Loading...
HomeMy WebLinkAbout2019-05-21 Meeting MinutesCommission Meeting Agenda Commission Chamber - 5/21/2019 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 Angel Maestre, Pastor, Oasis of Blessings Christian Center. PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. PRESENTATION(S) A. Presentation from McLaughlin Whitewater Design Group regarding city- commissioned- Design and Concept Study for the Whitewater/Savannah River Project. Item Action: None ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Presentation is made by Mr. McLaughlin. Consensus is given to refer this item to the next Engineering Services Committee meeting. Five (5) minute time limit per delegation DELEGATIONS B. Mr. Ron Harrison regarding the lack of code enforcement/removal of abandon/junk vehicles and Hardin Road Retention Pond. Item Action: None Ronald_Harrison.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Presentation is made by Mr. Harrison. CONSENT AGENDA (Items 1-23) PLANNING 1. Z-19-19 – A request for concurrence with the Augusta Planning Commission to approve with the conditions listed below a petition by LE Capital LLC, on behalf of James E. Wells Testamentary Trust, requesting a change of zoning Zone LI (Light Industry) to Zone R-3C (Multiple-family Residential) for senior apartments affecting property containing approximately 1.82 acres and known as 811 Fifth Street. Tax Map 047-3-276-00-0 DISTRICT 1 1. The site plan must meet all zoning requirements for the Section 18-1 for development of multifamily residential development in an R-3C zone which includes a maximum of 54 apartments which coincides with the 29 units per acres allowed in this district. 2. The proposed development must substantially comply with the presented plan and drawings including the number of parking spaces drawn (80). 3. A deed restriction shall be placed on this property to allow only those tenants that are 55 and over. Any change in this designation requires the applicant/owner to return to the Planning Commission. 4. If the application is not acted upon within 18 months the zoning shall revert to the current LI (Light Industry) zone. Item Action: Approved Z-19-19.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Ben Hasan Commissioner Mary Davis Passes 2. Z-19-20 - A request for concurrence with the Augusta Planning Commission to approve a petition by Willie H. Mays, on behalf of Flowing Wells Business Park LLC, requesting to amend the conditions on the Zone B-2 (General Business) from Z-08-48 affecting property containing approximately 16 acres and known as 1251 Flowing Wells Road. Tax Map 029-0-004-00-0 DISTRICT 3 Item Action: Approved Z-19-20.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes PUBLIC SERVICES 3. Motion to approve the adoption of the Congestion Management Process as required to be updated by Federal Law. This study is used to make transportation decisions utilizing existing traffic conditions within the MPO's jurisdiction. (Approved by Public Services Committee May 14, 2019) Item Action: Approved ARTS_2018_CMP_Update_Final_Report-_Reduced.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 4. Motion to approve the Contract with Viking Engineering for Airport Parking Canopies. Re-Bid 19-139A (Approved by Public Services Committee May 14, 2019) Item Action: Approved Contract_for_Airport_Canopies.pdf 19-139A_ITB.pdf 19-139A_Bid_Price_Tabulation_Official.pdf 19-139A_Department_Recommendation_of_Award.pdf Mail_List_and_Demandstar_Planholders.pdf Georgia_Procurement_Registry_Vendor_Summary.pdf 19-139A_Compliance_Information.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 5. Motion to approve New Location: A.N. 19-15: a request by Ayaz Ali for a retail package Beer & Wine License to be used in connection with Custer & Moreland located at 502 Highland Ave. District 1. Super District 9. (Approved by Public Services Committee May 14, 2019) Item Action: Approved AN.19-15.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 6. Motion to approve to enter into Phase IV contract with MCCi, LLC as a sole source vendor for the amount of ‘not to exceed $85,000.00’ for the purpose of digitizing and indexing historic building plans. (Approved by Public Services Committee May 14, 2019) Item Action: Approved MCCi_Sole_Source_20190422.pdf MCCi_Scanning_Contract_20190424.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 7. Motion to approve the adoption of the FY2020 UPWP for the MPO/ARTS annual budget. (Approved by Public Services Committee May 14, 2019) Item Action: Approved FY_2020_FINAL_UPWP.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 8. Motion to approve tasking the Recreation Department Interim Director and Special Events Coordinator with coordinating with the Miller Theater to hold a two-day James Brown Birthday Event for next year and report back to the committee their recommendations in 60-90 days. (Approved by Public Services Committee May 14, 2019) Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Commissioner Mary Davis Commissioner Dennis Williams 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 table this item and have a workshop on this on June 13 to discuss this further. Mr. Sias abstains. Motion Passes 9-0 -1. Commissioner Ben Hasan Commissioner Mary Davis Passes 9. Motion to approve the rescinding of bid award and contract as approved by the Aviation Commission on March 28, 2019 to ALL SOUTH ROOFING and award to ROOFING PROFESSIONALS, INC. as approved by the Aviation Item Action: Approved Commission on March 28, 2019.(Approved by Public Services Committee May 14, 2019) All_South_Roofing_Rescind_Bid.pdf Revised_Bidder_Roofing_Professionals.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Sammie Sias Commissioner Mary Davis Passes ADMINISTRATIVE SERVICES 10. Motion to approve Central Services Department - Fleet Management Division request the purchase of 7 Pickup Trucks for various departments in the General Fund. Bid Item 19-140 - Gerald Jones Ford. (Approved by Administrative Services Committee May 14, 2019) Item Action: Approved Eval_-_General_Fund_-_F150s.pdf 19-140_-_Tab_Sheets_-_General_Fund.pdf 19-140_Advertisement_to_Paper.pdf 19-140_TAB.pdf Mail_List_and_Demandstar_Planholders.pdf Department_Recommendation_Gerald_Jones.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 11. Motion to approve the Utilities Department request to purchase 11 Pickup Trucks for various divisions. (Approved by Administrative Services Committee May 14, 2019) Item Action: Approved Eval_-_Util_-_F150s.pdf 19-140_Advertisement_to_Paper.pdf 19-140_TAB.pdf 19-140_Department_Recommendaiton_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 Mary Davis Commissioner Brandon Garrett Passes 12. Motion to approve Memorandum of Understanding and Financial Stipend for Financial Literacy Program. (Approved by the Administrative Services Committee May 14, 2019) Item Action: Approved MOU-Non_Profit_Entity.pdf Financial_Literacy_Calendar.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 Sammie Sias Commissioner Bobby Williams Passes 13. Motion to approve Housing and Community Development Department’s (HCD's) request to provide Laney Walker/Bethlehem Bond Funding to contract with Cranston Engineering for site Surveys of three (3) areas within the Laney Walker/Bethlehem neighborhoods for the purpose of redistribution of narrow lots to accommodate slightly wider homes. (Approved by Administrative Services Committee May 14, 2019) Item Action: Approved Cranston_Engineering.pdf ItemApprovalSheet.html Motions Motion Text Made By Seconded By Motion Type Motion Result Approve Motion to approve with the deletion of the words "bond funding". Ms. Davis out. Motion Passes 9-0. Commissioner Ben Hasan Commissioner Bobby Williams Passes 14. Motion to approve change order #3 to the contract to Renovate Former Offices for Records Retention in the amount of $42,845.00. (Approved by Administrative Services Committee May 14, 2019) Item Action: Approved Agenda_2019-09a_-_Records_Retention_Annex_CO#3_Images.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 15. Motion to approve bid award of RFP #19-123A Architectural/Engineering Design Services for the Lucy Craft Laney Museum (2019) to 2 KM Architects, Inc., as the qualified and selected architectural/engineering firm. (Approved by Administrative Services Committee May 14, 2019) Item Action: Approved 19-123A_Invitation_To_Bid.docx 19-123A_Mandatory_Pre_Proposal_Attendees.pdf 19-123A_Official_TAB_Sheet.pdf 19-123A_Cumulative_Eval_Sheet_Phase_2.pdf 19-123A_Planholders_List.pdf 19-123A_Process_Regarding_RFPs.pdf 19-123A_Cumulative_Eval_Sheet.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Passes Motion to approve. Motion Passes 10-0. Commissioner Marion Williams Commissioner Ben Hasan PUBLIC SAFETY 16. Motion to approve the award and contract of RFP #19-163 - 911 Logging Recorder Project to Replay Systems, Inc. (Approved by Public Safety Committee May 14, 2019) Item Action: Approved 19-163_Sent_to_Paper.pdf 19-163_OFFICIAL_TAB.pdf 19-163_cumulative.pdf 19-163_Department_Recommendation_of_Award.pdf Process_Regarding_RFPs.pdf MPB_19-163.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 Mary Davis Commissioner Brandon Garrett Passes 17. Motion to approve 2 State Court Accountability Court grant contracts for treatment services provided for participants in the DUI and Veterans Court programs.(Approved by Public Safety Committee May 14, 2019) Item Action: Approved SAMHSAgrantcontractPenfield.pdf SAMHSAgrantcontractCCC.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 18. Motion to approve Augusta-Richmond County FY20 Capacity Agreement for state inmates being housed at the Richmond County Correctional Institution (Approved by Public Safety Committee May 14, 2019) . Item Action: Approved Augusta.Richmond_County.FY2020_Capacity_Agreement.doc ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 19. Motion to approve the replacement of obsolete computer equipment (laptops, computers, servers, printers, scanners, switches, routers, VOIP phones, other telecommunication devices, uninterrupted power supplies, radios, and MDTs) as well as the purchase of any required computer software upgrades. (Approved by Public Safety Committee May 14, 2019) Item Action: Approved ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes ENGINEERING SERVICES 20. Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 154-0- 023-00-0) 4132 Wallie Drive. (Approved by Engineering Services Committee May 14, 2019) Item Action: Approved Agenda_Item_Plantation_Blood,_LLC.pdf Condemnation_Recommendation.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 21. 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. (Requested by Commissioner Sammie Sias) Item Action: Approved Airport_Entrance_-_FBO_Hangers_Service_Trucks_Employees.pdf Augusta_Regional_20190424_120015.jpg Augusta_Regional_20190424_120031.jpg Augusta_Regional_20190424_120105.jpg Comm._Sias_Agenda_Item.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Deny Motion to deny. Mr. Clarke abstains. Ms. Davis and Mr. Fennoy out. Voting No: Commissioner Dennis Williams. Motion Passes 6-1 -1. Commissioner Marion Williams Commissioner Brandon Garrett Passes Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Substitute motion to approve deeding the 1.4 miles of land to the airport. Mr. Sias abstains. Mr. Fennoy out. Voting No: Commissioner John Clarke, Commissioner Ben Hasan Commissioner Marion Williams Fails Commissioner Mary Davis, Commisioner Sean Frantom, Commissioner Brandon Garrett, Commissioner Dennis Williams. Motion Fails 3-5 -1. Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Substitute motion to suspend all action and allow Traffic Engineering to do a complete cost estimate and members of this body proceed to the designated area and do a complete survey of the service road and the adjacent 1.4 mile tract. Commissioner Sammie Sias Commissioner Bobby Williams Mr. B. Williams withdraws his second. 22. 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, and May 14, 2019 ) Action: Approved SKM_C554e19050212160.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes PETITIONS AND COMMUNICATIONS 23. Motion to approve the minutes of the regular meeting of the Augusta Commission held on May 7 2019 and Special Called meeting held May 14, 2019; and correction to the May 7, 2019 minutes-caption read $58,941 should have been $128,060 as listed in the agenda item financial impact. Item Action: Approved Regular_Commission_Meeting_May_7_2019.pdf Called_Commission_Meeting_May_14_2019.pdf SKM_C554e19051710080.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes ****END CONSENT AGENDA**** AUGUSTA COMMISSION 5/21/2019 AUGUSTA COMMISSION REGULAR AGENDA 5/21/2019 (Items 24-29) PLANNING 24. Z-19-15 – A request for concurrence with the Augusta Planning Commission to deny a petition by Rose Cliff, LLC, on behalf of Cathie Williams, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1- (H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing 0.23 acres and known as 2675 Crosscreek Road. Tax Map 130-0-226-00-0 DISTRICT 5 Item Action: Disapproved Z-19-15.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Deny Motion to concur in the denial. Motion Passes 10-0. Commissioner Mary Davis Commissioner Brandon Garrett Passes 25. Z-19-16– A request for concurrence with the Augusta Planning Commission to deny a petition by 143 Ministries International Inc., on behalf of Jeannette E. Norris, requesting a Special Exception to establish a non-treatment based Transition House per Section 26-1-G of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing 0.43 acres and is known as 2327 Cadden Road. Tax Map 121-3-099-00-0 DISTRICT 5 Item Action: Disapproved Z-19-16.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Deny Motion to concur in the denial. Voting No: Commissioner William Fennoy, Commissioner Dennis Williams, Commissioner Marion Williams. Motion Passes 7-3. Commissioner Ben Hasan Commissioner John Clarke Passes 26. Z-19-17 – A request for concurrence with the Augusta Planning Commission to approve with the conditions listed below a petition by TISHCO Development LLC, on behalf of Nixon Trust, requesting a change of zoning from Zone P-1 (Professional) to Zone R-3C (Multiple- family Residential) to establish a 55+ Independent Living Facility affecting property containing 6.63 acres and known as 105 Robert C. Daniel Jr. Parkway. Tax Map 023-2-001-00-0 DISTRICT 7 1. The general layout of the development shall substantially conform to the concept plan submitted on5/6/2019. 2. Install sidewalks along internal Item Action: Disapproved private driveway and Robert C. Daniel Jr. Parkway adjacent to the subject property that meet ADA accessibility standards and specifications of Augusta Traffic Engineering. 3. Reposition of proposed apartment building 1 to meet the required 50 foot rear setback or seek approval of a variance from the Board of Zoning Appeals. 