bill. After the initial term, this Agreement automatically renews on a month-to-month basis until terminated by either party by providing written notice of intent to terminate to the other party at least 30 days before the desired termination date. GPC’s address for notice is 1790 Montreal Circle, Tucker, GA 30084-6801; Customer’s mailing address is noted on Page 1. 4. Payment. GPC will invoice Customer per the terms stated on Page 1, subject to any change in the electric service charge dictated by the Georgia Public Service Commission. Customer agrees to pay the amount billed by the due date. If a balance is outstanding past the due date, Customer acknowledges that GPC may require Customer to pay a deposit of up to two times the Estimated Monthly Charge in order to continue service. If applicable, Customer must provide a copy of its Georgia sales tax exemption certificate. Customer will be required to pay any and all costs associated with Customer initiated changes after the date the Agreement has been signed. 5. Premises Activity. Customer grants GPC and its contractors and representatives the right and license to enter the Premises and perform all manner of activities related to the provision of Service, including the right to: (i) access the Premises with vehicles, the GPC Assets and other tools or equipment in order to install and connect the GPC Assets and provide Service; (ii) remove and disconnect pre-existing equipment where it is necessary or convenient to do so for the provision of Service; (iii) inspect, maintain, test, replace, repair, and remove GPC Assets; (iv) provide electric energy in relation to the Service where GPC deems necessary; and (v) conduct any other activities reasonably related to the provision of Service, including surveying, digging and excavation with tools, mechanized equipment and other machinery (activity items (i) – (v) collectively, the “GPC Activity”). Customer represents that it has the right to permit GPC to provide the Service and perform the GPC Activity upon the Premises and, where applicable, has obtained the express authority and any required permissions from all Premises owners (and any other party with rights in the Premises) to enter into this Agreement and to authorize the GPC Activity and Service. 6. Installation. Customer recognizes that GPC may be required to install the GPC Assets in order to provide this service. Customer represents that: (i) the Premises’ final grade will vary no more than 6 inches from the grade existing at the time of Installation; and (ii) if applicable and required for proper Installation, Premises property lines will be clearly marked before Installation. A. Customer Work. If GPC, upon Customer’s request, allows Customer to itself or through a third party perform any part of the activities related to the installation of GPC Assets at the premises (including trenching), Customer warrants that the work will meet GPC’s installation specifications (which GPC will provide to Customer and are incorporated by this reference). Customer is responsible for all reasonable additional costs arising from Customer’s non-compliance with GPC’s specifications or lack of timely (i.e., 10 days’) notice to GPC that GPC Activity related to the installation and connection of GPC Assets can commence. B. Underground Facility/Obstruction Not Subject to Dig Law. Because GPC Activity may require excavation not subject to the Georgia Utility Facility Protection Act (O.C.G.A. §§25-9-1 – 25-9-13) (“Dig Law”), Customer must mark any private utility or facility (e.g., gas/ water/sewer line; irrigation facility; low voltage data/communication line) or other underground obstruction at the Premises that is not subject to the Dig Law. If GPC causes or incurs damage due to Customer’s failure to mark a private facility or obstruction before GPC commences the GPC Activity, Customer is responsible for all damages and any resulting delay. C. Unforeseen Condition. The estimated charges shown on Page 1 include no allowance for any subsurface rock, wetland, underground stream, buried waste, unsuitable soil, underground obstruction, archeological artifact, burial ground, threatened or endangered species, hazardous substance, etc. encountered during the GPC Activity (“Unforeseen Condition”). If GPC encounters an Unforeseen Condition, GPC, in its sole discretion, may stop all GPC Activity until Customer either remedies the condition or agrees to reimburse all GPC costs arising from the condition. Customer is responsible for all costs of modification or change to the GPC Assets requested by Customer or dictated by an Unforeseen Condition or circumstance outside GPC’s control. 7. GPC Asset Protection and Damage. During the term of this Agreement, in the event of any work or digging near the GPC Assets, Customer (or any person or entity working on Customer’s behalf) must: (i) provide notices and locate requests to the Georgia Utilities Protection Center (“UPC”) and other utility owners or operators as required by the then current Dig Law; (ii) coordinate with the UPC and all utility facility owners or operators as required by the Dig Law; and (iii) comply with the High-voltage Safety Act (O.C.G.A. §§46-3-30 -- 46-3-40). As between Customer and GPC, Customer is responsible for all damages arising from failure to comply with applicable law or for damage to the GPC Assets caused by anyone other than GPC (or a GPC contractor or representative). 8. Interruption of Service. Customer understands Service is provided on an “as is” and “as available” basis and may be interrupted. Customer is responsible for notifying GPC if there is a Service interruption. Customer can provide such notice by either calling 1-888- 660-5890 to report the issue or by reporting the issue online at (http://outdoorlighting.georgiapower.com). 9. Pole Attachments. If Customer desires to attach or affix anything to the GPC Assets, Customer must first obtain GPC’s written consent. Customer must call GPC Lighting Services Business Unit at 1-888-660-5890 to obtain such authorization. 10. Disclaimer; Damages. GPC makes no covenant, warranty, or representation of any kind (including warranty of fitness for a particular purpose or of merchantability) regarding the Illumination Service or any GPC Activity. Customer also acknowledges that, due to the unique characteristics of the Premises, Customer’s needs, or GPC Assets choice, the Illumination Service may not follow IESNA guidelines. Customer waives any right to consequential, special, indirect, treble, exemplary, incidental, punitive, loss of business reputation, or loss of use (including loss of revenue, profits, or capital costs) damages in connection with the Illumination Service, GPC Assets or this Agreement, or arising from damage, hindrance, or delay involving the Illumination Service or this Agreement, whether or not reasonable, foreseeable, contemplated, or avoidable. Customer is solely responsible for safety of the Premises and agrees that GPC has no obligation to ensure the safety of the Premises. 11. Georgia Security, Immigration, and Compliance Act. Customer is a “public employer” as defined by O.C.G.A. § 13-10-91 and this is a contract for physical performance of services within the state of Georgia. Compliance with requirements of O.C.G.A. § 13-10-91 is a condition of this Agreement and is mandatory. GPC will provide to Customer a contractor’s affidavit as required by O.C.G.A. § 13-10-91. GPC also agrees that, if it employs or contracts with any subcontractor(s) in connection with this Agreement, GPC will secure from each subcontractor an affidavit attesting to the subcontractor’s compliance with O.C.G.A. § 13-10-91. 12. Arbitration. Any disputes which the parties are unable to resolve in good faith within 30 days written notice to the defaulting or breaching party, other than those disputes related to indemnity or for which a claim is filed by Customer or GPC individually in a small claims court or Customer’s state’s equivalent court so long as the claim remains in such court and advances as an individual (non-class, non-representative) claim for relief, will be submitted to arbitration administered by JAMS in Atlanta, Georgia in accordance with the JAMS Streamlined Arbitration Rules & Procedures before a single arbitrator, and the Federal Arbitration Act, 9 U.S.C. § 1 et seq. The arbitrator will issue an award in a form not to exceed one page and will not include findings of fact, conclusions of law or a reasoned opinion. Customer must pay their share of the arbitration fees, as established by the arbitrator, up to a maximum of $75. If Customer prevails in the arbitration, GPC will bear all reasonable expenses borne by Customer in connection with the arbitration. Customer will not be permitted to participate as a representative or member of any class arbitration with respect to any claim that is subject to this agreement and Customer irrevocably waives any right they may have had to participate in any such class. The arbitrator has no authority to conduct any consolidated, joint or class arbitration as to any claims and will only address and determine the individual claims of the parties. If any part of this arbitration clause is found to be unenforceable, the entire arbitration clause will be unenforceable. 13. Default. Customer is in default if Customer does not pay the entire amount owed within 45 days of billing or terminates this Agreement without proper notice and prior to the end of the then current term. GPC’s waiver of any past default will not waive any other default. If default occurs, GPC may elect to immediately terminate this Agreement and remove any or all GPC Assets from the Premises, and shall be entitled to seek any and all available remedies provided by law, including, without limitation, the right to collect all past due amounts (including late fees if applicable) and all amounts due for the Service during the remaining term of the Agreement. 