4. Because this is a proposed over 55 development, any change in the residential age requirement must be approved by the Planning Commission. Z-19-17.pdf ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Deny Motion to deny. Voting No: Commissioner William Fennoy, Commissioner Marion Williams. Motion Passes 8-2. Commisioner Sean Frantom Commissioner Mary Davis Passes PUBLIC SERVICES 27. Motion to approve getting an update on Tuesday (May 21st) from the Marshal's Office and Code Enforcement regarding whether the VIN verification process has begun relative to the "Notice of Violation" for 1901- 15th Street regarding abandoned/stripped vehicles. (Approved by Public Services Committee May 14, 2019) Item Action: None ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result Unanimous consent is given to receive this item as information; no one from the Marshal's Office was in attendance. PUBLIC SAFETY 28. Discuss ambulance service contract between Augusta and Gold Cross Ambulance Service and receive a report from the Commission's Ambulance Services Subcommittee. (Requested by Commissioner Marion Williams) Item Action: None ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result No action was taken on this item due to the lack of a quorum. APPOINTMENT(S) 29. Consider recommendations of appointments/reappointments by the Richmond Board of Health of the following: (Requested by Commissioner Sammie Sias) 1) Deborah Presnell seat #5 Recommendation from the RC BOH (to be re- appointed) If re-appointed, this will be her last term on the Board (Term: 01/01/2019-12/31/22) 2) Cheryl Newman seat #9 Recommendation from the RC BOH (Member- at-large (to be re-appointed) Term: 01/01/2019-12/31/22) 3) Jack Padgett seat #11 (vacated by Rosa Clemons) Member-at-large (needs to be appointed) (Term: 01/01/2019-12/31/22) formerly served as Board of Education representative. Item Action: None ItemApprovalSheet.html Motions Motion Type Motion Text Made By Seconded By Motion Result No action was taken on this item due to the lack of a quorum. LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. 30. 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 5/21/2019 2:00 PM Attendance 5/14/19 Department: Department: Caption: Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/21/2019 2:00 PM Invocation Department: Department: Caption: Reverend Angel Maestre, Pastor, Oasis of Blessings Christian Center. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/21/2019 2:00 PM Whitewater Park Department: Department: Caption:Presentation from McLaughlin Whitewater Design Group regarding city-commissioned- Design and Concept Study for the Whitewater/Savannah River Project. Background:On June 19, 2018 the Augusta Commission award an RFP to McLaughlin Whitewater Design Group for Design & Concept of Whitewater/Savannah River Whitewater Project. 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 eachCommittee meetings: Second and last Tuesdays of eacf Caption/Topic Discussion to pe placed on tfe Agenda:G)*';t-z:' z7r-t* ^t. rlfl-)- - Z* Please send this request form to the following address: Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipal Buitding 535 Telfair Street Augusta, GA 30901 month - 2:00 p.m. month - 1:00 p.m. Commission/committee: (please check one and insert meeting date),/Commission Date of Me eting/?e d_/a Zaf 2Public Safety Committee Date of Me etln;---{-Public Services Committee Date of Meetin; _- Engineering Services committee Date of Meetin; ---.- Finance Commiffee Date of Me"tirg -contact Information for rndividuaupresenter Making the Request: Name:ryta)rJ Addressl Telephone Number: Fax Number: E-Mail Address: /- +-_f Telephone Number: Fax Number: E-MaiI Address: 706-821-1820 706-821-1838 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 Thursd"y pr"""oi"g the commission and committeemeetings of the following week. A five-minuteiime limit will be allowed for presentations. AGENDA ITEM REQUEST FORM commission meetings: f irst and third ruesdays of each month _2:00 p.m.Committee meetings: second "roi"r, rrooryJ*""-fiontt _ 1:00 p.m. Com m ission/Com miltee: r' Commission public Safety Committeepublic Services Committee - Adm inistrative Services Committee Finance Committee (Please check one and to the foltowing address: Telephone Number: Fax Number: E-Mail Address: insert meeting date) fff ;iff::l ixz-z$z4 )a7 r DateolMe"tini--.-..-------------.--.---- Date of Me"tini -----.---.--.--.---.-.---- Date of Me"tiri -.--.--.---.---.--.--.--- Date of Me"tin!_- Contact fnformation for Individual/presenter Making the Request: Name: A ^,-r^as* r..) Address:1 Telephone Numbei Fax Number: E-Mail Address: to be plaged on the el*-*>n Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipal Building 535 Telfair Streei Augusia, GA 3090f 706-821_1820 706-821_1838 nmorawski@au gustaga-gov Requests may be faxld' e-mailed or delivered in person and must be received in the crerkrsoffice no rater than 5:0o p.--;;;h" weonesoa!-p.ll#ug rh" c;;;;rir" meeting andL'"1i;?;11,,*,T,fi l;',i;r*ifjmr,,;rilffx,*..tnero,ro,nil!,""ur"Ari,*- Please send this request Commission Meeting Agenda 5/21/2019 2:00 PM Mr. Ron Harrison Department: Department: Caption: Mr. Ron Harrison regarding the lack of code enforcement/removal of abandon/junk vehicles and Hardin Road Retention Pond. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/21/2019 2:00 PM Z-19-19 Department:Planning and Development Department:Planning and Development Caption: Z-19-19 – A request for concurrence with the Augusta Planning Commission to approve with the conditions listed below a petition by LE Capital LLC, on behalf of James E. Wells Testamentary Trust, requesting a change of zoning Zone LI (Light Industry) to Zone R-3C (Multiple-family Residential) for senior apartments affecting property containing approximately 1.82 acres and known as 811 Fifth Street. Tax Map 047-3-276-00-0 DISTRICT 1 1. The site plan must meet all zoning requirements for the Section 18-1 for development of multifamily residential development in an R-3C zone which includes a maximum of 54 apartments which coincides with the 29 units per acres allowed in this district. 2. The proposed development must substantially comply with the presented plan and drawings including the number of parking spaces drawn (80). 3. A deed restriction shall be placed on this property to allow only those tenants that are 55 and over. Any change in this designation requires the applicant/owner to return to the Planning Commission. 4. If the application is not acted upon within 18 months the zoning shall revert to the current LI (Light Industry) zone. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Z-19-20 Department:Planning and Development Department:Planning and Development Caption: Z-19-20 - A request for concurrence with the Augusta Planning Commission to approve a petition by Willie H. Mays, on behalf of Flowing Wells Business Park LLC, requesting to amend the conditions on the Zone B-2 (General Business) from Z-08-48 affecting property containing approximately 16 acres and known as 1251 Flowing Wells Road. Tax Map 029-0-004-00-0 DISTRICT 3 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Z-19-15 Department:Planning and Development Department:Planning and Development Caption: Z-19-15 – A request for concurrence with the Augusta Planning Commission to deny a petition by Rose Cliff, LLC, on behalf of Cathie Williams, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1- (H) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing 0.23 acres and known as 2675 Crosscreek Road. Tax Map 130-0-226-00-0 DISTRICT 5 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Z-19-16 Department:Planning and Development Department:Planning and Development Caption: Z-19-16– A request for concurrence with the Augusta Planning Commission to deny a petition by 143 Ministries International Inc., on behalf of Jeannette E. Norris, requesting a Special Exception to establish a non-treatment based Transition House per Section 26-1-G of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing 0.43 acres and is known as 2327 Cadden Road. Tax Map 121- 3-099-00-0 DISTRICT 5 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Z-19-17 Department:Planning and Development Department:Planning and Development Caption: Z-19-17 – A request for concurrence with the Augusta Planning Commission to approve with the conditions listed below a petition by TISHCO Development LLC, on behalf of Nixon Trust, requesting a change of zoning from Zone P-1 (Professional) to Zone R-3C (Multiple-family Residential) to establish a 55+ Independent Living Facility affecting property containing 6.63 acres and known as 105 Robert C. Daniel Jr. Parkway. Tax Map 023-2-001-00-0 DISTRICT 7 1. The general layout of the development shall substantially conform to the concept plan submitted on5/6/2019. 2. Install sidewalks along internal private driveway and Robert C. Daniel Jr. Parkway adjacent to the subject property that meet ADA accessibility standards and specifications of Augusta Traffic Engineering. 3. Reposition of proposed apartment building 1 to meet the required 50 foot rear setback or seek approval of a variance from the Board of Zoning Appeals. 4. Because this is a proposed over 55 development, any change in the residential age requirement must be approved by the Planning Commission. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Augusta Regional Transportation Study Congestion Management Process 2018 Update Final Report Augusta Regional Transportation Study Congestion Management Process 2018 Update Final Report Contents Executive Summary ..................................................................................................................... 1 1. Review and Assessment of the Existing CMP ............................................................ 3 1.1 History of the Congestion Management Process .................................................................................................... 3 1.2 Congestion Management Process Assessment Methodology ................................................................................ 3 1.3 Assessment Results ................................................................................................................................................. 5 1.4 Opportunities .......................................................................................................................................................... 6 2. Congestion Management Process Best Practices .................................................... 7 2.1 Peer Metropolitan Planning Organizations ............................................................................................................. 9 2.2 Develop Regional Objectives ................................................................................................................................... 9 2.3 Define CMP Network............................................................................................................................................. 12 2.4 Develop Multimodal Performance Measures ....................................................................................................... 13 2.5 Collect Data / Monitor System Performance ........................................................................................................ 14 2.6 Analyze Congestion Problems and Needs ............................................................................................................. 18 2.7 Identify and Assess Strategies ............................................................................................................................... 18 2.8 Program and Implement Strategies ...................................................................................................................... 22 2.9 Evaluate Strategy Effectiveness ............................................................................................................................ 23 2.10 Conclusion ........................................................................................................................................................... 27 3. Definition of the CMP Network .................................................................................... 29 3.1 Roadway Network ................................................................................................................................................. 29 3.2 Transit Network .................................................................................................................................................... 31 3.3 Freight Network .................................................................................................................................................... 31 3.4 Pedestrian and Bicycle Network ........................................................................................................................... 31 Contents 4. Data Collection and System Performance Monitoring ........................................ 34 4.1 Data Collection ...................................................................................................................................................... 34 4.2 Monitor System Performance ............................................................................................................................... 35 5. Traffic Congestion Problems and Needs ................................................................... 36 5.1 Congested Corridor Selection Methodology ......................................................................................................... 36 5.2 Problems and Needs ............................................................................................................................................. 43 5.3 Programmed and Planned Improvements ............................................................................................................ 49 6. Review and Refine Goals and Objectives .................................................................. 55 6.1 National Goals ....................................................................................................................................................... 55 6.2 State Goals ............................................................................................................................................................ 56 6.3 ARTS Metropolitan Transportation Plan Goals ..................................................................................................... 57 6.4 ARTS Congestion Management Process Goals and Objectives ............................................................................. 57 7. Develop Multimodal Performance Measures .......................................................... 59 7.1 Performance Measures Methodology .................................................................................................................. 59 7.2 Performance Measures ......................................................................................................................................... 60 8 Review and Update Existing CMP Strategies ............................................................... 69 8.1 Develop Multimodal Congestion Management Strategies ................................................................................... 69 8.2 Strategy Matrix ..................................................................................................................................................... 73 9 Performance Monitoring Dashboard Implementation ............................................. 78 9.1 Data Collection ...................................................................................................................................................... 78 10 Monitoring and Performance Reporting Process..................................................... 90 10.1 Calculation of Performance Measures and Data ETL Processes .......................................................................... 90 11 CMP System Performance Monitoring Evaluation - ARTS Dashboard – User Guide ........................................................................................................................................... 129 Tables Table 1: Peer Metropolitan Planning Organizations by Population ............................................................ 7 Table 2: ARTS Peer Metropolitan Planning Organizations .......................................................................... 9 Table 3: MPO Regional Objectives ............................................................................................................ 10 Table 4: MPO Network Components Definitions ...................................................................................... 12 Table 5: Benchmarked Performance Measures Across MPOs .................................................................. 14 Table 6: Data Collection/Monitor System Performance ........................................................................... 16 Table 7: CORE Congestion Management Strategies .................................................................................. 21 Table 8: CPCTS Congestion Strategies ....................................................................................................... 22 Table 9: CMP Report Card Evaluating Effectiveness Part 1 (CORE CMP Report March 2017) .................. 24 Table 10: CMP Report Card Evaluating Effectiveness Part 2 (CORE CMP Report March 2017) ................ 25 Table 11: CMP Report Card Evaluating Effectiveness Part 3 (CORE CMP Report March 2017) ................ 26 Table 12: Congestion Management Process Corridors Problems and Needs ........................................... 44 Table 13: Fiscal Year 2017 – 2022 Transportation Improvement Program Projects ................................. 50 Table 14:ARTS Congestion Management Process Goals and Objectives .................................................. 58 Table 15: Multimodal Performance Measures .......................................................................................... 61 Table 16: ARTS CMP Strategies by Tier ...................................................................................................... 70 Table 17: 2018 CMP Strategy Matrix by Corridor ...................................................................................... 74 Figures Figure 1: Study Area .................................................................................................................................... 4 Figure 2: Elements of the Congestion Management Process ...................................................................... 5 Figure 3: GPATS Methodology of Identifying and Assessing Strategies .................................................... 19 Figure 4: COATS Congestion Mitigation Strategies.................................................................................... 20 Figure 5: Roadway CMP Network .............................................................................................................. 30 Figure 6: Transit CMP Network ................................................................................................................. 33 Figure 7: CMP Corridors ............................................................................................................................ 38 Figure 8: Travel Time Index ARTS Planning Area ....................................................................................... 39 Figure 9: Travel Time Index City of Aiken .................................................................................................. 40 Figure 10: Travel Time Index Richmond-Columbia .................................................................................... 41 Figure 11: Travel Time Index Downtown Augusta ..................................................................................... 42 Figure 12: National Transportation Goals ................................................................................................. 56 Figure 13: Georgia and South Carolina State Transportation Goals .......................................................... 56 Acronyms • APT - Augusta Public Transit • ARTS - Augusta Regional Transportation Study • BFE - Best Friend Express • CORE - Coastal Region MPO (Savannah, GA) • COATS - Columbia Area Transportation Study (Columbia, SC) • CPCTS - Columbus-Phenix City Transportation Study (Columbus, GA) • CMP - Congestion Management Process • CMS - Congestion Management System • FHWA - Federal Highway Administration • FAST - Fixing America's Surface Transportation • GDOT - Georgia Department of Transportation • GEARS - Georgia Electronic Accident Reporting System • GPATS - Greenville-Pickens Area Transportation Study (Greenville, SC) • HOV - High Occupancy Vehicle • ISTEA - Intermodal Surface Transportation Efficiency Act • LOS - Level of Service • LSCOG - Lower Savannah Council of Governments • MOE - Measure of Effectiveness • MPO - Metropolitan Planning Organization • MTP - Metropolitan Transportation Plan • PMT - Project Management Team • NTD - National Transit Database • SAFETEA-LU - Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users • SOV - Single Occupancy Vehicle • SCDNR - South Carolina Department of Natural Resources • SCDOT - South Carolina Department of Transportation • SMART - Specific, Measurable, Agreed, Realistic, and Time-Bound • TEA-21 - Transportation Equity Act for the 21st Century • TIP - Transportation Improvement Program • TMA - Transportation Management Area • TDM - Travel Demand Management • TTI - Travel Time Index • TTTR - Truck Travel Time Reliability • USDOT - United States Department of Transportation Augusta Regional Transportation Study Congestion Management Process 2018 Update 1 Executive Summary The Augusta Regional Transportation Study (ARTS) is the federally designated Metropolitan Planning Organization (MPO) for the Augusta-Richmond County GA; and, Aiken County SC urbanized areas. As the MPO, ARTS is required by federal law to periodically update the Congestion Management Process (CMP), which is intended to improve traffic operations and safety as well as mitigate congestion using travel demand reduction strategies, the implementation of operational improvements, bicycle and pedestrian infrastructure, increased public transit service, or roadway widenings. The Congestion Management Process According to the Federal Highway Administration (FHWA), the CMP is, “a systematic approach collaboratively developed and implemented throughout a metropolitan region, that provides for the safe and effective management and operation of new and existing transportation facilities through the use of demand reduction and operational management strategies.” The following eight steps are undertaken to complete the CMP update: 1. Develop regional objectives 2. Define the CMP network 3. Develop multimodal performance measures 4. Collect data and monitor system performance 5. Analyze congestion problems and needs 6. Identify and assess strategies 7. Program and implement strategies 8. Evaluate strategy effectiveness Executive Summary Augusta Regional Transportation Study Congestion Management Process 2018 Update 2 The outcome of the CMP is a list of transportation improvements that can be implemented in a shorter time frame, generally within five to 10 years, than traditional capacity improvements such as adding travel lanes to existing roads or constructing new roads. This CMP Update is organized in the following sections: • Review and Assessment of the Existing Congestion Management Process – opportunities to take advantage of new data sources facilitating the examination of of regional goals and objectives that will improve the CMP • Congestion Management Process Best Practices – based on an analysis of CMPs produced by four peer MPOs, several best practices were identified to guide this CMP Update • Definition of the CMP Network – details on facilities included in the CMP network for this update, which generally consists of all roadways classified as collector and above, Augusta Public Transit (APT) and Best Friend Express (BFE) transit routes, and bicycle and pedestrian facilities • Data Collection and System Performance Monitoring – an overview of the data collection and performance monitoring used to identify congested corridors • Traffic Congestion Problems and Needs – an analysis of the CMP network using real-time traffic data to determine congestion levels • Develop Goals and Objectives – an explanation of the methodology used to develop the CMP goals and objectives, as well as the goals and objectives themselves • Performance Measures – measures to be used as part of the performance monitoring dashboard • Congestion Management Process Strategies – strategies to address traffic congestion problems and needs for each of the CMP corridors • Performance Monitoring Dashboard Implementation – an explanation of how the dashboard was implemented and overview of outputs • Monitoring and Performance Reporting Process – a detailed overview of how the performance monitoring dashboard works • Congestion Management Process Dashboard User Guide – a manual for ARTS staff to use when updating the CMP dashboard in the future and fulfilling performance reporting requirements The CMP is an integral part of the metropolitan planning process, which represents a comprehensive, continuing, and cooperative (3C) process. Continuing updated periodically. Cooperative data-driven, agencies, etc. As part of a comprehensive planning process, the CMP is integrated with the development of the Metropolitan Transportation Plan (MTP), Transportation Improvement Program (TIP) and the Unified Planning Work Program (UPWP). As such, the CMP provides data and analysis in support of these planning tools and is also supported by them. The CMP and MTP are both required to be updated periodically. While federal regulations do not establish a specific update cycle for the CMP, they do require that it is updated often enough to provide relevant and recent information as an input to the MPT through a continuing planning process. As part of a cooperative planning process, the CMP provides input based on detailed analysis of individual segments and corridors to the MTP while reflecting regional objectives the MTP. Additionally, the CMP can also provide a starting point for identifying a proposed project’s purpose and need as well as alternatives for further development and screening. Augusta Regional Transportation Study Congestion Management Process 2018 Update 3 1. Review and Assessment of the Existing CMP A review and assessment of the existing Augusta Regional Transportation Study (ARTS) CMP was undertaken to identify potential improvements to the CMP. This review and assessment consists of three parts, which are: 1) an outline of the assessment methodology; 2) results of the assessment; and, 3) opportunities for improvements. This report focuses on the ARTS Planning Area, which spans the Georgia and South Carolina border and includes Augusta-Richmond County and parts of Columbia, Aiken, and Edgefield Counties (Figure 1: Study Area shown in on the following page). Because the population of this area is over 200,000 persons, the ARTS planning area is classified as a Transportation Management Area (TMA), and is required by federal regulations to develop, adopt, and update the CMP periodically. The most recent update was published by ARTS in July of 2015. 1.1 History of the Congestion Management Process In 1991, the Intermodal Surface Transportation Efficiency Act (ISTEA) was signed into law and changed many aspects of the highway program. A key change was a new focus on multimodal transportation planning and increased flexibility in determining transportation solutions. For the first time, ISTEA also required the development and implementation of six management systems, including the Congestion Management System (CMS). Under the legislation, each TMA was required to have an operational CMS by October 1997. ARTS was ahead of this deadline by two years, producing their first CMS in 1995. The successor law, the Transportation Equity Act for the 21st Century (TEA-21), continued the requirement for a CMS. The Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU) updated the CMS nomenclature to CMP to emphasize that the law was now requiring an ongoing process integrated into metropolitan transportation planning. The most recent surface transportation authorization law, Fixing America’s Surface Transportation (FAST) Act, continues the requirement for TMAs to implement a CMP. As such, ARTS has periodically updated their CMP since the initial CMS was completed in 1995, with the most recent update in 2014 and results published in July 2015. 