14. Miscellaneous. This Agreement contains the parties’ entire agreement relating to the Service and GPC Activity and replaces any prior agreement, written or oral. Subject to applicable law, GPC may modify the terms of this Agreement by providing 30 days’ prior written notice to Customer of such modification. If Customer uses the Service or makes any payment to use the Service on or after the effective date of the modification, Customer accepts the modification. Either party may update administrative or contact information (e.g., address, phone, website) at any time by written notice to the other party. Customer will not assign, in whole or in part, this Agreement or its Agreement rights or obligations. Any such assignment without GPC’s prior written consent will be void and of no effect In this Agreement, “including” means “including, but not limited to.” Georgia law governs this Agreement. If a court rules an Agreement provision unenforceable to any extent, the rest of that provision and all other provisions remain effective. 2 March 13, 2019 Haynes Station Phase 9 Attn: Ron Lampkin Augusta, Ga. Proposal for installing: (13) 150w HPS Post Top fixtures and (13) 20’ Fiberglass poles with all UD wiring necessary. This price includes all maintenance of poles, wire, and fixtures. All lights will be installed on the GPC ROW where the utility lines are located. Upfront Monthly Cost Per Light $18,702 $338.00 $26.00 I look forward to working with you on this project. Please call if you have any questions. Sincerely, Gary Goodwin Gary Goodwin Georgia Power Company Lighting Services 706.533.4455 – Cell mggoodwi@southernco.com Commission Meeting Agenda 5/7/2019 2:00 PM Haynes Station Phase IX Dedication Department:Engineering Department:Engineering Caption:Motion to approve the deed of dedications, maintenance agreements, and road resolutions submitted by the Engineering Department and the Augusta Utilities Department for Haynes Station Phase IX. (Approved by Engineering Services Committee April 30, 2018) Background:The final plat for Haynes Station, Phase IX, was approved by the Commission on October 16, 2018 . The subdivision design and plat for this section, including the storm drain system, have been reviewed and accepted by our engineering staff and the construction has been reviewed by our inspectors. The Utilities Department has inspected and reviewed the water and sanitary sewer installations, and hereby requests acceptance of the utility deed. Analysis:This section meets all codes, ordinances and standards. Portions of this subdivision lie within the 100-year flood plain and wetlands, which are noted on the final plat. Acceptance of said utility deed shall dedicate, as required, the water and sanitary sewer mains along with the applicable easements to Augusta, Georgia for operation and maintenance. Financial Impact:By accepting these roads and storm drainage installations into the County system and after the 18-month maintenance warranty by the developer/contractor for the road and storm drainage has expired, all future maintenance and associated costs will be borne by Augusta, Georgia. By acceptance of the utility deed and maintenance agreement, all future maintenance and associated costs for water and sanitary sewer installations will be borne by Augusta, Georgia, and positive revenue will be generated from the sale of water and sanitary sewer taps and monthly billing of same. Alternatives:1. Approve the deeds of dedication, maintenance agreements, and road resolutions submitted by the Engineering and Augusta Utilities Departments for Haynes Station, Phase IX. 2. Do not approve and risk litigation Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Memorandum of Agreement BETWEEN THE GEORGIA DEPARTMENT OF TRANSPORTATION AND AUGUSTA-RICHMOND COUNTY THIS MEMORANDUM OF AGREEMENT is made and entered into effective the ____ day of ___________, 2019, by and between the Georgia Department of Transportation (hereinafter “GDOT or DEPARTMENT”) an agency of the State of Georgia, and Augusta-Richmond County (hereinafter the “CITY”). WHEREAS, the Augusta Region can benefit substantially through coordinated traffic and incident management; and WHEREAS, the CITY is currently deploying traffic cameras on roadways under the jurisdiction of the DEPARTMENT and the CITY; and WHEREAS, the DEPARTMENT manages a Statewide traffic management program called “NaviGAtor,” hereinafter called the “PROGRAM,” and licenses traffic management software, also known as “NaviGAtor”, to control and view traffic cameras, manage incidents, and monitor general traffic flow; and WHEREAS, the PROGRAM’s mission is to increase travel throughput and minimize traveler delays by monitoring traffic flow, clearing incidents quickly, optimizing traffic signal timing, and keeping the traveling public informed on traffic conditions; and WHEREAS, the CITY is committed to the goals and objectives of the PROGRAM and of the NaviGAtor software; and WHEREAS, the CITY has recognized the benefits of joining the Statewide system as opposed to operating an isolated and independent system; and WHEREAS, the CITY has elected to join the PROGRAM and integrate CITY-owned and maintained devices into the NaviGAtor software; NOW THEREFORE, for and in consideration of the mutual promises, the public purposes and the acknowledgements and agreements contained herein, it is HEREBY AGREED; I. TERM OF AGREEMENT a. This AGREEMENT shall run from the effective date written above until 11:59 PM on June 30, 2020 and shall renew automatically from year to year thereafter for a maximum of 10 years unless terminated sooner by either party. II. SCOPE OF COOPERATION a. The CITY shall cooperate with the DEPARTMENT and the DEPARTMENT shall cooperate with the CITY to share access to video surveillance systems. Access to view and control video surveillance systems from the CITY-owned and DEPARTMENT-owned devices shall be shared by the two Agencies. b. The DEPARTMENT will cooperate with the CITY and may participate in other activities needed to improve the operations on state routes within the CITY. c. The CITY will coordinate the operations of traffic signals on streets under the jurisdiction of the City with adjacent portions that may be operated by the DEPARTMENT or other local jurisdictions. III. DEPARTMENT RESPONSIBILITIES a. The DEPARTMENT will be responsible for furnishing and installing NaviGAtor software and associated hardware at the CITY’s facility. The DEPARTMENT has committed to completing the installation by July 31, 2019. b. The DEPARTMENT will provide a local server to be housed at the CITY’s facility. The server will support up to 23 simultaneous video streams of CITY cameras as requested from outside of the CITY’s network. c. The DEPARTMENT will coordinate and manage the high-capacity communications network connection between the CITY and the DEPARTMENT. d. The DEPARTMENT will perform NaviGAtor software configuration work for all CITY-owned devices. IV. CITY RESPONSIBILITES a. The CITY agrees to provide computer(s) with features to properly serve as the NaviGAtor display client for the CITY’s video wall V. COSTS a. The DEPARTMENT agrees to bare all costs associated with the coordination, management, furnishing, installation, licensing, testing, and maintenance of DEPARTMENT’S RESPONSIBILITIES in accordance with Section II above. b. The CITY agrees to bare all costs, IF ANY, associated with the coordination, management, furnishings, installation, licensing, testing, and maintenance of CITY’S RESPONSIBILITIES in accordance with Section II above. VI. COMPATIBILITY a. The DEPARTMENT confirms that the cameras procured by the CITY as part of the Augusta ITS Master Plan ATMS project (PI 0011392), Axis model P5635-E IP cameras, are compatible with the NaviGAtor software. b. The CITY agrees to provide computer(s) with compatible features to serve as the NaviGAtor display client for the CITY’s video wall. VII. MODIFICATION OF PROGRAM a. The DEPARTMENT may modify the PROGRAM including changing to a different software platform. If this occurs, the DEPARTMENT will assist the CITY in transitioning to the new software. The hardware, software, and licensing costs associated with transition to new software will be paid for by the DEPARTMENT. VIII. MODIFICATION OF THE AGREEMENT a. This AGREEMENT may not be modified without at least thirty (30) days notification being made to the other party in writing b. Any modification to this AGREEMENT must be approved and executed by both parties in writing. IX. TERMINATION BY DEFAULT a. Should either party fail to comply with any of its responsibilities contained in this AGREEMENT, then either party shall have the option of providing to the other party fourteen (14) days written notice to cure such “Failure”. If such Failure is not cured upon the expiration of the 14-day cure period, either party shall have the option to immediately terminate this AGREEMENT. X. TERMINATION BY NECESSITY a. This AGREEMENT may be terminated by either party upon providing sixty (60) days notice in writing, if such termination is necessary due to the coordination, management, furnishings, installation, licensing, testing, finances, funding and/or maintenance of the PROJECT. XI. RESPONSIBILITIES UPON TERMINATION OR EXPIRATION a. In the event of termination or expiration of this AGREEMENT, CITY and DEPARTMENT agree to cooperate to restore each party to the position occupied prior to the existence of this AGREEMENT as applicable to the PROGRAM. XII. SOVEREIGN IMMUNITY a. Notwithstanding any other provision of this Agreement to the contrary, no term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protection, or other provisions under the Georgia Constitution or the United States Constitution. XIII. NOTICES a. All notices, demands and all other communications that may be given to or made by either party to the other in connection with this Agreement (other than general communication which may occur by electronic mail) shal1 be in writing and shall be deemed to have been properly given if delivered in person or sent by registered or certified mai1, return receipt requested, or by a nationally recognized overnight courier service, to the following addresses: i. If to City: Augusta Engineering Department, Traffic Division 452 Walker Street, Suite 120 Augusta, GA 30901 Phone: (706) 821-1850/Email: jussery@augustaga.gov Attention: John Ussery, Assistant Director of Traffic ii. If to Department: Transportation Management Center/GDOT 935 United Avenue, SE Atlanta, Georgia 30316 Phone: (404) 635-2854/Email: roware@dot.ga.gov Attention: Roderick Ware II, ITS Supervisor IN WITNESS WHEREOF, the parties hereto have executed this agreement as of the Effective Date. __________________________ Unofficial Witness Sworn to and subscribed before me this ___ day of ___________, 2019. My commission expires: _______ _____________________________ Notary Public (Notary Seal) GEORGIA DEPARTMENT OF