1.2 Congestion Management Process Assessment Methodology The first task in the CMP Update is to evaluate the previous CMP and identify opportunities for potential CMP process improvements. This task is important because the CMP is an on-going process that continuously progresses and adjusts over time to meet the changing priorities and needs of the region implementing the CMP. Considering this process of continual improvement, a best practices study was conducted concurrently with this evaluation. Best practices from MPOs like ARTS with potential to enhance the CMP were identified. Figure 1: Study Area Review and Assessment of the Existing CMP Augusta Regional Transportation Study Congestion Management Process 2018 Update 5 Congestion Management Process: A Guidebook (the Guidebook), published by the United States Department of Transportation (USDOT) Federal Highway Administration (FHWA) was used as the basis for the evaluation of the existing CMP. The guidebook outlines an eight-step process model that identifies activities and actions common to successful CMPs and that must be implemented to comply with federal regulations. Figure 2: Elements of the Congestion Management Process below shows the eight-step process. Figure 2: Elements of the Congestion Management Process 1.3 Assessment Results The 2014 CMP update included several of the activities identified in Figure 2: Elements of the Congestion Management Process, shown above. The following list summarizes the elements of the CMP that were fulfilled or partially fulfilled as part of the 2014 CMP update: • All interstates, freeways, and principal arterials as well as minor arterials and collectors with a demonstrated potential for congestion are included in the CMP Network, fulfilling the ‘Define the CMP Network’ element • Performance measures based on the difference between driving speed and the posted limit were developed, partially fulfilling the ‘Develop Multimodal Performance Measures’ element • Travel time surveys on major roads in the ARTS area as well as a before and after comparison of six corridors that had congestion mitigation improvements completed during 2013 fulfilled the ‘Collect Data and Monitor System Performance’ element Review and Assessment of the Existing CMP Augusta Regional Transportation Study Congestion Management Process 2018 Update 6 • A matrix of strategies was matched to seriously congested corridors to recommend projects to alleviate congestion, fulfilling the ‘Identify and Assess Strategies’ element • The strategies identified were programmed for implementation as part of the ARTS transportation planning process (i.e. added to the Transportation Improvement Program (TIP)) or assigned directly to state or local governments as appropriate, fulfilling the ‘Program and Implement Strategies’ element • A standard CMP evaluation process was used to assess effectiveness and improve performance, meeting the ‘Evaluate Strategy Effectiveness’ element The existing CMP met or partially met six of the eight elements of the federal process model, providing a strong foundation to build upon during this CMP update. Using this information, the following section outlines opportunities for continuing to improve the CMP. 1.4 Opportunities Based on the Guidebook and the eight-step process model, the following opportunities to improve the CMP as a part of this update have been identified: • Develop regional objectives – objectives can be developed specifically for the CMP, or congestion management objectives from other sources such as the Metropolitan Transportation Plan (MTP) can be used to guide the CMP • Enhance the definition of the CMP network – currently, the network only includes roadways and an opportunity exists to incorporate transit services as well as bicycle and pedestrian networks and their interfaces with the highway network • Develop multi-modal performance measures – the existing CMP is focused exclusively on driving times, measures addressing transit system congestion and reliability and availability and freight movements represent an opportunity to improve the performance measures • Collect data/monitor system performance – technology has improved rapidly since the last CMP update and a number of real-time data sources are now available that can be used to improve both the data collection and system performance monitoring aspects of the CMP • Evaluate strategy effectiveness – an opportunity exists to implement project-level or program- level analysis of conditions before and after the implementation of a congestion mitigation effort As these opportunities are addressed through the CMP update, a number of stakeholders will potentially be impacted. Extensive coordination with planning partners including transit, bicycle, and pedestrian stakeholders as well as the freight community will be important. Augusta Regional Transportation Study Congestion Management Process 2018 Update 7 2. Congestion Management Process Best Practices A CMP best practices study focused on Metropolitan Planning Organizations (MPOs) with a similar regional population and geography to ARTS was conducted. The MPOs selected for the best practices study include Columbus and Savannah in Georgia, as well as Columbia and Greenville in South Carolina. The population for each peer MPO is shown in Table 1: Peer Metropolitan Planning Organizations by Population. The CMPs from the peer MPOs selected were analyzed and a summary of best practices was developed. These best practices are related to each of the CMP elements and can quickly be identified for immediate implementation as part of this CMP update. Some best practices may not be implementable by ARTS in the short-term; however, these should be considered during future CMP updates. Table 1: Peer Metropolitan Planning Organizations by Population Metropolitan Planning Organization (MPO) Population of MPO Population Year Columbia Area Transportation Study (COATS) – Columbia, South Carolina 647,091 2010 Coastal Region (CORE) – Savannah, Georgia 276,434 2012 Columbus-Phenix City Transportation Study (CPCTS) – Columbus, Georgia 275,840 2010 Greenville-Pickens Area Transportation Study (GPATS) – Greenville, South Carolina 710, 253 2014 Augusta Regional Transportation Study (ARTS) – Augusta, Georgia 511,686 2010 The CMP is a systemic process for managing traffic congestion that is federally required in urbanized areas with a population of over 200,000. On December 4, 2015, Public Law 114-94, the FAST Act was signed into law. The FAST Act funds transportation programs for fiscal years 2016 through 2020 and is the first long-term surface transportation authorization enacted in a decade that provides funding certainty for surface transportation. The FAST Act supports critical transportation projects to ease congestion and facilitate freight movement on major roads by establishing and funding new policies and programs. The purpose of the CMP is to provide information on transportation system performance to planners. This information allows planners to use a data-driven process to identify projects related to the MPO’s MTP and Transportation Improvement Program (TIP). Using performance data is important to ensure the MTP process is aligned with federal regulations. The eight elements of the process are built upon actions that are used to meet the minimum requirements of federal regulations. Though there is a prescribed process, these elements may be applied differently within individual CMP/MPO’s inside a flexible framework. The intent of this flexibility is to allow MPOs to tailor a CMP approach that meets Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 8 their needs. Per the FHWA CMP Guidebook, there are eight elements of the congestion management process including: 1. Develop Regional Objectives for Congestion Management – First, it is important to consider, “What is the desired outcome?” and “What do we want to achieve?” It may not be feasible or desirable to try to eliminate all congestion, so it is important to define objectives for congestion management that achieve the desired outcome. Some MPOs also define congestion management principles, which shape how congestion is addressed from a policy perspective. 2. Define CMP Network – This action involves answering the question, “What components of the transportation system are the focus?” and involves defining both the geographic scope and system elements (e.g., freeways, major arterials, transit routes) that will be analyzed in the CMP. 3. Develop Multimodal Performance Measures – The CMP should address, “How do we define and measure congestion?” This action involves developing performance measures that will be used to measure congestion on both a regional and local scale. These performance measures should relate to, and support, regional objectives. 4. Collect Data/Monitor System Performance – After performance measures are defined, data should be collected and analyzed to determine, “How does the transportation system perform?” Data collection may be on-going and involve a wide range of data sources and partners. 5. Analyze Congestion Problems and Needs – Using data and analysis techniques, the CMP should address the questions, “What congestion problems are present in the region, or are anticipated?” and “What are the sources of unacceptable congestion?” 6. Identify and Assess Strategies – Working together with partners, the CMP should address the question, “What strategies are appropriate to mitigate congestion?” This action involves both identifying and assessing potential strategies and may include efforts conducted as part of MPOs’ transportation plan, corridor studies, or project studies. 7. Program and Implement Strategies – This action involves answering the question, “How and when solutions will be implemented?” It typically involves including strategies in the MTP, determining funding sources, prioritizing strategies, allocating funding in the TIP, and ultimately, implementing these strategies. 8. Evaluate Strategy Effectiveness – Finally, efforts should be undertaken to assess, “What have we learned about implemented strategies?” This action may be tied closely to monitoring system performance under Action 4, noted above in this list of actions, and is designed to inform future decision making about the effectiveness of transportation strategies. The execution of these elements will aid in more effective resource allocation, increased collaboration and coordination between partners and stakeholders in the ARTS MPO. Other benefits include, data driven decision making in the prioritization and implementation of regional objectives for congestion management. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 9 2.1 Peer Metropolitan Planning Organizations The four peer metropolitan planning organizations that will be analyzed are Savannah, Georgia; Columbus, Georgia; Greenville, South Carolina; and Columbia, South Carolina (Table 2). In this investigation each action in the congestion management process will analyzed for each of the four peer MPOs. Because each MPO has different jurisdictions, data collection sources, priorities, and networks, not all measures will be applicable in benchmarking MPO metrics nor will they fall under the same name. In the case that a metric is fulfilled under a category of a different organization or name, an asterisk will be placed after the qualifying checkmark. Table 2: ARTS Peer Metropolitan Planning Organizations Metropolitan Planning Organizations Greenville-Pickens Area Transportation Study (GPATS) Coastal Region (CORE) [Savannah] The Central Midlands Council of Governments Columbia Area Transportation Study (COATS) Columbus-Phenix City Transportation Study (CPCTS) 2.2 Develop Regional Objectives CMPs include regional objectives, typically derived from their respective MTPs that determine what the region wants to achieve through the congestion management process. These are also aligned with national goals of safety, infrastructure condition, congestion reduction, system reliability, freight movement and economic vitality, environmental sustainability, and reduced project delivery delays. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 10 Though all peer MPOs referenced objectives like enhancing regional mobility and maintaining existing infrastructure, specific regional objectives are easier to implement and measure strategy effectiveness. MPOs such as CORE and GPATS reference approximately ten regional objectives that fall into categories of accessibility, mobility, and economic vitality through defining objectives that elicit more options for transportation. CPCTS and COATS have no more than three general objectives for the region. GPATS process of defining goals is superior, in that it categorizes each objective from guiding goals associated with their regional transportation plan. In this grouping, each objective is categorized by the following groups: Culture & Environment, Economic Vitality, Growth & Development, Mobility & Accessibility, Safety & Security, and System Preservation. A summary of each MPO’s goals can be found in Table 3. In this update of the CMP, specific metrics for congestion in the ARTS planning area will established. Table 3: MPO Regional Objectives COATS Enhance regional mobility Increase transportation accessibility Maintain existing infrastructure in a state-of-good repair CORE Develop congestion management measures. Reduce non-recurring congestion duration. Evaluate travel time reliability to the 95th percentile. Consider the full range of congestion management strategies. Improve the reliability and resiliency of the transportation network through the implementation of these strategies. Consider low-cost, system efficiency and demand management solutions before capacity Achieve acceptable approach Level of Service (LOS) D. Preserve regional mobility through the implementation of alternative access improvements to enhance local mobility. Implement sustainable development through the incorporation of mixed-use, pedestrian oriented design that helps to minimize trip length. Promote multimodal connectivity through the implementation of transit, bicycle, and pedestrian enhancements. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 11 CPCTS Have a baseline target of Level of Service “C” or better on roads in our route network. GPATS Culture & Environment: Enhance the region’s quality of life by preserving and promoting its valued places and natural assets • Protect and enhance the natural and social environment by using context sensitive transportation strategies. • Promote consistency between transportation improvements, land use decisions, and economic development patterns. Economic Vitality: Support regional economic vitality by making it easier to move people and freight within and through the region. • Highlight transportation recommendations that enable global competitiveness, productivity, and efficiency. • Increase the accessibility and mobility of people and freight within the region and to other areas. Growth & Development: Make traveling more efficient by coordinating transportation investments with land use decisions. • Prepare for continued population growth by coordinating transportation strategies with land use initiatives to foster vibrant and livable communities. Mobility & Accessibility: Provide a balanced transportation system that makes it easier to bike, walk, and take transit. • Expand and maintain a network of bicycle, pedestrian, and transit facilities that connects homes, activity centers, and complementary amenities. Safety & Security: Promote a safe and secure transportation system by reducing crashes, making travel reliable and predictable, and improving emergency response. • Improve the safety of the transportation system for all user groups regardless of socioeconomic status or physical ability. • Increase the reliability, predictability, and efficiency of the transportation experience through system improvements and enhanced communication. • Improve safety and security by mitigating potential conflicts and delays at high-crash locations and rail crossing sites. System Preservation: Extend the life of the transportation system and promote fiscal responsibility by emphasizing maintenance and operational efficiency. • Identify and prioritize infrastructure preservation and rehabilitation projects such as pavement management and signal system upgrades. • Increase the use of innovative transportation technology to enhance the efficiency of the existing transportation system and to be better prepared for emerging vehicle technologies. Best Practice Define approximately ten, clear objectives that are in alignment with the MPOs latest MTP having goals that are heavily based upon stakeholder participation and an understanding of the needs and desires of Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 12 the public related to congestion. Clear objectives have the potential to be used as tools for selecting strategies, categorizing performance measures, and strategy monitoring and evaluation. 