TRANSPORTATION By: _______________________________ Signature ________________________________ Name & Title __________________________ Unofficial Witness Sworn to and subscribed before me this ___ day of ___________, 2019. My commission expires: _______ __________________________ Notary Public (Notary Seal) CITY OF AUGUSTA By: ______________________________ Signature _____________________________ Name & Title Commission Meeting Agenda 5/7/2019 2:00 PM Memorandum of Agreement between the Georgia Department of Transportation and Augusta, GA Department:Engineering Department:Engineering Caption:Motion to approve entering into a Memorandum of Agreement with the Georgia Department of Transportation for inclusion into the statewide NaviGAtor Program as requested by AED. (Approved by Engineering Services Committee April 30, 2018) Background:The Georgia Department of Transportation (GDOT) currently manages a statewide traffic management program named NaviGAtor. This statewide program allows participants to view traffic cameras, manage incidents, and monitor general traffic flow. The program’s mission is to increase travel throughput and minimize travel delays by monitoring traffic flow, clearing incidents efficiently, optimizing traffic signal timing, and keeping the traveling public informed on traffic conditions. Analysis:Entering into the Memorandum of Agreement with Georgia DOT will allow Augusta to become a statewide partner in the NaviGAtor Program. This partnership will benefit both parties as video from traffic cameras can be shared throughout our area and statewide. Augusta will also benefit from any software and program upgrades that are freely distributed to statewide partners. Financial Impact:There will be no fiscal impact to Augusta. All costs to join the program and the necessary software installations will be paid for by the Georgia Department of Transportation. Future upgrades will also be provided to Augusta at no cost. Alternatives:1) Do not approve and not to become statewide partner in the NaviGAtor Program. Recommendation: Approve entering into a Memorandum of Agreement with the Georgia Department of Transportation for the NaviGAtor Program. Funds are Available in the Following Accounts: Design Phase Funding (GDOT and Federal Funds) REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Professional Services Related to New Savannah Bluff Lock and Dam (NSBL&D) Department:Utilities Department:Utilities Caption:Motion to approve $100,000 in Additional Funding for New Savannah Bluff Lock and Dam and include periodic updates from the firms involved. (Approved by Engineering Services Committee April 30, 2018) Background:In its meeting of February 19, 2019, the Commission approved $30,000 for professional services to assist in preparing comments for the U.S. Army Corps of Engineers (Corps) preferred alternative for the NSBL&D. In this meeting, Cranston Engineering and Merrick & Company were proposed to perform this work. The City of North Augusta subsequently committed $15,000 towards this effort. Analysis:Comments were submitted on April 16, 2019. The comment package was technically and legally substantive, and provides a solid foundation for Augusta and North Augusta to engage the Corps to achieve a solution that meets our needs. Although final costs have not been invoiced, the effort to prepare the comment package exceeded the $45,000 previously committed. We hope to soon begin discussions with the Corps to arrive at a mutually agreeable solution. Depending on how things progress, we may require further technical expertise to vet adaptations of the alternatives being considered. Financial Impact:Without knowing how discussions will proceed, we are requesting approval of $100,000 that would be used on a time and materials basis. Alternatives:No practical alternative Recommendation:We recommend approval of $100,000 to continue this work. Funds are Available in the Following Accounts: G/L 514043410-5212999 J/L 80599999-5212999 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Fee Proposal Original 6 Copies MORELAND ALTOBELLI 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096-8910 WOLVERTON & ASSOCIATES 6745 SUGARLOAF PARKWAY SUITE 100 DULUTH, GA 30097 Yes 110645 Yes Yes Yes Yes Yes HUSSEY GAY BELL 1219 ASSEMBLY STREET COLUMBIA, SC 29201 Yes 398475 Yes Yes Yes Yes Yes W. R. TOOLE ENGINEERS INC 1005 BROAD STREET, STE 200 AUGUSTA, GA 30901 Yes 62985 Yes Yes Yes Yes Yes POND & COMPANY 621 NW FRONTAGE ROAD, STE 320 AUGUSTA, GA 30907 Yes 175046 Yes Yes Yes Yes Yes GOODWYN, MILLS & CAWOOD 6120 POWERS FERRY RD NW SUITE 350 ATLANTA, GA 30339 Yes 425070 Yes Yes Yes Yes Yes INFRASTRUCTURE SYSTEMS MGT 1557 BROAD ST AUGUSTA, GA 30901 RFP Item #18-266 Design Services for Telfair Street Improvement Project for Augusta, Engineering Department RFP Date: Thursday, September 6, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 25 Total Number Specifications Download (Demandstar): 101 Total Electronic Notifications (Demandstar): 5 Total Number Specifications Mailed Out to Local Vendor: 14 Mandatory Pre-Bid Conference Attendees: 18 Total packages submitted: 5 Total Noncompliant: 0 Page 1 of 1 18-266 TAB OFFICIAL Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project is authorized to CPB#371-041110-T15040148 to approve and award Preliminary and and Final Engineering Design Consultant Services Agreement to Goodwyne, Mills & Cawood (GMC) Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. TIA Design 1,076,550$ 1,076,550$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Honorable Hardie Davis, Mayor CAPITAL PROJECT BUDGET CPB#371-041110-T15040148 Telfair Street Improvements (RFP #18-266) in the amount of $1,076,541.99 for the Telfair Street Improvements project as requested by AED. Award is contingent upon receipt of signed agreement. RFP 18-266 4/5/2019 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#371-041110-T15040148 Telfair Street Improvements (RFP #18-266) CPB AMOUNT New SOURCE OF FUNDS CPB CPB TIA Project 371-041110/5212115-T15040148 ($1,076,550) ($1,076,550) TOTAL SOURCES: ($1,076,550) ($1,076,550) USE OF FUNDS ENGINEERING 371-041110-5212115/T15040148 $1,076,550 $1,076,550 TOTAL USES: $1,076,550 $1,076,550 4/5/2019 Section 1: The project is authorized to CPB#371-041110-T15040148 to approve and award Preliminary and and Final Engineering Design Consultant Services Agreement to Goodwyne, Mills & Cawood (GMC) CPB#371-041110-T15040148 in the amount of $1,076,541.99 for the Telfair Street Improvements project as requested by AED. Award is 4/5/2019 CPB#371-041110-T15040148 4/5/2019 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Fee Proposal Original 6 Copies MORELAND ALTOBELLI 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096-8910 WOLVERTON & ASSOCIATES 6745 SUGARLOAF PARKWAY SUITE 100 DULUTH, GA 30097 Yes 110645 Yes Yes Yes Yes Yes HUSSEY GAY BELL 2016 SATELLITE BLVD. DULUTH, GA 30097 Yes 398475 Yes Yes Yes Yes Yes W. R. TOOLE ENGINEERS INC 1005 BROAD STREET, STE 200 AUGUSTA, GA 30901 Yes 62985 Yes Yes Yes Yes Yes POND & COMPANY 621 NW FRONTAGE ROAD, STE 320 AUGUSTA, GA 30907 Yes 175046 Yes Yes Yes Yes Yes GOODWYN, MILLS & CAWOOD 1450 GREEN ST, SUITE 505 AUGUSTA, GA 30901 Yes 425070 Yes Yes Yes Yes Yes INFRASTRUCTURE SYSTEMS MGT 1557 BROAD ST AUGUSTA, GA 30901 RFP Item #18-266 Design Services for Telfair Street Improvement Project for Augusta, Engineering Department RFP Date: Thursday, September 6, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 25 Total Number Specifications Download (Demandstar): 101 Total Electronic Notifications (Demandstar): 5 Total Number Specifications Mailed Out to Local Vendor: 14 Mandatory Pre-Bid Conference Attendees: 18 Total packages submitted: 5 Total Noncompliant: 0 Page 1 of 1 PDFConvert.41291.1.18-266_TAB_OFFICIAL WOLVERTON & ASSOCIATES 6745 SUGARLOAF PARKWAY SUITE 100 DULUTH, GA 30097 HUSSEY GAY BELL 2016 SATELLITE Blvd, Suite 250 DULUTH, GA 30097 W. R. TOOLE ENGINEERS INC 1005 BROAD STREET, S TE 200 AUGUSTA, GA 30901 POND & COMPANY 621 NW FRONTAGE ROAD, STE 320 AUGUSTA, GA 30907 GOODWYN, MILLS & CAWOOD 1450 GREENE ST. SUITE 505 Augusta, GA 30901 WOLVERTON & ASSOCIATES 6745 SUGARLOAF PARKWAY SUITE 100 DULUTH, GA 30097 HUSSEY GAY BELL 2016 SATELLITE Blvd, Suite 250 DULUTH, GA 30097 W. R. TOOLE ENGINEERS INC 1005 BROAD STREET, S TE 200 AUGUSTA, GA 30901 POND & COMPANY 621 NW FRONTAGE ROAD, STE 320 AUGUSTA, GA 30907 GOODWYN, MILLS & CAWOOD 1450 GREENE ST. SUITE 505 Augusta, GA 30901 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 PASS PASS 2. Qualifications & Experience (0-5)20 4.8 4.8 4.0 4.0 5.0 95.0 95.0 80.0 80.0 100.0 3. Organization & Approach (0-5)15 4.5 4.7 3.7 3.9 5.0 67.5 69.8 54.8 58.5 75.0 4. Scope of Services - Ability to Provide Scope of Services - Project Deliverables - Cost Control and Budgeting Methodology (0-5)15 4.5 4.5 3.2 4.2 4.5 67.5 67.5 47.3 62.3 67.5 5. Schedule to Work (0-5)10 4.5 4.5 4.0 4.5 4.5 45.0 45.0 40.0 45.0 45.0 Within Richmond County 5 10 5 5 5 0.0 0.0 50.0 50.0 50.0 Within CSRA 5 6 0.0 0.0 0.0 0.0 0.0 Within Georgia 5 4 5 5 20.0 20.0 0.0 0.0 0.0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0.0 0.0 0.0 0.0 0.0 · All Others 5 1 0.0 0.0 0.0 0.0 0.0 7. References (0-5)5 4.5 4.5 4.0 4.5 4.5 4 22.5 22.5 20.0 22.5 22.5 27.75 27.9 23.8 26.05 28.5 317.5 319.8 292.0 318.3 360.0 8. Presentation by Team (0-5)10 0 0 0 0 0 19 Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 Lowest Fees 5 10 5 0 0 0 50 0 Second 5 6 5 30 0 0 0 0 Third 5 4 5 0 0 20 0 0 Forth 5 2 5 0 10 0 0 0 Fifth 5 1 5 0 0 0 0 5 Total Phase 2 - (Total Maximum Ranking 15- Maximum Weighted Total Possible 125) 100 5 5 5 5 5 30 10 20 50 5 32.8 32.9 28.8 31.1 33.5 # 347.5 329.8 312.0 368.3 365.0 Vendors Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 375) Phase 1 RFP Item #18-266 Design Services for Telfair Street Improvement Project for Augusta, Engineering Department Evalaution Meeting Date: Monday, October 8, 2018 @ 3:00 p.m. Ranking of 0-5 (Enter a number value between 0 and 5) Scale 0 (Low) to 5 (High) Weighted Scores 6 Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Internal Use Only Evaluator: Cumulative Date: 10/8/18 Procurement DepartmentRepresentative:____Nancy Williams________________________________________ Procurement Department Completion Date: 10/8/18 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) Total (Total Possible Score 500) Phase 2 (Option - Numbers 8-9) Commission Meeting Agenda 5/7/2019 2:00 PM RFP 18-266 Telfair