2.3 Define CMP Network The purpose of the CMP is to monitor and relieve traffic congestion throughout the transportation planning area. As part of the CMP process, a roadway network needs to be defined for the planning area. Fundamentally, the CMP network must include those areas that meet the regionally identified definition of ‘congested’ and represent the area for data collection and monitoring activities. It is important that multimodal transportation elements are also key factors for addressing congestion on the CMP network. Table 4 summarizes the network definition of the peer MPOs. CPCTS’s definition of the network is thirty- eight roadway segments which includes intersections, speed limits, and functional classification. MPOs such as COATS, CORE, and GPATS included as part of their CMPs an extensive analysis of roadway systems, functional class, length of road, and jurisdictional boundaries for single occupancy vehicle (SOV), freight, transit services, pedestrian and bicycle infrastructure, among others, were considered in the development of the CMP networks. Because of differences of needs and jurisdictional boundaries, the definition of the MPO’s network can vary. For example, COATS does not include interstates as a part of their CMP network because all performance monitoring, analysis, and funding for interstate improvement and congestion projects are directly programmed and implemented by the South Carolina Department of Transportation (SCDOT). Also, COATS does not include local roads as a part of their CMP. Other MPOs do not explicitly state whether local roads are included in their roadway network, however COATS and CORE mention that these local roads and collectors should be considered as potential bicycle, pedestrian, or transit corridors. Table 4: MPO Network Components Definitions _ COATS CORE CPCTS GPATS Interstate     Arterials     Pedestrian    Bicycle    Transit     Freight    Best Practice Define and inventory segments of the transportation networks by classification, length, speed limits, and jurisdiction. Although the CMP has traditionally focused primarily on the road network, the CMP network should consider the transit, bicycle, and pedestrian modes as well as their interface with the highway network. Doing so can help take advantage of strategies that rely upon the other modes to reduce SOV travel. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 13 2.4 Develop Multimodal Performance Measures Performance measures are a critical component of the CMP as they aid in defining the quality of mobility for people and goods. They serve multiple, intersecting purposes which in the context of the CMP includes tracking progress toward meeting regional objectives, specifying locations with congestion issues, assessing strategies, programs and projects; and, to communicate system performance to the public, MPO member agencies, and decision-makers. Because levels of acceptable system performance are not the same across regions, performance measures should be personalized to regional needs and expectations that are jointly agreed upon by the local, state, and regional officials as well as key transportation operators in the MPOs jurisdiction. Level of Service (LOS) performance measures are used at the regional and local level. A wide range of performance measures are available for measuring and monitoring system performance. The FHWA suggests that performance measures fall in four categories that measure congestion, mobility, accessibility, and efficiency. For many performance measures, however, considerable human and financial resources are required to collect and analyze the necessary data. Because some performance measures vary across MPOs, Table 5 on the following page highlights several local and regional performance measures that are commonly used, described using accessible language, and are derived from national and regional data sources. Table 5 was created based on GPATS’s easy-to-follow organizational chart of performance measures found in their CMP. Due to different organizational methodologies in peer CMPs other performance measures used in their evaluations may not be listed here. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 14 Table 5: Benchmarked Performance Measures Across MPOs Performance Measures COATS CORE CPCTS GPATS Safety Number of Fatalities   Fatality Rate  Serious Injuries  Serious Injury Rate  Number of nonmotorized crashes  Roadway Capacity Volume/Capacity Ratio     Over capacity roadway miles on CMP Network    Reliable Travel Time Percent of person-miles traveled on interstate that are reliable     Percent of person-miles traveled on the non-interstate NHS that are reliable    Goods Movement Truck Travel Time Reliability (TTTR) Index    Vehicle Miles Traveled (VMT) at or Over Capacity on Designated Truck Routes    Public Transit Percent of congested roadway centerline miles with transit service  Transit passenger trips per revenue hour  Transit average peak service frequency   Transit Annual Ridership    Travel Demand Management (TDM) Percent of commuters using carpools or vanpools  Non-CMP System Preservation Percentages of pavements, bridges, and transit assets   Best Practice CMP Best Practice includes performance measures that are quantifiable, have professional credibility, and describe existing conditions that can identify problems and predict changes. Performance measures should be organized in key categories, as in Table 5. These key categories should correspond with the regional goals and objectives developed as a part of the CMP. These performance measures should also be calculated easily with existing field data and achieve consistent results. Most importantly, it is crucial to use performance measures that are “SMART”, i.e., Specific, Measurable, Agreed, Realistic, and Time- bound. Applying these characteristics to metrics upon multiple modes in various scales and settings are sure to promote accessibility and mobility of people and goods. 2.5 Collect Data / Monitor System Performance The CMP is a compilation of data from several sources which are analyzed together to help determine areas of concern. Gathering data to monitor system performance is typically the element of the CMP that requires the largest amount of effort for MPO staff. After establishing performance measures that Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 15 will be used to evaluate system performance and a plan for collecting data, regions are ready to gather the data necessary to inform the CMP. On the following page, Table 6 benchmarks data sources and system monitoring. Using Table 6 on the following page for data collection and system monitoring, there are other methodologies that CPCTS listed, such as the presence and evaluation of corridors in biannual reports, individual corridor studies, and intersection capacity studies. MPOs such as CORE, GPATS, and COATS used combinations of monitoring activities, including: • Roadway monitoring through annual LOS analysis based on traffic counts and other related data constantly collected throughout the region • Monitoring crashes to identify potential non-recurring congestion • Monitoring transit performance through various operating and capital plans (as available) • Monitoring bicycle/pedestrian/trail facility data from local and national databases • Monitoring significant freight corridors to address mobility needs of the goods movement providers Best Practice Ensure that data sources are continually updated to ensure that corridors are evaluated properly to address mobility needs of the MPO. In addition, the use of various data from national databases and regional affiliates that include focus on various modes will ensure that the MPO is conducting thorough and current analyses. These databases can provide insight into real-time speed, congestion, traffic conditions, and the impact of non-recurring congestion due to crashes, construction, or weather events, among others. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 16 Table 6: Data Collection/Monitor System Performance Data Collection / Monitor System Performance Data Source Definition COATS CORE CPCTS GPATS National Performance Management Research Data Set FHWA has acquired a national data set of average passenger vehicle, freight vehicle, and combined freight and passenger vehicle travel times on the National Highway System (NHS). This data set is available to State Departments of Transportation and MPOs as a tool for performance measurement and updated monthly.    AirSage Data AirSage provides population analytics and movement pattern data, including real-time travel time data through the analysis of real-time mobile signals, GPS and other location data. HERE Data HERE provides real-time traffic data that can be used to identify areas of both recurring and non-recurring traffic congestion. The I-95 Corridor Coalition uses HERE data and provides access to their member organizations.   I-95 Coalition Partnership of transportation agencies, toll authorities, public safety, and related organizations along the I-95 corridor, from the State of Maine to the State of Florida, with affiliate members in Canada. The Coalition provides a forum for key decision makers to address transportation management and operations issues of common interest. This volunteer, consensus-driven organization enables its myriad state, local and regional member agencies to work together to improve transportation system performance far more than they could working individually.   State Department of Transportation Crash Data Crash data is obtained from the electronic repository (relational database) of the state’s crash reports.     Regional Area Transit Ridership Data Ridership data based on day/time, route, bus number, operator, fare type, timeliness, etc. sourced from operating agency or others.     Traffic Counts Collects traffic counts using primarily permanent and portable counting devices at stations throughout the MPO region. This can be compiled through local and state departments.    Non-Motorized Data Includes summary of crashes injuries/fatalities, travel times, LOS, and/or volumes of both bicycle and pedestrian and other non-motorized forms of transportation.     Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 17 Data Collection / Monitor System Performance Data Source Definition COATS CORE CPCTS GPATS Freight Bottleneck Data Contains a bottleneck analysis where the most critical bottlenecks along the network were identified as well as other areas where congestion exists and where bottlenecks may occur with increased demand.   Origin and Destination Data Origin-Destination studies are often used in transportation planning to determine the travel patterns (origin-destination matrix) of vehicles and goods in an area. Given these travel patterns, the impacts of alternative solutions to current and future transportation problems can be evaluated.  Travel Demand Model A Travel demand model is a useful analytical tool for predicting future traffic congestion and provides the basis for project identification in the MPO’s transportation plan and project traffic forecasts.    National Transit Database (NTD) Repository of data about the financial, operating and asset conditions of American transit agencies.  Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 18 2.6 Analyze Congestion Problems and Needs Once collected, raw data must be processed to obtain meaningful measures of performance. The purpose is to identify specific locations with congestion problems, and to identify the sources of these problems. The level of effort for processing data into usable information for analysis varies with the complexity of the multimodal performance measures and data sources chosen. CORE uses a strategy that highlights the road segment, direction of travel, time of day, distance of corridor, as well as average travel time, 95th percentile travel time, and buffer time. This is a detailed system to measure and identify congestion problems and needs in the region along interstates and arterials. In addition, twenty bottleneck locations were derived from Origin-Destination (O-D) data. Across MPOs, data such as LOS, transit passengers per hour, freight network bottlenecks, were used to analyze congestion problems and needs. Problems and needs for non-motorized transportation were analyzed using pedestrian volumes and bicycle trips. MPOs (such as CORE) predict an increase in volumes for nonmotorized modes once implementation of better infrastructure/asset management of shoulders, curbs, and lanes are installed for future proposed and planned road projects. Another robust approach to analyzing congestion problems and needs was exemplified by GPATS in phases of corridor selection based on recurring congestion technical analysis, such as LOS capacity analysis and intersections, stakeholder involvement, and non-recurring congestion technical analysis, including safety factors like crash location and frequency. Best Practice The development of a list of congested corridors and bottleneck locations using stakeholder input and data from the previous sections (such as arterial travel time, transit passengers per hour, freight network volumes, etc.) should be established to stage the next part of the process in strategy prioritization and assessment based upon the regional goals and objectives. These metrics should be analyzed in a matrix with a defined scoring system to determine congestion ranking. Data maintenance is important and should be done on an annual basis to establish trends of activity and to measure problems and needs along key corridors. 2.7 Identify and Assess Strategies A primary component of the CMP process involves developing a toolbox of mitigation strategies that are consistent with federal guidelines and can be applied to the identified congested corridors and intersections. The toolbox is intended to provide a hierarchical methodology for congestion mitigation that begins with the most cost effective and efficient strategies (e.g. travel demand management strategies such as subsidized transit passes that shift travelers away from automobiles) and ends with the most costly and intrusive strategies (i.e. road widening for capacity improvement). Note that CMP guidelines do not specify that all possible strategies be analyzed for every location of congestion. Only those that could potentially mitigate congestion at the given location in a reasonable manner should be analyzed. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 19 GPATS uses a diagram to highlight their toolbox of strategies which can be shown in Figure 3. This “toolbox of strategies” is categorized in multiple tiers and arranged so that the measures at the top have precedence over those at the bottom. These are also to support the congestion strategies for congested corridors and to help planners and policy makers effectively use these decisions in their congestion reduction strategies. Figure 3: GPATS Methodology of Identifying and Assessing Strategies COATS has five major levels of mitigation strategies listed below and found in Figure 4. 1) Decrease need for trip making (strategies at regional level vs. corridor level) 2) Shifting trips from automobiles to other modes 3) Increasing the use of High Occupancy Vehicles (HOV) 4) Enhancing operations on existing roadway facilities 5) Increasing roadway capacity through additional infrastructure (widening and new roads) Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 20 Figure 4: COATS Congestion Mitigation Strategies In addition, COATS has developed a matrix that includes and defines congestion management strategies. In this matrix typical project applications, such as flex work schedules under the strategy of TDM, are listed and scoped for benefits of the strategy’s application to the region. In the same example, a benefit of flex work schedules would be providing incentives or dis-incentives to shift travel from peak hours to off-peak hours or providing alternative mode and work choices. This application also improves air quality, lowers energy usage and emissions. The implementation needs for these strategies are also listed in this matrix and will be discussed in further detail in the next section. CORE uses congestion management strategies to determine network use by short-, medium-, and long- term effectiveness, congestion type, and public acceptance. The toolboxes are tailored for use on congested and constricted corridors, freeways, and non-freeways. The strategies in these toolboxes are also categorized by their primary function: demand management, alternative mode promotion, traffic operations, and land use. An example of their toolbox of strategies can be seen in Table 7. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 21 Table 7: CORE Congestion Management Strategies CPCTS has a list of twelve congestion management strategies, shown in Table 8 on the following page. For each class, groups of distinct strategies, such as ride-sharing programs and parking management, have been identified, as well as representative measures of effectiveness (MOEs) to assess the pre- or post-implementation effectiveness of a given strategy group. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 22 Table 8: CPCTS Congestion Strategies CPCTS Strategy Classes 1. Transportation demand management (TDM) measures 7. Congestion pricing 2. Traffic operations improvements 8. Growth management 3. Measures to encourage high occupancy vehicle (HOV) use 9. Access management 4. Public transit capital improvements 10. Incident management 5. Public transit operational improvements 11. Intelligent Transportation Systems (ITS) 6. Measures to encourage the use of non-motorized modes 12. General purpose capacity expansion Best Practice Best practice incorporates multipronged mitigation strategies at the regional and policy level to coordinate with land use policies and strategies. Strategies that are organized in “top-down” approach follow FHWA’s direction of prioritizing all available solutions of reducing trips and encouraging mode- shift before recommending projects that increase roadway capacity. The best practice is to target policies that promote public transit capital improvements and encourage the use of modes including but not limited to sidewalks, bicycle facilities, transit, park-and-rides, and vanpools. Information about the toolbox of strategies is best displayed using a matrix, table, or flow-diagram. 2.8 Program and Implement Strategies CMP strategies occur on the system or regional, corridor, and project levels. They are continuously applied towards the performance measures defined by the CMP. COATS, CPCTS, and GPATS summarize the importance of the process in prioritizing projects for inclusion in TIP and in their MTPs. To enhance this section, COATS has appended implementation needs included in the assessment of strategies, as discussed in Section 3.6. There are projects that are being implemented and those that are still waiting to be programmed as funds allow. CORE strictly points out that CMP strategies for implementation occur on three levels: system or regional, corridor, and project. Regional-level implementation strategies occur through projects in the TIP; corridor level implementation strategies are more specific, such as pedestrian or operational improvements that can be assessed in studies and implemented through multiple funding sources. At the project level, CORE and GPATS prioritized project implementation by scoring elements that give weight to the relative congestion in corridors based on the CMP data. If the project is included in the TIP, those projects receive a higher prioritization. It should be noted that not every CMP strategy identified is funded or has been programmed as a project. Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 23 Best Practice CMP strategies should be clearly categorized by system or regional, corridor, and project levels and should include location/corridor, status, time-frame, cost, and network affected as defined in Section 3.2. Resources should be explicitly set aside for funding congestion management projects. Funding sources should be heavily researched, sought, and cataloged to provide ample resources to mitigate congestion, maintain the region’s transportation networks, and fund new projects that benefit multimodal transportation options. 2.9 Evaluate Strategy Effectiveness The Congestion management process will examine the effectiveness of CMP strategies at both the regional level and corridor level by continuously applying the performance measures adopted as a part of this planning process. Monitoring and evaluation facilitates better decision making by transportation planners and engineers. Peer MPOs use two general approaches for evaluating congestion mitigation within their transportation planning areas. These include regional analysis of historic trends (system- level performance) and before and after conditions of project/program level implementation (strategy effectiveness). A summary of strategy effectiveness can be found in Tables 9-11, taken from the CORE CMP Report published March 2017. These tables have been included as a best practice example because they clearly indicate how performance measures have changed over time on congested facilities and how they are anticipated to perform in the future. A key performance measure included is the congestion index, which is the average segment speed divided by averages weighted speed limit and indicates how quickly traffic is traveling as a percentage of the posted speed limit. Lower numbers indicate higher levels of congestion, and an index of 1.0 would be free-flowing traffic. Table 9: CMP Report Card Evaluating Effectiveness Part 1 (CORE CMP Report March 2017) Rank Road and Direction Limits Distance (Feet) Peak Hour GPS Data Average Segment Speed Average Weighted Speed Limit Congestion Index Average Segment Delay (sec) Average Stop Delay (sec) Control 2003 LOS 1 Waters Avenue - Northbound Stephenson to DeRenne 5497.7 PM 11.3 35 0.32 251.2 111.7 Signal F 5497.7 MD 16.1 35 0.46 130.3 62.0 Signal F 5497.7 AM 18.7 35 0.53 109.4 49.7 Signal F 2 Habersham Street - Southbound Johnston to Stephenson 3189.1 PM 7.9 35 0.23 241.3 126.0 Cross Street F 3189.1 AM 17.5 35 0.50 66.7 44.3 Cross Street D 3 White Bluff Road - Southbound Eisenhower to Abercorn 2720.2 PM 9.2 40 0.23 179.3 129.3 Signal F 2720.2 AM 26.2 40 0.66 44.8 33.5 Signal D 2720.2 MD 23.5 40 0.59 44.1 29.3 Signal D 4 Mall Boulevard - Westbound Mall Way to Abercorn 889.8 PM 5.0 40 0.12 179.2 138.0 Signal F 889.8 AM 9.6 40 0.24 76.1 57.5 Signal E 5 White Bluff Road - Northbound Hampstead to DeRenne 1250.0 PM 4.3 35 0.12 177.4 132.7 Signal F 1250.0 MD 6.2 35 0.18 111.7 89.0 Signal F 1250.0 AM 8.2 35 0.23 91.2 69.8 Signal F 6 Habersham Street - Northbound Johnston to DeRenne 2430.1 PM 7.6 35 0.22 176.3 106.7 Cross Street F 2430.1 AM 13.8 35 0.39 82.6 67.7 Cross Street E Table 10: CMP Report Card Evaluating Effectiveness Part 2 (CORE CMP Report March 2017) Rank Road and Direction 2004 Observations 2004 Recommendations Congestion Mitigation Process Actions 2004-2016 Travel Demand Model (TDM) Data 2010 Volume (One Way) 2010 LOS CMP Actions Low High 1 Waters Avenue - Northbound Canopy -Constrained Corridor; Corridor will improve with extension of Truman Constrained Corridor - Improvements limited to Optimizing Signal Operations. Study next CMP, review in E-W Study The opening of Truman Pkwy Phase IV impacts the traffic of this segment. The Annual Average Daily Traffic (AADT) has decreased from 2005 to 2015. 7600 8800 D-E Completion of Truman Parkway 2 Habersham Street - Southbound Currently under construction on Stephenson Stephenson widening will help Habersham Widening of Stephenson is completed, including additional turn lanes on Habersham. Congestion situation improved. 3500 4300 A-C Additional Turn Lanes Completed 3 White Bluff Road - Southbound Canopy -Constrained Corridor, Minor Approach NB/SB left turns very light, consider restricting them, add NB Right turn overlap. None 12000 12900 A-C Signal Retiming, model anomalies 4 Mall Boulevard - Westbound Planned Intersection TIP Consider change in lane use for shared dual left, study addition of NB right turn. Intersection improvement project at Abercorn St/Mall Blvd has been completed to relieve some congestion. 7600 7600 A-C Intersection Improvement Completed Excessive delays back through Mall Way 5 White Bluff Road - Northbound Canopy -Constrained Corridor, Minor Approach Constrained Corridor - Improvements limited to Optimizing Signal Operations, study in E-W study Signal synchronization project along DeRenne Ave is completed. Proposed Hampstead Connector will alleviate some congestion. 12600 14900 D Signal Retiming, model anomalies, DeRenne Imps. Underway 6 Habersham Street - Northbound Minor Approach to DeRenne Cross Street Delay Expected, Study further in E-W study for improving DeRenne Proposed DeRenne Widening may reduce congestion on Habersham. 3700 4400 D Signal Retiming, model anomalies Table 11: CMP Report Card Evaluating Effectiveness Part 3 (CORE CMP Report March 2017) Rank Road and Direction Travel Demand Model (TDM Data) CMP Recommendation Fulfilled? TDM DATA CMP Recommendation Fulfilled? 2015 2015 LOS % Trucks %APR Change Major Freight Route? 2040 Volume (One Way) 2040 LOS Low High 1 Waters Avenue - Northbound Yes 14,500 D 2.18 -8.81 Yes 7000 8900 C-E 2 Habersham Street - Southbound Yes 8,580 C 2.08 0.59 Yes 4000 5000 A-C 3 White Bluff Road - Southbound Yes 27,300 D 1.92 0 Yes 11800 13000 C-D 4 Mall Boulevard - Westbound Yes 13,800 C 2.04 0 Yes 7800 7800 A-C 5 White Bluff Road - Northbound Yes/In Progress 27,300 F 1.92 0 Yes/In Progress 9000 9000 A-C 6 Habersham Street - Northbound Yes/In progress 8,580 D 2.08 0.59 Yes/In progress. Need to monitor once Hampstead and DeRenne Improvements Implemented 4300 4900 A-C Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 27 Peer MPOs recognize the need of tracking and consistently evaluating performance of corridors with identified congestion concerns. They also recognize the importance of coordination between the MTP, TIP, and the CMP to make sure that measures are being documented and that data is current. Of the peer MPOs, CORE developed a CMP report card which grades identified congested corridors and strategies from previous CMPs. This report card compares previous and current LOS and status of recommendations (whether it has been implemented or underway) of the chosen corridors. Best Practice After project implementation, evaluation will occur upon data collection using the same performance measures that were used to identify the project in previous steps. Creation of a CMP report card to measure effectiveness of strategies, existing and current will be undertaken. Application of the CMP report card should extend towards other networks, like transit and freight, to include metrics such as ridership, LOS, and volume and speed increases, respectively. Continued coordination between MTP, TIP, stakeholders and agencies is encouraged. The use and maintenance of data is vital to evaluation and reassessment of potential congestion areas to determine whether additional corridors should be added to this list. It is anticipated that each succeeding CMP will develop a report card outlining the outcome of the previous CMP. 2.10 Conclusion A successful CMP is not an entity in itself, but a continual process providing a seamless link to the MPT and TIP processes. CMPs with organized, clearly defined elements, following each action of the FHWA’s CMP Guidelines are more effectual to transportation planners, engineers, and policy makers. CMPs should be designed to meet the MPO’s local needs and concerns while recognizing federal guidelines to implement strategies for congestion mitigation. CMPs that define clear and themed objectives establish a solid foundation for the sequential elements outlined in the CMP. The defining of networks outside of the traditional NHS correspond with the FHWA’s approach towards mitigating congestion using multimodal options and provide a variety of transportation options for constituents to navigate the region. The development of multimodal performance measures should incorporate various metrics derived from national, state, and local level data sources, especially for non-motorized transportation, to successfully monitor system performance and analyze congestion problems and needs. When information is clearly organized in easy to read charts, tables, matrices, and diagrams, the CMP report is easier to grasp and understand for both the public and planners. This presentation strategy also makes the identification, assessment, programming, implementation, and evaluation of congestion mitigation strategies be more efficient. As part of this organization, clearly linking congestion mitigation strategies to regional goals and objectives will create a focused report that clearly articulates the purpose of each recommended strategy or project. Finally, creating an easy to understand CMP report card applied to roadway, freight, transit, and nonmotorized transportation will allow the public and other planners to see what strategies and projects are effective. By reviewing and revising the report card to reflect new information during subsequent CMP updates, strategies that have proven effective can be highlighted and applied to new congested facilities. Maps and multiple analyses should be included in the appendix to facilitate report organization and create a document that is easy to read. With additional time and resources, MPO staff should inquire about the use of Congestion Management Process Best Practices Augusta Regional Transportation Study Congestion Management Process 2018 Update 28 multimedia in the CMP process to display congestion over time, before and after analysis of strategy implementation. A dashboard to help automate and visualize the CMP process can be created. This dashboard will assign values to output a prioritization and implementation plan for the ARTS MPO and aid in public consumption. This dashboard was developed as part of this CMP Update. Overall, an organized CMP with several data sources, strategy methodologies, coordination with stakeholders, and multiple formats of data visualization will result in a robust and accessible report that will be easily understood and utilized by transportation planners, engineers, policy makers, and constituents. With increased access to information, data, and technology, the ARTS MPO will develop a CMP leading to project-oriented results that influence the environment, the local and regional areas, and the people who live, work and recreate there. Augusta Regional Transportation Study Congestion Management Process 2018 Update 29 3. Definition of the CMP Network Per federal guidance, the CMP network is a multi-modal system that is consistent with the 2019 ARTS Planning Area Boundary. The ARTS Planning area covers all of Augusta-Richmond County and parts of Columbia and Aiken Counties as well as a small portion of Edgefield County. The defined CMP network was established using the regional travel demand model as a base, with several additional factors as input. These factors included corridors analyzed in previous CMP updates, an examination of base (2010) and horizon year (2040) travel demand model output, ARTS staff and committee input, and the availability of data for monitoring system performance (e.g. HERE real-time travel information). Beginning with the definition of the CMP network, the existing ARTS committees were engaged throughout the CMP update process and provided input and insight through regularly scheduled meetings and direct communication with the project management team (PMT), which was comprised of ARTS staff and the consultant team. The ARTS committees represented all levels of the planning process, with the Policy Committee guiding the overall direction of the update, the Technical Coordinating Committee reviewing and commenting on data and the technical process, and the Citizens Advisory Committee engaging on behalf of ARTS residents. All three committees are comprised of representatives from a diverse set of stakeholders and planning partners, including transit operators, bicycle and pedestrian advocates, and the freight community. 3.1 Roadway Network The CMP roadway network generally consists of federal-aid eligible roadways including the interstate highways, state routes, and major roads. This roadway network is classified by GDOT and SCDOT based on the functionality of the roads into the following functional classes: interstates, freeways and expressways, principal arterials, minor arterials, major collectors, and minor collectors. Local streets are not included in the CMP network because they primarily provide access to adjacent land uses as opposed to mobility. Figure 5 on the following page shows the CMP roadway network. Figure 5: Roadway CMP Network Definition of the CMP Network Augusta Regional Transportation Study Congestion Management Process 2018 Update 31 3.2 Transit Network Augusta Public Transit (APT) is the public transit system for the City of Augusta and Richmond County, Georgia. The system is comprised of nine local bus routes that connect major activity centers within Richmond County including Downtown Augusta, Augusta University Medical Center, Augusta University’s Summerville and Forest Hills campuses, Doctor’s Hospital, Augusta Mall, Augusta Technical College, and Paine College. APT provides service six days a week, with the hours of operation generally from 6:30 AM to 9:00 PM Monday through Friday and 7:00 AM to 8:00 PM on Saturday. All of the bus routes are along the roadways included in the CMP network. The Best Friend Express (BFE) transit is the public transportation provider for Aiken County, South Carolina. The transit system has three bus routes that serve key destinations including: downtown Aiken, Aiken County Judicial Center, Aiken Technical College, Aiken Regional Medical Centers, University of South Carolina-Aiken, Aiken County Government Center, Burnettown, North Augusta, and Downtown Augusta. Best Friend Express operates five days a week with hours of operations Monday through Friday from 7:00 AM to 7:00 PM. Figure 6 on the following page shows the nine APT routes and three Best Friend Express routes. 3.3 Freight Network Based on the existing statewide freight plans from GDOT and SCDOT, the major freight routes within the ARTS Planning Area are the Interstate highways I-20 and I-520 as well as principal arterials of US 1 and US 25 in Georgia. SCDOT statewide freight plan designates Interstate highway, I-20 as a freight route in South Carolina within the ARTS Planning Area. Freight movements travelling through and serving businesses in the ARTS Planning Area also travel on other federal and state routes as well as minor arterials and major and minor collectors. As such, the ARTS CMP Update evaluates freight movement along the CMP roadway network. 3.4 Pedestrian and Bicycle Network The pedestrian infrastructure within the ARTS planning area primarily located in and around the downtown areas of Augusta, Georgia, North Augusta, South Carolina, and Aiken, South Carolina along with the Augusta University Medical Center and Summerville campuses. Sidewalks are along most of the streets within the historic business districts of the respective downtown areas, in unincorporated communities along the SC 191 and SC 421 corridors, and throughout the Augusta University campuses. The regional multimodal trail and paths are concentrated along the Savannah River in and near the downtown areas of Augusta and North Augusta. Augusta Riverwalk provides an approximately 2-mile off-road connection between the north side of Augusta to southern parts of the downtown area. The River Levee Trail are off-street multi-use paths that are approximately 2 miles north and south termini of the Augusta Riverwalk along the Savannah River levees. Augusta Canal Historic Trail is an off-street multi-use path that connects Augusta University Medical District to Augusta Canal Headgates and Locks in Columbia County along the Augusta Canal. The North Augusta Greenway connects the north side of North Augusta with the River Golf Club immediately south of the downtown area of North Augusta, Definition of the CMP Network Augusta Regional Transportation Study Congestion Management Process 2018 Update 32 South Carolina. The Palmetto Parkway Trail is an off-street bicycle path parallel to the I-520 corridor from South Carolina State Route 33 to Atomic Road in South Carolina. Figure 6: Transit CMP Network Augusta Regional Transportation Study Congestion Management Process 2018 Update 34 4. Data Collection and System Performance Monitoring Data collection and analysis is a fundamental step in the CMP that provides a foundation for monitoring system performance, analyzing congestion problems and needs, identifying and assessing congestion management strategies, programming and implementing strategies and evaluating the effectiveness of strategies. Before data collection begins, the CMP network needs to be defined because the geographic scope of data collection and types of data collected need to match the network being analyzed. The following section describes the CMP network definition methodology used for the CMP Update. This section addresses the Collect Data/Monitor System Performance element of the CMP. Historically, ARTS has collected data for CMP Updates by driving the CMP corridors during peak hours and recording the travel times. This CMP Update introduces several new data collection methodologies to enhance the information available to planners and expand the scope of the CMP. Additionally, these new techniques will improve the ability of ARTS to monitor system performance between CMP Updates. 4.1 Data Collection The purpose of the data collection is to identify and evaluate congestion on the roadway networks along with the evaluation of transit, freight, and pedestrian and bicycle networks. Data collected will support system and corridor level evaluations using the multi-modal performance measures developed as part of this CMP for monitoring the transportation system. As such, this element of the CMP is consistent with the federal guidelines on coverage of a multimodal transportation network within the ARTS Planning Area. The data used in this CMP Update has been collected from the Augusta Regional Transportation Study (ARTS), Regional Integrated Transportation Information System (RITIS) for the HERE real-time data, the Georgia Electronic Accident Reporting System (GEARS) through the assistance of the Georgia Department of Transportation (GDOT) and the South Carolina Department of Transportation (SCDOT) and South Carolina Department of Natural Resources (SCDNR). The data used from the various sources provides the basis for defining the CMP network of interstates, arterial roadways, transit, and bicycle and pedestrian infrastructure. The transit data collected was gathered from the Augusta Public Transit Department (APT) and the Lower Savannah Council of Governments (LSCOG). The transit data includes the nine APT local bus routes that serve the City of Augusta, Georgia, Richmond County, Georgia, and the three Best Friend Express (BFE) bus routes in Aiken County, South Carolina. The transit data includes the route frequency, hours of operation, days of operation, bus stops, and bus route alignments for APT and BFE. As part of this 2018 CMP Update, ARTS has been accepted as an affiliate member of the I-95 Corridor Coalition’s Vehicle Probe Project. As an affiliate member of the I-95 Corridor Coalition, ARTS can access HERE real-time travel time data. This data is used to measure congestion by calculating a Travel Time Index (TTI). TTI is the ratio of travel time in the peak period to the travel time at free-flow conditions. TTI Data Collection and System Performance Monitoring Augusta Regional Transportation Study Congestion Management Process 2018 Update 35 observed during the PM peak period was used to identify congested locations on the CMP network. A higher TTI indicates more congestion along a roadway segment, with a TTI of 1.0 or below indicating free flowing traffic. The crash data has been gathered from GEARS and SCDOT. The data includes the years 2016, 2017, and through October 2018 within ARTS Planning Area in the states of Georgia and South Carolina. The data specifies the general crash locations, type of accidents, the number of injuries and fatalities associated with the crashes. 4.2 Monitor System Performance Data collected for the CMP update forms the basis for establishing a snapshot of how the system is operating now as well as monitoring system performance over time. Specifically, the real-time travel time data can be used to monitor performance between CMP updates. The ARTS CMP monitoring plan consists of the following: • Roadways are monitored through periodic reviews of the real-time travel data • Key goods movement corridors are evaluated to address mobility needs of freight providers • Crashes are monitored annually to identify potential non-recurring congestion • Transit performance is monitored in coordination with APT and BFE through periodic meetings and updates • Pedestrian and bicycle facilities are monitored as projects are completed throughout the region This CMP Update includes the development of an on-line dashboard to facilitate system performance monitoring. This dashboard includes the real-time travel data, crash data, and other performance measures required by ARTS. A detailed technical memorandum including steps to update the data used in the dashboard as well as a user manual for the dashboard itself are included as part of this CMP update. Augusta Regional Transportation Study Congestion Management Process 2018 Update 36 5. Traffic Congestion Problems and Needs The purpose of the CMP is to identify projects and policies to address traffic congestion in the ARTS Planning Area. The first step in the project and policy selection process is to identify specific corridors and locations within the ARTS Planning Area. The following sections describe the congested corridor selection methodology, problems and needs, and identify planned and programmed transportation projects as well as other on-going studies. The traffic congestion problems and needs identified through this step will be further analyzed based on the regional goals and objectives described in Section 6 and multi-modal performance measures detailed in Section 7. All this analyses will then feed into Section 8, which documents the identification and assessment of strategies to mitigate congestion. 5.1 Congested Corridor Selection Methodology The congested corridor selection methodology builds on previous CMP Updates undertaken by the ARTS MPO. As a starting point for this CMP Update, the 53 CMP corridors (shown in Figure 7: CMP Corridors on page 38) identified in the most recent ARTS CMP Update were overlaid with existing 2018 TTI data derived from real-time travel data as well as forecasted 2040 TTI data from the regional travel demand model 2040 no-build network. After several iterations displaying the data in different ways and adjusting the TTI thresholds to match known existing conditions, all 53 of the previous corridors were carried forward into this update. Additionally, based on the 2040 no-build forecasts, no need for additional CMP corridors was identified. The following sections describe the TTI thresholds that were used to determine problems and needs using the existing 2018 real-time travel data. 5.1.1 Borderline Congested Corridors that are not completely congested but have segments that experience recurring congestion along one or more segments. To be identified as borderline congested, for Columbia and Richmond Counties, the TTI of the roadway falls between 1.10 and 1.19 during the PM peak period. In Aiken County, the TTI of the roadway falls between 1.00 and 1.05 during the PM peak period. 