Street Improvements Project Design Services for Roadway Improvements Department:Engineering Department:Engineering Caption:Motion to approve and award Preliminary and Final Engineering Design Consultant Services Agreement to Goodwyne, Mills & Cawood (GMC) in the amount of $1,076,541.99 for the Telfair Street Improvements Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFP 18-266 (Approved by Engineering Services Committee April 30, 2018) Background:The Telfair Street Improvements is a project from the “Approved Investment List” of TIA that was approved by voters of the CSRA in July 31, 2012 referendum. The Telfair Street is a Band 3 project. The project improvements consist of improving roadway safety by resurfacing, reconstructing the existing curb and gutter, replacing sidewalks and improving the storm water system. The project will improve pedestrian safety at intersections with new high visibility crosswalks. New street landscaping will be provided, where possible, to enhance pedestrian use and improvement roadway aesthetics. In September 2015, commission approved award of the Augusta Downtown Concept development project to Cooper Carry. Cooper Carry task is completed and project is ready for engineering design phase. In July 2018, Request for Qualification was released for qualified firms to provide design services along the Telfair street corridor per the Project Concept Report. Analysis:RFP’s were received on October 8, 2018. Five (5) firms responded and were evaluated based on qualifications, project approach, and experience. The following firms submitted RFQs for evaluations: 1. Wolverton & Associates 2. Hussey Gay Bell 3. W.R. Toole Engineers Inc. 4. Pond & Company 5. Goodwyn, Mills & Cawood Goodwyne, Mills & Cawood (GMC) was selected based on the evaluation procedures used for this project. Financial Impact:Funds are available in the TIA project budget. Alternatives:1). Do not approve and find alternative to complete the project and meet TIA project completion schedule. Recommendation:Approve and award Preliminary and Final Engineering Design Consultant Services Agreement to Goodwyne, Mills & Cawood (GMC) in the amount of $1,076,541.99 for the Telfair Street Improvements Project as requested by the AED. Award is contingent upon receipt of signed agreement. Funds are Available in the Following Accounts: Project TIA Funds 371-041110-5212115/T15040148 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Street Light Request Haynes Station Section 9 Department:Traffic Engineering Department:Traffic Engineering Caption:Motion to approve the installation of thirteen streetlights in Haynes Station Section 9 with a cost of $4,056.00 per year. This is also to approve a new lighting tax district for the 45 lots associated with the above section. Funding is available in the Street Lighting budget account #2760416105312310.(Approved by Engineering Services Committee April 30, 2018) Background:Georgia Power Company will install thirteen lights on Ducal Street, Brevard Road, and Greyson Street. The upfront cost of installation to include trenching, conductor, poles and lights is $18,702.00. The yearly cost for these lights will be $4,056.00 which is to be paid for by the 45 lots associated with these road in a special taxing district to appear on the 2019 tax bill. The cost per lot to be added to the tax bill is $85.00 each year to cover the cost of the lights and maintenance. Analysis:The cost proposal was received by Georgia Power on March 13, 2019 in the amount of: CONTRACTOR BID 1.Georgia Power Upfront Cost$18,702.00 Yearly Cost - $4,056.00 Financial Impact:Adequate funds are available and expenditure of this amount will leave sufficient funds for any emergencies that may arise before the end of the year. Alternatives:Approve installation of new streetlights by Georgia Power and approve the creation of a new taxing district on Ducal Street, Brevard Road, and Greyson Street in the amount of $85.00 for every year thereafter for the 45 lots associated. 2). Do not approve and disregard proposal. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: 276-041610-5312310 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Street Light Request Spirit Point Section 3 Department:Traffic Engineering Department:Traffic Engineering Caption:Motion to approve the installation of fifteen streetlights in Spirit Point Section 3 with a cost of $2106.00 per year. This is also to approve a new lighting tax district for the 51 lots associated with the above section. Funding is available in the Street Lighting budget account #2760416105312310. (Approved by Engineering Services Committee April 30, 2018) Background:Jefferson Energy Cooperative will install fifteen lights on Olethorpe Drive and Heritage Lane. The upfront cost of installation to include trenching, conductor, poles and lights is $2,107.91. The yearly cost for these lights will be $2,106.00 which is to be paid for by the 51 lots associated with these road in a special taxing district to appear on the 2019 tax bill. The cost per lot to be added to the tax bill is $85.00 each year to cover the cost of the lights and maintenance. Analysis:The cost proposal was received by Jefferson Energy Cooperative on March 11, 2019 in the amount of: CONTRACTOR BID 1.Jefferson Energy Cooperative Upfront Cost - $2,107.91 Yearly Cost - $2,106.00 Financial Impact:Adequate funds are available and expenditure of this amount will leave sufficient funds for any emergencies that may arise before the end of the year. Alternatives:1. Approve installation of new streetlights by Jefferson Energy Cooperative and approve the creation of a new taxing district on Olethorpe Drive and Heritage Lane in the amount of $85.00 for every year thereafter for the 51 lots associated. 2). Do not approve and disregard proposal. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: 276-041610-5312310 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/7/2019 2:00 PM Update on SPLOST 4 through 6 funded projects Department: Department: Caption:Motion to approve the reallocation of the SPLOST 4 through 6 funded projects to projects as listed by the Engineering Department. (Approved by Engineering Services Committee April 30, 2018) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Request for Qualifications Request for Qualifications will be received at this office until Tuesday, February 20, 2018 @ 3:00 p.m. for furnishing: RFQ 18-132 Engineering Consultant Services for Augusta, GA – Utilities Department RFQs 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 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Pre Qualifications Conference will be held on Wednesday, February 7, 2018 @ 10:00 a.m. in the 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 Thursday, February 8, 2018, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for Qualifications (RFQ) and specifications. An RFQ 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 qualification 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 RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 11, 18, 25, February 1, 2018 Metro Courier January 17, 2018 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendums 1-2 Original 7 Copies 787 Engineering 1450 Greene Street, Suite 80 Augusta, GA 30901 Yes 1270805 Yes Yes Yes Yes Pond & Company 621 NW Frontage Road, Suite 320 Augusta, GA 30907 Yes 175046 Yes Yes Yes Yes Jacob Engineering 10 10th Street NW, Suite 1400 Atlanta, GA 30309 Yes 11557 Yes Yes Yes Yes Goodwyn Mills Cawood 6120 Powers Ferry Rd., NW, Ste 350 Atlanta, GA 30339 Yes 425070 Yes Yes Yes Yes Hazen and Sawyer 4011 Westcase Blvd Raleigh, NC 27607 Yes 70249 Yes Yes Yes Yes Woolpert 11301 Carmel Commons Blvd Charlotte, NC 28226 Yes 11815 Yes Yes Yes Yes AECOM 101 Research Dr Columbia, SC 29203 Yes 411650 Yes Yes Yes Yes Black & Veatch 11000 Regency Parkway, Suite 410 Cary, NC 27518 Yes 11557 Yes Yes Yes Yes W & A Engineering 2470 Daniells Bridge Rd., Suite 161 Athens, GA 30606 Yes 228645 Yes Yes Yes Yes A&S Engineering P.O. Box 243 Evans, GA 30809 Yes 340435 Yes Yes Yes Yes EMC Engineering Services 10 Chatham Center South Suite 100 Savannah, GA 31405 Yes 324745 Yes Yes Yes Yes Hussey Gay Bell 329 Commercial Drive Savannah, GA 31406 Yes 398475 Yes Yes Yes Yes WR Toole Engineers 1005 Broad St., Suite 200 Augusta, GA 30901 Yes 62985 Yes Yes Yes Yes Constantine Engineering 1988 Lewis Turner Blvd Fort Walton Beach, FL 32547 Yes 104087 Yes Yes Yes Yes WK Dickson 1450 Greene St., Suite 225 Augusta, GA 30901 Yes 110665 Yes Yes Yes Yes RFQ #18-132 Engineering Consultant Services for the Augusta, GA – Utilities Department RFQ Due: Wednesday, February 28, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 77 Total Number Specifications Download (Demandstar): 13 Total Electronic Notifications (Demandstar): 335 Total Number Secifications Mailed to Local Vendors: 19 Pre Bid Conference: 29 Total packages submitted: 24 Total Noncompliant: 1 Page 1 of 2 18-132 Official RFQ Tab OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendums 1-2 Original 7 Copies RFQ #18-132 Engineering Consultant Services for the Augusta, GA – Utilities Department RFQ Due: Wednesday, February 28, 2018 @ 11:00 a.m. Total Number Specifications Mailed Out: 77 Total Number Specifications Download (Demandstar): 13 Total Electronic Notifications (Demandstar): 335 Total Number Secifications Mailed to Local Vendors: 19 Pre Bid Conference: 29 Total packages submitted: 24 Total Noncompliant: 1 Southern Land Surveyors 4571-A Cox Rd Evans, GA 30809 Yes No / Non- Compliant Yes Yes Yes Yes CDM Smith 1715 North West Shore Blvd. Suite 8 Tampa, FL 33607 Yes 32909 Yes Yes Yes Yes Moreland Altobelli Associates 2450 Commerce Ave Duluth, GA 30096 Yes 53328 Yes Yes Yes Yes McKim & Creed 9960 W Sam Houston Pkwy S Houston, TX 77099 Yes 68813 Yes Yes Yes Yes Infrastructure Systems Mgt 1557 Broad St Augusta, GA 30901 Yes 1266225 Yes Yes Yes Yes JLA 1296 Broad St Augusta, GA 30901 Yes 226309 Yes Yes Yes Yes Cranston Engineering 452 Ellis St Augusta, GA 30901 Yes 64684 Yes Yes Yes Yes Zel Engineering 435 TelFair St Augusta, GA 30901 Yes 257101 Yes Yes Yes Yes Page 2 of 2 18-132 Official RFQ Tab OFFICIAL VENDORS 1. Water Distribution System and Wastewater Collection System Analysisi and Disgn, Including Pumping Stations 2. Water Treatment Plants 3. Wastewater Treatment Plants 4. Wastewater Colleciton System Modeling 5. Wastewater Collection System Modeling 6. Surveying 787 Engineering 1450 Greene Street, Suite 80 Augusta, GA 30901 210.0 177.5 150.0 A&S Engineering P.O. Box 243 Evans, GA 30809 367.5 312.5 AECOM 101 Research Dr Columbia, SC 29203 295.0 295.0 295.0 Black & Veatch 11000 Regency Parkway, Suite 410 Cary, NC 27518 300.0 312.5 300.0 312.5 CDM Smith 1715 North West Shore Blvd. Suite 8 Tampa, FL 33607 305.0 325.0 317.5 375.0 Constantine Engineering 1571 Broad St., Suite C Augusta, GA 30904 405.0 347.5 405.0 390.0 347.5 Cranston Engineering 452 Ellis St Augusta, GA 30901 417.5 417.5 EMC Engineering Services 10 Chatham Center South Suite 100 Savannah, GA 31405 310.0 315.0 Goodwyn Mills Cawood 6120 Powers Ferry Rd., NW, Ste 350 Atlanta, GA 30339 405.0 405.0 405.0 347.5 347.5 Hazen and Sawyer 4011 Westcase Blvd Raleigh, NC 27607 300.0 362.5 312.5 320.0 Hussey Gay Bell 329 Commercial Drive Savannah, GA 31406 320.0 362.5 320.0 Infrastructure Systems Mgt 1557 Broad St Augusta, GA 30901 405.0 Jacob Engineering 10 10th Street NW, Suite 1400 Atlanta, GA 30309 320.0 362.5 362.5 362.5 Johnson Lashober & Associates 1296 Broad St Augusta, GA 30901 405.0 McKim & Creed 4536 Nelson Brogdon Blvd. Building E, Suite 2 Sugar Hill, GA 30518 300.0 312.5 312.5 367.5 312.5 Moreland Altobelli Associates 2450 Commerce Ave Duluth, GA 30096 362.5 Pond & Company 621 NW Frontage Road, Suite 320 Augusta, GA 30907 315.0 275.0 W & A Engineering 2470 Daniells Bridge Rd., Suite 161 Athens, GA 30606 280.0 292.5 WK Dickson 1450 Greene St., Suite 225 Augusta, GA 30901 392.5 342.5 377.5 Woolpert 11301 Carmel Commons Blvd Charlotte, NC 28226 320.0 320.0 362.5 362.5 WR Toole Engineers 1005 Broad St., Suite 200 Augusta, GA 30901 392.5 392.5 Zel Engineering 435 TelFair St Augusta, GA 30901 355.0 300.0 312.5 RFQ #18-132 Engineering Consultant Services for the Augusta, GA – Utilities Department RFQ Due: Wednesday, February 28, 2018 @ 11:00 a.m. Page 1 of 1 18-132 Scores Matrix Cumulative - Agenda  1 of 1  RFQ 18‐132 Engineering Consultant Services Rosters  Category 1 – Water Distribution System and Wastewater Collection System Analysis and  Design, including Pumping Stations:  A & S Engineering, LLC   Constantine Engineering, Inc.   Cranston Engineering Group, P.C.   Goodwyn, Mills and Cawood, Inc.   Infrastructure Systems Management, LLC   Johnson, Laschober & Associates, P.C.   W.K. Dickson & Company, Inc.   W.R. Toole Engineers, Inc.   Zimmerman, Evans & Leopold, Inc.   Category 2 – Water Treatment Plants:  Goodwyn, Mills and Cawood, Inc.   Hazen and Sawyer   Jacobs Engineering Group, Inc.   Category 3 – Wastewater Treatment Plants:  Constantine Engineering, Inc.   Goodwyn, Mills and Cawood, Inc.   Hussey, Gay, Bell & DeYoung, Inc.   Jacobs Engineering Group, Inc.   Category 4 – Wastewater Collection System Modeling:   CDM Smith, Inc.   Constantine Engineering, Inc.   Jacobs Engineering Group, Inc.   Category 5 – Wastewater Collection System Flow Monitoring:   McKim & Creed, Inc.   W.K. Dickson & Company, Inc.   Woolpert, Inc.     Category 6 – Surveying:  Cranston Engineering Group, P.C.   Moreland Altobelli Associates, LLC   Woolpert, Inc.   W.R. Toole Engineers, Inc.     Commission Meeting Agenda 5/7/2019 2:00 PM Utilities Department On-Call Engineering Services Department:Utilities Department:Utilities Caption:Motion to approve On-Call Engineering Services with Infrastructure Systems Management, LLC with an Initial Budget of $200,000.(Approved by Engineering Services Committee April 30, 2018) Background:As the Commission has been briefed, there will be a tremendous level of infrastructure constructed at Fort Gordon in the next several years. This construction will require resources beyond Utilities Department current staff. These resources include miscellaneous infrastructure designs and construction observation assistance. We are also seeking support in performing QA/QC reviews of designs performed by our consulting engineers. Analysis:Infrastructure Systems Management was approved to perform Distribution and Collections Systems Analysis and Design via RFQ 18-132. They are particularly qualified to perform this work because of their knowledge of our systems and processes. Financial Impact:We are requesting an initial budget of $200,000. Work will be performed on a time and materials basis. Alternatives:The Commission could elect not to approve this request. Recommendation:We recommend Infrastructure Systems Management be approved to provide on-call engineering services with an initial budget of $200,000. Funds are Available in the Following Accounts: G/L 514043490-5212115 J/L 80599999-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission -fr Commission Meeting Agenda Commission Chamber - 41212019 ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; B. Williams, Garrett, Sias, Fennoy, Frantom, M. Williams, Davis, D. Williams, Hasan and Clarke, members of Augusta Richmond County Commission. INVOCATION: Rev. Dr. Timothy R. Green, Jr., Pastor, Jenkins Memorial CME Church. PLEDGE OF ALLEGIANCE TO THE FLAG OF TIIE TINITED STATES OF AMERICA. RECOGNITION(S) Special Olympics World Summer Games A. Congratulations! Jay Flythe and Kevin Enright for their 5th place finish in Item Table Tennis at the Special Olympics World Summer Games in Abu Dhabi. Action: (Requested by Mayor Pro Tem Sean Frantom and Commissioner Mary None Davis) lB ltem.{oorovalsheet.html Motions Motion- ----- Motion Text'r'ype Made Seconded Motion By By Result Presentation is made to Jay Flythe and Kevin Enright for their 5th place finish in table tennis at the Special Olympics World Summer Games. March Years of Service B. Congratulationsl 2019 March Years of Service (YOS) Recipients.Item Action: None lB ItemApprovalsheet.html Motions Motion Made Seconded Motioniil- Motion Text By By Resurt Presentation is made to the 2019 March Years of Service Recipients. CONSENT AGENDA (Items l-23) PUBLIC SERVICES 1. Motion to approve Adult Entertainment ordinance amendment to the Item Augusta, Georgia Code, Title 6, Chapter l, Adult Entertainment, Section 6-l-3 Action: (g), to provide that an erotic dance establishment business tax certificate Approved holder is eligible to obtain on-premise consumption alcohol licenses subject to the regulations of the Augusta Alcohol Ordinance, and provided that the establishment is in compliance with Section 6-l-9 of the Adult Entertainment ordinance that provides location requirements. (Approved by the Commission on March l9r20l9 - second reading) B Adult_Entertainment Ordinance rmendment_for alcohoL20l90228.docx {E I te m.4, nnrovalshret. htm I Motions X::*1"' Motion Text Made By Seconded By Motion'l'ype ---- -" --------- -J Result ^ Motion to approve. Commissioner CommissionerApprove Motion passes 10-0. Sammie sias Mary Davis Passes 2. Motion to approve the Planning & Development Department requests Item approval of the attached Regulatory Fee Schedule that will correct previously Action: approved Ordinance # 7652; Augusta, Georgia Code, Administrative and Approved Regulatory Fee Structure, Section 2-l-3(c); to provide an effective date, andto waive the second reading. (Approved by Public Services Committee March 26,2019) lB Resulatorv Fee Anrendment Correction 20l903l8.docx E Item.Aonrovalsheet.html Motions Y:11'" Motion Text Made By seconded By Motion Type Result ^ .,.,. _ Motion to approve. Commissioner CommissionerApprove vtotion pasies l0-0. sammie sias Mary Davis Passes 3. Motion to approve a donation in the amount of$10,000 to hold a James Item Brown Birthday Bash Community Event on Friday, May 3rd at the Augusta Action: Common as the primary venue and work with the Coliseum Authority to hold Approved the event at the Bell Auditorium and/or the James Brown Arena as a secondary venue in case of inclement weather. (Approved by Public Services Committee March 2712019\. lE ItemApprovalSheet,html Motions H:tl'" Morion Text Made By seconded By Motion'l'ype Result Motion to approve A ---^-,^ allocating $10,000 to Commisioner CommissionerApprove hold this event at the Sean Frantom Mary Davis Miller Theatre. No action is taken on this motion. Motions X:j*l" Motion Text Made By Seconded By Motion t'yPe --- -'1 -------- -J Result Substitute motion Approve *il;;;;-;;""-' commissioner commissioner *riii". -_ Ben Hasan William Fennoy No action is taken on this motion. Motions $otion Motion Text Made Seconded Motion'I'ype By By Result Unanimous consent is given to receive this item as information. ADMINISTRATIVE SERVICES 4. Motion to approve the demolishing the old Law Enforcement Center complex Item at 40l Walton Way with funding from SPLOST VII and to immediately begin Action: getting a project manager on board to design and build a new Juvenile Justice Approved Center with the Administrator to come back with plans at the next committee meeting. (Approved by Administrative Services Committee March 26, 2019) lE Commissioner Sias Asenda ltem 3-26-l9.odf [B ItemAnprovalsheet.html Motions s|jt1" Motion Text Made By seconded By MotionType Result A .^.^-^_.^ Motion to approve. Commissioner CommissionerApprove vtotion pasies 10-0. Sammie sias Mary Davis Passes 5. Motion to approve tasking the Administrator with sending a letter to Bloc Item Global reminding them of the due dates of certain documents regarding the Action: Depot Project for the City's review.(Approved by Administrative Services Approved Committee March 26, 2019) B ItemAnorovalsheet.html Motions X:j*1"' Motion Text Made By Seconded By Motion'f ype - ----- -" --------- -" Result Motion to approve tasking the Administrator to send the letter to the Approve Downtown Deveropment s:#Tl:ffi s:rffi::';'* passes Authority instead of to Bloc Global. Motion Passes l0-0. 6. Motion to approve bid award a contract, not to exceed $85,450.00, to Jones ltem Lang LaSalle Americas, Inc (JLL) for advisory and support services related to Action: conversion of the Lake Olmstead Minor League Stadium into an Amphitheater Approved (RFQ 19-309). (Approved by Administrative Services Committee March 26,20t9') El 18-309 RFQ sent to newsprper.doc B rs-log upe.por tB l8-log tan.por IB l8-309 Cumulative f,valuetion Sheet.pdf IB l8-309 Department Recommendation of Award.pdf {B l8-J09 Planholders List.pdf {E Process Regrrding RFQs.pdf tB ItemApprovalsheet.html Motions Motion Motion Textrype Made By Seconded By Motion Result Motion to approve. Voting No: Approve commissioner commisioner commissioner John Clarke. Sean Frantom Sammie Sias Passes Motion Passes 9-1. 