5.1.2 Marginally Congested Corridors where recurring congestion occurs along multiple segments. To be classified as marginally congested, the TTI of the roadway is between 1.20 and 1.29 in Columbia and Richmond Counties during the PM peak period. In Aiken County, the roadway TTI is between 1.05 and 1.10 during the PM peak period. 5.1.3 Seriously congested Corridors that have recurring congestion along most segments and where travelers experience the highest delays. To be identified as seriously congested in Columbia and Richmond counties, the roadway TTI is 1.30 or higher during the PM peak period. In Aiken County, the roadway TTI is 1.10 or higher during the PM peak period. Data Collection and System Performance Monitoring Augusta Regional Transportation Study Congestion Management Process 2018 Update 37 Figures 8 – 11 on the following pages show the TTI data that was used for identifying problems and needs based on the thresholds discussed above. Figure 8 is an overview of the ARTS Planning Area, while Figure 9 is a detailed view of the City of Aiken, Figure 10 is focused on the Richmond and Columbia County Line, and Figure 11is zoomed in on Downtown Augusta. Figure 7: CMP Corridors Figure 8: Travel Time Index ARTS Planning Area Figure 9: Travel Time Index City of Aiken Figure 10: Travel Time Index Richmond-Columbia Figure 11: Travel Time Index Downtown Augusta Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 43 5.2 Problems and Needs To identify problems and needs on the CMP network, the travel time thresholds identified by ARTS were applied to the 53 CMP corridors using the real-time travel data to identify which were borderline, marginally, or seriously congested. To determine corridors that are not currently congested, but may be congested in the future, a TTI threshold of 0.90 to 0.99 was applied. Corridors with a TTI in this range during the PM peak period were identified as at risk of congestion. Most of the corridors experienced an increase in congestion levels between 2015 and 2018, although a few did show an improvement. Three corridors were identified as not-congested based on either the real-time travel data or archived Google Maps data. Those corridors were: • SR 126 (Belvedere-Clearwater Road) between US 25 (Edgefield Road) and US 1 • Bettis Academy Road between Ascauga Lake Road and Fields Cemetery Road • SR 302 (Silver Bluff Road) between SR 19 (Whiskey Road) and Savannah Drive It should be noted that real-time travel data was not available for all corridors through the HERE dataset. In these cases, archived Google Maps traffic data was used, and a determination of the congestion level was manually made based on the traffic speed on a Wednesday at 5:30 PM. Additionally, the HERE data was thoroughly vetted by the ARTS staff and in rare cases appeared to not accurately represent observed existing conditions. For these cases, a manual determination of congestion status was made based on local knowledge. Table 12 on the following pages shows the current performance of the 53 CMP corridors as well as their status in the most recent CMP Update completed in 2014. Corridors where HERE data was unavailable have “GOOGLE” in the Current Travel Time Index Field. Where observed existing conditions did not match the HERE data, “LOCAL” was entered in the Current TTI Field. Additionally, the travel demand model was also used and this is indicated by “TDM” in the Current TTI Field. Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 44 Table 12: Congestion Management Process Corridors Problems and Needs ID Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status 2014 CMP Status CMP 2015 Survey Year 1 ATOMIC ROAD between BUENA VISTA AVE and SILVER BLUFF RD 1.01 BORDERLINE CONGESTED NOT CONGESTED 2011 2 SR 126 (BELVEDERE-CLEARWATER RD) between US 25 (EDGEFIELD RD) and US 1 LOCAL/ TDM BORDERLINE CONGESTED AT RISK OF CONGESTION 2011 3 BETTIS ACADEMY RD between ASCAUGA LAKE RD and FIELDS CEMETARY RD LOCAL/ TDM BORDERLINE CONGESTED AT RISK OF CONGESTION 2013 4 SR 125 (BUENA VISTA AVE) between MARTINTOWN RD and GEORGIA AVE 1.03 BORDERLINE CONGESTED AT RISK OF CONGESTION 2012 5 DOUGHERTY RD between SR 19 (WHISKEY RD) and SR 302 (SILVER BLUFF RD) LOCAL/ TDM SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 6 US 25 (GEORGIA AVE/ EDGEFIELD RD) between SAVANNAH RIVER and I-20 1.00 AT RISK OF CONGESTION BORDERLINE CONGESTED 2013 7 KNOX AVE between MARTINTOWN RD and GEORGIA AVE 1.15 SERIOUSLY CONGESTED MARGINALLY CONGESTED 2013 8 SC 19 (LAURENS ST) between SOUTH BOUNDARY ST and I-20 1.05 MARGINALLY CONGESTED AT RISK OF CONGESTION 2012 9 SR 230 (MARTINTOWN RD) between E. BUENA VISTA AVE and I -20 1.26 SERIOUSLY CONGESTED MARGINALLY CONGESTED 2014 10 SR 302 (E. PINE LOG RD) between US 78 and SILVER BLUFF RD 1.13 SERIOUSLY CONGESTED BORDERLINE CONGESTED 2013 11 US 78 (RICHLAND AVE) between BEAUFORT ST and VAUCLUSE RD 1.12 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 45 ID Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status 2014 CMP Status CMP 2015 Survey Year 12 SC 118 (HITCHCOCK PKWY) between US 1/US 78 and SILVER BLUFF RD LOCAL/ TDM MARGINALLY CONGESTED AT RISK OF CONGESTION 2012 13 SR 302 (SILVER BLUFF RD) between SR 19 (WHISKEY RD) and SAVANNAH DR 0.88 NOT CONGESTED SERIOUSLY CONGESTED 2014 14 US 1 between RICHLAND AVE and I-20 1.08 MARGINALLY CONGESTED AT RISK OF CONGESTION 2011 15 US 1/US 78 between MARTINTOWN RD and PINE LOG RD 1.01 BORDERLINE CONGESTED AT RISK OF CONGESTION 2011 16 SR 19 (WHISKEY RD) between RICHLAND AVE and POWDERHOUSE RD LOCAL SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 17 I-20 between EUCHEE CREEK and COLUMBIA/RICHMOND COUNTY LINE 1.00 AT RISK OF CONGESTION NOT CONGESTED 2011 18 BASTON RD between FURY'S FERRY RD and WASHINGTON RD GOOGLE MARGINALLY CONGESTED SERIOUSLY CONGESTED 2010 19 BELAIR RD between WASHINGTON RD and WRIGHTSBORO RD 1.37 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 20 I-520/BOBBY JONES EXPRESSWAY between I-20 and WASHINGTON RD 1.48 SERIOUSLY CONGESTED AT RISK OF CONGESTION 2012 21 SR 232 (COLUMBIA RD) between WASHINGTON RD and HEREFORD FARM RD 1.12 BORDERLINE CONGESTED MARGINALLY CONGESTED 2012 22 EVANS-TO-LOCK RD between STEVENS CREEK RD and WASHINGTON RD GOOGLE SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 46 ID Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status 2014 CMP Status CMP 2015 Survey Year 23 FLOWING WELLS RD between WHEELER and WASHINGTON RD GOOGLE SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 24 FURY'S FERRY RD between SAVANNAH RIVER and WASHINGTON RD 1.72 SERIOUSLY CONGESTED BORDERLINE CONGESTED 2014 25 OLD EVANS RD between BOBBY JONES and WASHINGTON RD 1.39 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2012 26 RIVERWATCH PARKWAY between PLEASANT HOME ROAD and OLD EVANS RD 1.37 SERIOUSLY CONGESTED MARGINALLY CONGESTED 2011 27 SR 223 (ROBINSON AVE) between WRIGHTSBORO RD and GORDON HWY 1.79 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 28 SR 104 (WASHINGTON RD) between HARDY MCMANUS and PLEASANT HOME RD 1.37 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2013 29 WRIGHTSBORO RD between BARTON CHAPEL RD and ROBINSON AVE 1.38 SERIOUSLY CONGESTED MARGINALLY CONGESTED 2012 30 I-20 between RICHMOND COUNTY LINE and SR 104 (RIVER WATCH PARKWAY) 1.02 AT RISK OF CONGESTION NOT CONGESTED 2011 31 I-520/BOBBY JONES EXPRESSWAY between I-20 and LANEY WALKER BLVD 1.02 AT RISK OF CONGESTION NOT CONGESTED 2010 32 13TH ST/RA DENT BLVD between REYNOLDS ST and WRIGHTSBORO RD 1.44 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 33 15TH ST between REYNOLDS and MLK Jr. BLVD 1.69 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 47 ID Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status 2014 CMP Status CMP 2015 Survey Year 34 SR 56 (MIKE PADGETT HWY) between LUMPKIN ROAD and SR 56 LOOP 1.14 BORDERLINE CONGESTED AT RISK OF CONGESTION 2011 35 DEANS BRIDGE RD between MLK BLVD and WILLIS FOREMAN RD 1.48 SERIOUSLY CONGESTED AT RISK OF CONGESTION 2010 36 DOUG BARNARD PKWY/NEW SAVANNAH RD between GORDON HWY and TOBACCO RD 1.00 AT RISK OF CONGESTION NO DATA N/D 37 GREENE ST between E BOUNDARY ST and 12TH ST 1.66 SERIOUSLY CONGESTED MARGINALLY CONGESTED 2013 38 GORDON HWY between SAVANNAH RIVER and SR 223 1.20 BORDERLINE CONGESTED AT RISK OF CONGESTION 2011 39 JACKSON RD/ WALTON WAY EXT/DAVIS RD between WASHINGTON RD and WRIGHTSBORO RD GOOGLE SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2013 40 JOHN C CALHOUN EXPY between WASHINGTON RD and 12TH ST 1.36 SERIOUSLY CONGESTED AT RISK OF CONGESTION 2011 41 US 25 (PEACH ORCHARD RD) between TUBMAN HOME RD and SR 88 1.94 SERIOUSLY CONGESTED AT RISK OF CONGESTION 2012 42 SR 104 (RIVERWATCH PARKWAY) between PLEASANT HOME ROAD and 15TH STREET 1.33 SERIOUSLY CONGESTED NOT CONGESTED 2011 43 TOBACCO RD between DEANS BRIDGE RD and DOUG BARNARD PKWY 1.14 BORDERLINE CONGESTED BORDERLINE CONGESTED 2013 44 WALTON WAY SEGMENT #1 between GORDON HWY and MILLEDGE RD 1.32 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2012 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 48 ID Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status 2014 CMP Status CMP 2015 Survey Year 45 WALTON WAY SEGMENT #2 between BRANSFORD RD and MILLEDGE RD GOOGLE SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 46 WALTON WAY EXT between BRANSFORD RD and JACKSON RD GOOGLE AT RISK OF CONGESTION AT RISK OF CONGESTION 2012 47 WASHINGTON RD between JOHN C CALHOUN EXPY and PLEASANT HOME RD 1.72 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 48 WHEELER RD between WALTON WAY EXT and FLOWING WELLS RD GOOGLE SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2014 49 WINDSOR SPRING RD between PEACH ORCHARD RD and SR 88 1.85 SERIOUSLY CONGESTED BORDERLINE CONGESTED 2012 50 WRIGHTSBORO RD SEGMENT 1 between BARTON CHAPEL RD and JACKSON RD 1.66 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2012 51 WRIGHTSBORO RD SEGMENT 2 between JACKSON RD and HIGHLAND AVE 1.20 BORDERLINE CONGESTED BORDERLINE CONGESTED 2013 52 WRIGHTSBORO RD SEGMENT 3 between HIGHLAND AVE and FIFTEENTH ST 1.42 SERIOUSLY CONGESTED SERIOUSLY CONGESTED 2013 53 SR 104 (RIVERSHOALS PARKWAY) between ALEXANDER DRIVE and I-20 LOCAL SERIOUSLY CONGESTED NOT INCLUDED N/A Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 49 5.3 Programmed and Planned Improvements Prior to recommending strategies to address the identified problems and needs, an understanding of programmed and planned improvements in the pipeline is necessary. This section provides an inventory of short-range projects as well as a brief overview of long-range projects and summarizes other recent plans and studies. 5.3.1 Transportation Improvement Program The ARTS has adopted a Transportation Improvement Program (TIP) for the FY 2017-2022 that covers the ARTS Planning Area and includes improvements for the various modes of travel. Table 13 on the following pages summarizes the projects that are on CMP corridors. 5.3.2 Metropolitan Transportation Plan In 2015, ARTS conducted the Transportation Vision 2040 Metropolitan Transportation Plan (MTP). The MTP is a regional transportation framework and policy guide for future transportation infrastructure and recommends multi-modal transportation capital improvements over the next twenty (20) years. The Augusta-Richmond GA and Aiken, SC Metro Area is projected to grow 39% in population and 52% in employment opportunities over the next twenty years. With the proposed growth, an estimated $1.5 billion worth of transportation improvements in infrastructure are planned in Richmond and Columbia counties in Georgia and Aiken and Edgefield counties in South Carolina. The recommended transportation improvements include: highways/roads, traffic safety and maintenance, traffic signal operations, bridge, freight and railroad, public transit, pedestrian and bike paths. Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 50 Table 13: Fiscal Year 2017 – 2022 Transportation Improvement Program Projects GDOT PI#/ ARTS ID County Project Name From To Short Description CMP Corridor ID 0008349 Columbia SR 232 (Columbia Road) William Few Parkway Old Belair Road 2 to 4 lanes 21 0008356 Richmond SR 4/US 1 (Dean's Bridge Road) Meadowbrook Drive Tobacco Road 4 to 6 lanes 35 00083555 Richmond US 25/SR 121 (Peach Orchard Road) Tobacco Road Brown Road 4 to 6 lanes 41 0008348 Columbia Wrightsboro Road SR 388 (Horizon South Parkway) SR 383 (Jimmie Dyess Parkway) 2 to 4 lanes 29 0013248 Columbia/ Richmond Gordon Highway/SR 10 Old Louisville Road SR 223 2 to 4 lanes 27 ARTS_R-25 Richmond Doug Barnard Parkway Widening Tobacco Road Mike Padgett Highway 2 to 4 lanes 36 0011408 Richmond 15th Street Pedestrian Improvement Project John C Calhoun Expressway Central Avenue Operational and pedestrian improvements 33 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 51 GDOT PI#/ ARTS ID County Project Name From To Short Description CMP Corridor ID LR-82 Richmond SR 56 (Mike Padgett Highway) at Dixon Airline Road Safety Improvements SR 56 (Mike Padgett Highway) Dixon Airline Road Deceleration lanes, widen lane widths, and bridge, improve signage, evaluate need for signalized traffic control 34 LR-83 Richmond SR at Marvin Griffin Road Safety Improvements SR 56 (Mike Padgett Highway) Marvin Griffin Road Widen turn radii, improve road signage, improve detector gaps, widen throat 34 LR-84 Richmond SR 56 at Apple Valley Drive Safety Improvements SR 56 (Mike Padgett Highway) Apple Valley Drive Decrease concrete island or increase turning radii, increase throat, construct new access, add street lighting 34 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 52 GDOT PI#/ ARTS ID County Project Name From To Short Description CMP Corridor ID LR-85 Richmond SR 56 at Old Waynesboro Road Safety Improvements SR 56 (Mike Padgett Highway) Old Waynesboro Road Widen lane widths, lower speed limit 34 LR-87 Richmond Norfolk Southern Doug Barnard Parkway Rail Crossing Safety Improvements Doug Barnard Parkway Norfolk Southern Railroad Correct hump, move pavement markings 36 LR-88 Richmond CSX at 15th Street Rail Crossing Safety Improvement 15th Street CSX Railroad Install W10-2 and W10-1 and develop signal plan 33 BP_1 Richmond 15th Street Bike Lanes John C Calhoun Expressway Broad Street Striped bike lanes on 15th Street 33 BP_3 Columbia North Belair Road Bike Lanes Columbia Road Town Park Lane Striped bike lanes on on North Belair Road 19 BP_4 Columbia Wrightsboro Road Paved Shoulders Jimmie Dyess Parkway Lewiston Road Shared shoulder 29 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 53 GDOT PI#/ ARTS ID County Project Name From To Short Description CMP Corridor ID BP_15 Columbia Old Evans Road Striped Bike Lanes Washington Road South Washington Road North Striped Bike lane 25 Aiken Edgefield Highway (SC 19) SC 118 (University Parkway) S-153 Shiloh Church Road 2 to 4 lanes 8 Aiken Aiken-Augusta Highway Savannah River I-520 (Palmetto Parkway) Interchange, operational improvements 9, 15 Aiken Dougherty Road Silver Bluff Road Whiskey Road Landscape median, sidewalks 5 Aiken Georgia/Knox Avenue and Five Notch/Bradyville Road Georgia/Knox Avenue Five Notch/Bradyville Road Realignment, turn lanes 6,