7. Motion to approve the proposed draft of the dedication plaque for the Item following project: Georgia Cyber Center Parking Facility. (Approved by Action: Administrative Services Committee March 26,2019) Approved & Cvber ('enler Plaoue Draft Rer'02l9l9.odf B ltemAoprovalSheet.html Motions X::" Motion Texr Made Bylype Seconded By Motion Result a ___^_-^ Motion to approve. Commissioner CommissionerApprove vtotion pasies l0-0. sammie sias Mary Davis Passes 8. Motion to approve Amending Housing and Community Development's Item (HCD's) 2015 Public Facility Contract with Association Latina de Servicios of Action: Del CSRA (ALAS) (for a building at a new location) to reflect the change in Approved scope of work from New Construction to Acquisition. HCD will provide funding in the amount of up to $140,000 to ALAS for the sole purpose of acquiring the site location for the renovation of a low-income clinic. ALASwill be responsible for renovating the building into a medical center and parking lot to offer services to the lodmoderate income population of Augusta-Richmond County. (Approved by Administrative Services Committee March 26, 2019) B ZOIS ALAS CDBG PF Apreement - Executed.ndf B ItemAonrovalsheet.html Motions Motion Motion;----- Motion Text Made By Seconded By Resultrype A ^--^-.^ Motion to approve. Commissioner CommissionerApprove Motion pasies l0-0. Sammie Sias Mary Davis Passes 9. Motion to approve the purchase of two (2) 2019 Dodge Durango Special Item Service SUV's, one (l) for the Richmond County Marshal's Office and one (l) Action: for the District Attorney's Office utilizing Georgia Statewide Contract 99999- Approved SPD-ES40199409. (Approved by Administrative Services Committee March 26,2019\ E Eval - Marshal - 20507-l.odf Gl BtD# l9-170 - Duranso \o Bids.pdf B stq,tE_coNtuct.oar lB ItemAnorovalsheet.html Motions Motion Motion fi;- Motion Text Made By Seconded By Result Motion to approve. Approve Mr. clarke out. commissioner commissioner Motion passes 9_0. Marion Williams Ben Hasan Passes 10. Motion to approve Housing and Community Development Department's ltem (HCD's) request to provide funding to seven (7) low-to-moderate Action: homeowners in need of decent, safe and compliant housing. (Approved by Approved Administrative Services Committee March 26, 2019) B ltem.{oorovalsheet.html Motions Motion Text Made By Seconded By Motion Type a.___,.___ Motion to approve. Commissioner CommissionerApprove Motion pasies l0-0. sammie Sias Mary Davis Passes 11. Motion to approve ofProfessional Service Agreement for the Laney Item Walker/Bethlehem Revitalization Project to Greater Augusta Arts Council on Action: behalf of Housing and Community Development Department (HCD). Approved (Approved by Administrative Services Committee March 2612019') Motion Result Motion Result Motion Result Aoorove Motion to approve. Commissioner Commissionerr \vHrvvv Motion Pasies 10-0. Sammie Sias Mary Davis Passes PUBLIC SAFETY 12. Motion to approve Memorandum of Understanding between Georgia Item Emergency Management and Homeland Security Agency and Augusta- Action: Richmond County Emergency Management Agency for Grant Applications. Approved (Approved by Public Safety Committee March 26,2019) lE Golden Blocks Proiect .{qreement.ndf lB ItemAoorovalsheet.html Motions Motion Motion Text'r'ype B 2019-J-9 Grant Motr.pdf lE ItemApprovalsheet.html Motions Motion Motion Text'r'ype Made By Seconded By Made By Seconded By A --_^_.^ Motion to approve. Commissioner CommissionerApprove Motion pasies l0-0. sammie Sias Mary Davis Passes 13. Motion to approve Memorandum of Understanding between Georgia Item Emergency Management and Homeland Security Agency and Augusta- Action: Richmond County Fire Department for grant applications. (Approved by Approved Public Safety Committee March 26,2019) B 2019-3-19 Grant l\lotl.pdf E ltemAnnrovalSheet.html Motions Motion d -r-rn-- Motion -^""'"" Motion Text Made By Seconded By Type lyrrrrNr[ r E^r rvr4u] sJ v!]v.sre uJ ReSUlt ^ Motion to approve. Commissioner CommissionerApprove vtotion Passes l0-0. sammie Sias Mary Davis Passes FINANCE 14. Motion to approve establishing a Street Light Sub-committee composed of Item the five committee chairmen (chairpersons). (Approved by Finance Action: Committee March 26,2019) APProved Ig 2019 Comprrison of fees by method-aqende.pdf E Total Revenue Billed 20l8.pdf lB ItemApprovalSheet'html Motions Motion . h Motion:""'"- Motion Text Made By Seconded ByType rrrvrrvrr r var Rgsult ^ Motion to approve. Commissioner CommissionerApprove Motion passes l0-0. Sammie sias Mary Davis Passes ENGINEERING SERVICES 15. Motion to approve and award Preliminary and Final Engineering Design Item Consultant Services Agreement to Cranston Engineering in the amount of Action: $428,182.13 for the 5th Street Improvements Project as requested by the Approved AED. Award is contingent upon receipt of signed agreement. RFP 18-283. (Approved by Engineering Services Committee March 2612019) lB l8-283 TIA-SthStPE Asenda Attachments.pdf B CPB 5th Street Impvts a$ard Cranston 3.l.l.20l9.xlsx E 1E-279 and 18-283 Sent to Paper.pdf lB Cumulative Eval Sheet l8-28i.pdf B Process Regardinq RFPs.pdf B Ntandatory Pre Proposal Sign In Sheet.pdf B ntail List end Demandstar Planholders.pdf B ItemApprovalSheet.html Motions Y:li' Motion Text Made By Seconded By Motion Type Result ^ Motion to approve. Commissioner CommissionerApprove Motion passes 10-0. Sammie Sias Mary Davis Passes 16. Motion to approve and award Preliminary and Final Engineering Design Item Consultant Services Agreement to Clark Patterson Lee in the amount of Action: $2281325.00 for the 6th Street Improvements Project as requested by the Approved AED. Award is contingent upon receipt of signed agreement. RFP 18-279. (Approved by Engineering Services Committee March 2612019) [B l8-279 TIA-6thSrPE-Aqenda Affachmenrs.pdf tB CPB 6th Street Impvts_award Clark Patterson_3.14.2019.x1sx E 18-279 and 18-283 Sent to Prper.odf E l8-279 Cumulative.pdf lB Process Resardins RFPs.pdf E 18-279 NIPB. df B lt{eil List rnd Demandstar Plrnholders.pdf IB ItemAoorovalsheet.html Motions Y:j*l" Moti n Texr Made By seconded By Motion Type Result A ---^_.^ Motion to approve. Commissioner CommissionerApprove Motion passes l0-0. Sammie Sias Mary Davis Passes 17. Motion to approve an Ordinance amend the Augusta, Georgia Section 4-2-6 Item related to Landfill Fees; To repeal all code sections and ordinances and parts Action: of code sections and ordinances in conflict herewith; to provide and effective Approved date and for other purposes provided herein of the Augusta Code - Fees for Environmental Services Department Landfill Fees. (Approved by En gineerin g Services Co m mittee Ma r ch 26, 20L9) B 2019.01 A-RC Code Health and Sanitation Sec 4-2-2 thru 4-2-6 finet.docx E sKM_css4et9o32z t z t lo.odf lE ltem.{pprovalsheel.himl Motions Motion d -r-f,''-- Motion:""'"" Motion Text Made By Seconded By Type ryrtrltlrtt I E^] rrrcuv uJ v!!v'eve vJ ReSUlt a,-.^..^--^ Motiontoapprove. Commissioner CommissionerApprove vtotion Passes 10-0. Sammie sias Mary Davis Passes 18. Motion to approve and award Preliminary and Final Engineering Design Item Consultant Services Agreement to Hussey Gay Bell (HGB) in the amount of Action: $2,078,797.19 for the Broad Street Improvements Project as requested by the Approved AED. Award is contingent upon receipt of signed agreement. RFP 18-311. (Approved by Engineering Services Committee March 26,2019) lB C-PB Broad Street Imovts award Hussev Gar'-J.l4.20l9.odf E l8-3ll TIA BroadPE Asenda Attachments.pdf {E l8-3ll and t8-312 Corretion Sent to Papcr.ndf lB Cumutative Eval l8-3ll.odf B Process Reqardins RFPs.ndf B Nlandaton' Pre Proposal Sisn In Sheet.odf B ltlail List and Demandstar Planholders.pdf E ItemAnnrovalSheet.htnrl Motions Motion- "-'"" Motion Text Made By't'ype ^ Motion to approve. Commissioner CommissionerApprove Motion passes l0-0. Sammie Sias Mary Davis rasses 19. Motion to approve and award Preliminary and Final Engineering Design Item Consultant Services Agreement to Goodwyne, Mills & Cawood (GMC) in Action: the amount of $279,000.88 for the l3th Street Improvements Project as Approved requested by the AED. Award is contingent upon receipt of signed agreement. RFP 18-258. (Approved by Engineering Services Committee March 26,2019) E l8-258 TIA lJthPE .Asenda .{ttachments.pdf B Copv of CPB l3th Street Imnvts award Goodrvyne 3.l4.20l9.xlsx B l8-258-Sent to Paper_.pdf E Cumulative l8-258.odf Motion Result lE Process Reqarding RFPs.pdf B Nlandatorv Pre Proposal Sign In Sheet.pdf IB lllail List and Demrndstar Planholders.pdf B Georgia Procurement Registry Vendor Summarv.pdf IEl ltemApprovalsheet,html Motions s]j1" Motion Text Made By seconded By Motion Type Result a ._.-..-_.- Motion to approve. Commissioner CommissionerApprove Motion pasies l0-0. Sammie Sias Mary Davis Passes 20. Motion to approve and award Preliminary and Final Engineering Design Item Consultant Services Agreement to Infrastructure Systems Management, LLC Action: (ISM) in the amount of $685,061.06 for the Greene Street Improvements Approved Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFP 18-3l2.(Approved by Engineering Services Committee March 26,2019) B l8-312 TIA-GreenePE Aqenda .{ttachments 3.14.2019.pdf B CPB Greene Street lmpl'ts award tnfrrstructure 3.14.2019.x1sx B 18-312 Sent to Paper.doc B t8-Jl2 NIPP.pdf B l8-312 Cumulative.xlsx [B 18-312 Planholders List.pdf B Process Regrrding RFPs.pdf lB ltenlApprovelsheet.htnll Motions []11"ll Motion Text Made By seconded By Motion TYpe ResultJT A _--^,.^ Motion to approve. Commissioner CommissionerApprove Motion pasies l0-0. Sammie sias Mary Davis Passes 21. Motion to approve revisiting the Tree Ordinance, evaluate it and determine where changes can be made. (Approved by Engineering Services Action: Committee March 26r20L9) Approved IEl Comm. F'rantom trees.ndf B ItemApprovalsheet.html Motions Motion Motion TextType ^ Motion to aPProve.APProve Motion Passes lo-0. Commissioner Mary Davis Passes Made By Commissioner Sammie Sias Seconded BY Motion Result 22. Motion to aPProve Commission held on 26,2019. the minutes of the regular meeting of the Augusta ltem March tg,2olg and Special called meeting held March Action: Approved lE Resular Commission Meeting N{4rch l9 2019'pdf IB Called Commission Meeting March 26 2019'pdf E ltemAonrovalSheet.html a --- -.^--^ Motion to approve. Commissioner CommissionerApprove vtotion Passes l0-0. sammie Sias Mary Davis Passes APPOINTMENT(S) 23. Motion to ratiff the following Legislative Delegation appointments Mr. Item Lionel Prather and Ms. Jeannie Allen to Augus.a Canal Authority; Mr. Action: Jimmy Blount and Robert Lowery to the Small Business Citizens Approved Advisory Board; and Taylor Bryant to ARC Animal Control Board. Motions f#:" Motion rext B Lionel Prather.pdf B Jimmv Blount.ndf lB Tavlor Brvant.ndf lB Item.{oorovalSheet.html Motions Motion -^----- IVlotion Text'l'vne ^ Motion to approve.Approve Motion Passes l0-0. seconded By Motion Result Motion Result Commissioner Mary Davis Passes Made By Made By Commissioner Sammie Sias ****END CONSENT AGENDA:I* ** AUGUSTA COMMISSION 4t212019 AUGUSTA COMMISSION REGULAR AGENDA 4t212019 (Items 24-26) ADMINISTRATIVE SERVICES 24. Discuss the procurement and decaling of city vehicles in accordance with Item citylstate laws. (Requested by Commissioner Marion Williams) Action: Approved tE GA Code O.C.G.A. 36-80-20 Decalins citv owned vehicles.Ddf B GA Code O.C.G.A. 36-80-20 Decalins cih' owned vehicles.pdf B ltemAonrovalSheet.html Motions *i1"" Motion rext Made By seconded By H:tilrype Motion to approve receiving this item as information. Mr. Sias ^. ano rurr.'r"runffi ffi commissioner commissioner Approve ;;;r;;.il"rv,r vsr' no'"T#, Htj|3f Passes Commissioner Marion Williams. Motion Passes 7-1. Motions Motion;-"'-- Motion Text Made By Seconded By fffi|r ype Substitute motion to ^ approve terminating Commissioner uommlssloner Approve the services of Mr. Ben Hasan #?il',H,Andrew MacKenzie. No action is taken on this motion. APPOINTMENT(S) 25. Consider a recommendation from the Community Service Board of East Item Central Georgia to fill a vacancy due to the passing of Commissioner Action: Andrew Jefferson. APProved B sKM C55{et9o320tZl6o.ottf B Item.4.onrovalsheet.html Motions Motion r rn Motion:""'"" Motion Text Made By Seconded ByType r'lvarv' ! v^r Result Motion to approve the appointment of Approve Commissioner Brand", :"*T.':'J,"1" ;r:ffi#lJ"' passes Garrett. Motion Passes 10-0. Motions Hi]"" Motion rext Made By seconded By fffilrype Substitute motion to allow the District 5 Commissioner Approve commissioner, Mr. Marion ;:fffi::f'* withdraws Williams, to fill that Williams seat. 26. Consider recommendation from the CSRA Economic Opportunity Authority, Item Inc. to reappoint its current membership to a four-year term. Action: Approved E sKM-css4el 90320 I 7.tso.pdf lB ItemApnrovalsheet.html Motions Pjt1" Motion Text Made By seconded By Motion Type ''---- -'1 Result Approve Motion to approve. Commissioner Commissioner Passes Mr. M. Williams Mary Davis Dennis Williams abstains. Motion Passes 9-0 -1. LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 27. Motion to auth orize execution by the Mayor of the affidavit of ltem compliance with Georgia's Open Meeting Act. Action: None Upcoming Meetings www.augustaga.gov Commission Meeting Agenda 5/7/2019 2:00 PM Minutes Department: Department: Caption:Motion to approve the minutes of the regular meeting of the Augusta Commission held on April 2, 16, 2019 and Special Called meeting held April 30, 2019. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM District 5 appointments Department: Department: Caption:Motion to approve the appointment of Mr. Kelby Walker to the Augusta Transit Citizens Advisory Board representing District 5. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: TALENT BANK INFORMATION QUESTIONNAIRE To be compl by persons desiring to volunteer their services on the Authority, Board or Commission for Augusta, Georgia. NOTE: Any information entered on this questionnaire would become public infonnation upon your submission/appointment. 1. Email 4. 5. Date 2. 3. 10. 6. 7. 8. 9. American Spanish SurnamedAmerican Indian Other UPDATED 04/17/19 NAME OF BOARD Augusta-Richmond Board of Tax Assessors Members Term Appointed Effective Expires Dist. Renee D’Antignac 4-yr 01/03/16 Immediately 4/24/20 9 (22) James W. Scott 4-yr 04/21/15 04/25/15 4/24/19 10 (23) Juanita L. Burney 4-yr 12/06/16 12/06/16 4/24/20 10(23) Bernard Johnson 4-yr 04/21/15 04/25/15 4/24/19 9(22) William Lee, IV 4-yr 01/03/17 04/25/13 4/24/21 10(23) Frank Middleton 4-yr 12/06/16 04/25/17 4/24/21 9(22) EX-OFFICIO: Commissioner Sean Frantom Commissioner Bobby Williams LEGISLATIVE APPOINTMENTS: Bryan Simkins 03/27/2019 04/24/23 Bob O’Neal 03/27/2019 04/24/23 MEETING DATE: Second Monday of each month 4:00 P.M. WHERE: Tax Assessor’s Office FUNCTION: Assess all real estate and personal property. CREATED: 1973 Ga. L. p. 2813; 1974 Ga. L., p.3069; 1993 Ga. L. p. 4482 CONTACT: William “Bill” Lee at 706-821-1765 COMPENSATION: Chairman $875, members $625.00 per month Commission Meeting Agenda 5/7/2019 2:00 PM Appt. Richmond County Board of Tax Assessors Department: Department: Caption:Motion to approve the appointment of Mr. William Mills to the Richmond County Board of Tax Assessors due to the expired term of Mr. Bernard Johnson for a four year term beginning immediately and ending April 25, 1922 representing Senatorial District 22/ Commission Districts 9. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Lena Bonner From: Sent: To: Cc: Subject: Ms Bonner, Commissioner Sammie Sias Thursday, May 02,2019 5:17 AM Lena Bonner Nancy Morawski Appointment Board of Tax Assessors Please place the following appointment request on the Commission Agenda for Mat 7,2OLg. Appoint Mr Robert Bledsoe to the Board of Tax Assessors for District 22. Mr. Bledsoe served a partialterm as a legislative delegation appointee appointee last month. He has completes allthe required training to serve as a member of the Johnson whose term expired last month April24. Thank you for your consideration of this request. untilthe degelation chose a new board. He will replace Mr. Bernard Sammie L. Sias Commissioner, Augusta Richmond County "Failure is nat an Option" fi renllll o{th* e-t'nail lransi"vrissir:ur lf verificalior'r is reqL,it$d. plea$e request a hard cr:py version.AID ']04 1 Commission Meeting Agenda 5/7/2019 2:00 PM Appoint Mr. Robert Bledsoe Department: Department: Caption:Motion to appoint Mr. Robert Bledsoe to the Board of Tax Assessors for District 22. (Requested by Commissioner Sammie Sias) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: RESOLUTION RESOLUTION FOR THE EXEMPTION OF THE VEHICLE ASSIGNED TO THE MAYOR FROM THE STATE DECAL STATUTE AND RENEWAL OF EXEMPTION UNDER AUGUSTA DECAL ORDINANCE FOR A PERIOD OF TWELVE (12) MONTHS WHEREAS, Official Code of Georgia Annotated §36-80-20(a) requires that every motor vehicle which is owned or leased by any county, municipality, regional development center, county or independent school system, commission, board, or public authority or which has been purchased or leased by any public official or public employee with public funds shall have affixed to the front door on each side of such vehicle a clearly visible decal or seal containing the name of or otherwise identifying such governmental entity; and WHEREAS, Official Code of Georgia Annotated §36-80-20(b)(2) further provides that the governing authority of a county or municipality may by ordinance or resolution expressly exempt vehicles it owns or leases from the provisions of O.C.G.A. §36-80-20 following advertisement and a public hearing as required by said code section, providing further that any such exemptions shall be for period of no more than 12 months at a time and may be renewed annually following a public hearing and advertisement as required by said code section 36-80- 20(b)(2); and WHEREAS, Augusta adopted Augusta Ordinance No. 6435 (codified as Augusta, Georgia Code §1-2-98) requiring decals to be affixed to every vehicle owned or leased by Augusta, Georgia and such ordinance having exempted the Mayor’s vehicle from its decal requirement, effectively for a period of 12 months at a time; WHEREAS, Augusta having fulfilled the advertising and public hearing requirements of O.C.G.A. §36-80-20(b)(2) and having adhered to standards of and set forth in Augusta, Georgia Ordinance No. 6435, Section 2; NOW THEREFORE, be it resolved that the Augusta, Georgia Commission hereby expressly exempts the vehicle assigned to the Augusta, Georgia Mayor from the decal requirements of O.C.G.A. Section 36-80-20(a) and further resolves that the exemption of said vehicles under Augusta Ordinance No. 6435 is hereby renewed for a period of 12-months. Duly adopted by the Augusta, Georgia Commission this __________day of May, 2019. AUGUSTA, GEORGIA By: __________________________ Hardie Davis, Jr. As its Mayor ATTEST: ___________________________ Clerk of Commission 1 PUBLIC HEARING – EXEMPTION OF COMMISSION CHAMBER DECALING OF MAYOR’S VEHICLE APRIL 30, 2019 PRESENT: Hons. B. Williams, Garrett, Sias, Fennoy, Frantom, M. Williams, Davis, D. Williams, Hasan and Clarke, members of Augusta Richmond County Commission. ABSENT: Hon. Hardie Davis, Jr., Mayor. Mayor Pro Tem Frantom called the meeting to order and asked the Clerk to read the notice to begin the public hearing. The Clerk: Public Hearing. The Augusta Commission is conducting a public hearing today, April 30, 2019, at 1:00 p.m. in the Lee N. Beard Commission Chamber regarding the exemption of the decaling of the vehicle assigned for the transportation of the Mayor of Augusta, Georgia as required by O.C.G.A. 36-80-20. Are those wishing to address the Commission regarding this issue, have you signed in? Mr. Frantom: It seems like everyone has signed in, Madam Clerk. The Clerk: Each speaker will be allotted three minutes to address the Commission. First, we have Ms. Annette Turabi. Mr. Frantom: Please state your name and address for the record. You’ll have three minutes once you start. Ms. Turabi: Annette Turabi and I live at 2422 Wilkshire Drive in Augusta, Georgia 30904 and to decal or not to decal. I vote to decal the car because if the car is paid by us, we should follow the state law and we should do that rather than have in the next three or four years when we have a new mayor we’re holding the same meeting again when we could be doing and voting on more important issues. That’s it. Thank you. Mr. Frantom: Thank you so much. The Clerk: Ms. Arlene White. Mr. Frantom: Ms. White, please state your name and address for the record and you’ll have three minutes to speak. Ms. White: Arlene White, 813 Poindexter. Wow, this is exciting but nerve-wracking. We appreciate what you do for our city-county. Myself and those I represent are delighted for our Mayor to put whatever he wishes on his vehicle as long as he pays for it himself. He needs to own the vehicle and have bought it himself. If it belongs to the county and has been paid for with taxpayers’ money I would appreciate him to follow the rules and regulations that are in place and that he proudly drive the vehicle that he has been issued and it be appropriately decaled with the nice decal that has been designed and paid for considerable thought and expense and I am proud to see that in motion. Thank you. 2 Mr. Frantom: Thank you, Ms. White. We appreciate you. Mr. Hasan: I think you kind of set us up there. Mr. Frantom: You’ve done that before it looks like. Mr. Hasan: Yeah, she set us up. The Clerk: Our next speaker is Ms. Deborah Rodriguez. Ms. Rodriguez: I’m here for the Hale House. Mr. Frantom: The Hale House item has already been disposed for those that are here. Anyone else? The Clerk: Before we close out the hearing, Mr. Mayor Pro Tem, can we ask one last call for anyone who would like to address the Commission regarding the decaling of the vehicle assigned for the transportation of the Mayor of Augusta, Georgia as required by O.C.G.A. 36-80- 20? Mr. Frantom: Come forward, sir. Step to the mike over here, sir. Right over here. Please state your name and address for the record. You’ll have three minutes. Mr. Sanders: My name is Ricky Sanders. I live in Augusta, Georgia. I’m a native of Augusta, Georgia for 1957. That’s my birth. And I’m here in this thing about the Mayor, okay? This is my opinion about the Mayor. I think that’s his right, you know, that if he don’t want no decal, well, he don’t have to have it. You know. And that’s where the Father, the Son and the Holy Ghost and the Spirit, you know. Back in the days (inaudible) on my birth certificate when I was born in 1957 what ya’ll call us? N word. You know – Mr. Frantom: Sir, sir, sir. If you’re not going to speak to the issue, is there anything else you want to say? Mr. Sanders: I say just leave the Mayor alone. Mr. Frantom: Okay, thank you for your time. We appreciate you coming forward, sir. Mr. Sanders: Leave the Mayor alone. Mr. Frantom: Thank you. Madam Clerk, does that conclude the hearing? The Clerk: That concludes the hearing, sir. Mr. Frantom: Okay, thank you. Committees. [MEETING ADJOURNED] 3 Lena J. Bonner Clerk of Commission PUBLIC HEARING The Augusta Commission will conduct a Public Hearing, Tuesday, April 30, 2019 at 1:00 P.M. in the Lee N. Beard Commission Chamber, Second Floor, Suite 260 in the Municipal Building, 535 Telfair Street, Augusta, GA regarding the exemption of the decaling of the vehicle assigned for the transportation of the mayor of Augusta, Georgia as required by O.C.G.A. 36-80-20. All interested person(s) are invited to attend. For further information, please contact the Office of the Clerk of Commission at (706) 821-1820. Honorable Hardie Davis, Jr., Mayor Ms. Lena J. Bonner, Clerk of Commission Published in the Augusta Chronicle April 21, 2019 Commission Meeting Agenda 5/7/2019 2:00 PM Resolution exempting the Mayor's vehicle from the Decal Ordinance Department: Department: Caption:CONSIDER RESOLUTION FOR THE EXEMPTION OF THE VEHICLE ASSIGNED TO THE MAYOR FROM THE STATE DECAL STATUTE AND RENEWAL OF EXEMPTION UNDER AUGUSTA DECAL Background:On April 16, 2019 the Commission approved holding a public hearing on April 30, 2019 for the purpose of considering the vehicle identification requirements for the mayor's vehicle, to direct staff to prepare a draft resolution in accordance with O.C.G.A. 36-80-20 and to place the City decal on the vehicle until the public hearing at which time it will decided if the decal will remain on the vehicle or be removed. Analysis:Adoption of the Resolution is necessary to comply with Georgia law. The proposed resolution exempts the vehicle assigned for the transportation of the Mayor of Augusta, GA from the decal requirement for a 12 month period. Pursuant to state law the public hearing was advertised in the legal organ of Richmond County on Sunday April 21, 2019 at least seven days prior to the hearing date. The Public Hearing was held on Tuesday April 30, 2019 Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM A motion to approve a two hour extension to regular facility rental hours Department:Recreation and Parks Department Department:Recreation and Parks Department Caption:Request to approve a two (2) hour extension to regular rental hours for a Banjo-B-Que Kickoff event at the Julian Smith Casino on Friday, May 24, 2019. Background:This year, the Banjo-B-Que Festival will be held at the Lake Olmstead Stadium during the Memorial-Day-Weekend. Staff from Banjo-B-Que has requested a two (2) hour extension for their Kickoff event on Friday, where they are hosting sponsors and guests at the Julian Smith Casino. Analysis:After consideration of all aspects, it is our belief that the request is reasonable and the Recreation and Parks Department is supporting the request to extend the hours of the rental. Similar requests have been made and granted in the past with little to no negative impact. Financial Impact:This item will not have a financial impact. Alternatives:1 - To approve the request to extend the rental hours of the Julian Smith Casino on Friday, May 24, 2019 and allow the event to end on Saturday, May 25, 2019 at 2:00am. 2 - To deny the request. Recommendation:1 - To approve the request to extend the rental hours of the Julian Smith Casino on Friday, May 24, 2019 and allow the event to end on Saturday, May 25, 2019 at 2:00am. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Advancing the Arts. Enriching Lives. 1301 Greene Street • PO Box 1776 • Augusta, GA 30903 • 706.826.4702 • www.augustaarts.com March 21, 2019 Greater Augusta Arts Council approval of Public Art Projects for Commission approval. On March 21, 2019, the Executive Committee of the Greater Augusta Arts Council met and approved three Public Art Projects to move to Augusta Commission for Approval. Approved: Sculpture installation at A.L. Williams Park: Larry Millard has presented to the PAAP his plans for a sculpture installation at A.L. Williams Park. He has worked with current and former residents of Harrisburg to create the piece and ensure that it has meaning to the neighborhood. Recreation & Parks has agreed to place the piece in the park, and pour a concreate pad beneath it as well as a concrete path in an arc from the Broad Street sidewalk to the piece and back to the sidewalk. Glenn Parker will present this to Commission on April 2, 2019. Approved: Hillside Park in Harrisburg and McBean Community Center & Park in Hephzibah are two Recreation & Parks sites where we are using $1,500 from a Junior League of Augusta grant and $500 from GAAC public art budget to fund public art installations. Collaborating with community stakeholders, including artists, and Recreation & Parks, we have a call for art for Hillside Park that the PAAP has recommended to GAAC BOD for approval. The Hillside Park call for art is for $1,000 to an artist to celebrate recent and planned improvements to the park through a public art installation. The call for art at McBean is in process, but will be a call for artist-created outdoor chess tables and seating, also for $1,000. Approved: Temporary Yarn Art Installation in Downtown Augusta. The Public Art Advisory Panel recommends to the GAAC Board of Directors that they approve a project to have a local group of needle crafters set up a temporary yarn art installation around the theme of “The Enchanted Forest” on Broad Street. The Greater Augusta Arts Council (GAAC) was approached in October 2018 by a local fiber art group that wanted to create a temporary yarn art installation in Downtown Augusta. GAAC staff approached AED Traffic Engineering, Central Services, Recreation & Parks, ACVB, DDA, and the Public Art Advisory Panel to see if there was support for the project. All parties, after seeing images of yarn installations from other cities, were in support of the project. The various departments met with the artist group to ensure that all potential pieces would comply with various public right-of-way safety policies and guidelines. GAAC agreed to cover liability insurance during installation and de-installation as required by the permitting process. The art installation would stay in place for approximately four months. Respectively Submitted by: Brenda Durant Executive Director Greater Augusta Arts Council Commission Meeting Agenda 5/7/2019 2:00 PM A motion to approve public art installations at Hillside Park and McBean Community Center Department:Recreation and Parks Department Department:Recreation and Parks Department Caption:Request approval of the installation of public art at Hillside Park and at McBean Community Center. Background:In 2017 Augusta adopted a Public Art Masterplan. These two installations follow the recommendations of the Public Art Masterplan as we continue to enhance local public art offerings within Augusta. Analysis:Hillside Park and McBean Community Center—The Junior League of Augusta awarded a $1,500 grant and the Greater Augusta Arts Council contributed $500 to a public art grant for public art at Hillside Park and at McBean Community Center. $1,000 is being recommended for Hillside Park for a piece of art. This will be combined with a new ADA water fountain which the Recreation and Parks Department will provide. Hillside is also one of the parks which recently received a new playground. The Hillside art project has included input from surrounding residents and members of the Harrisburg community association. $1,000 is also being recommended for McBean Community Center. This would be used for artist created permanent chess tables in the park. This was a recommendation from the staff at McBean Community Center. This item has been approved by the Public Art Advisory Panel and the Greater Augusta Arts Council’s Board of Directors. Financial Impact:The Recreation and Parks Department will be responsible for installing an ADA water fountain at Hillside. At McBean the Recreation and Parks Department will assist in the installation of the chess tables. Alternatives: Recommendation:To approve the projects funded by the Junior League and Arts Council for Hillside and McBean. Funds are Available in the Following Accounts: 101-06-1122 REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/7/2019 2:00 PM Affidavit Department: Department: Caption:Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: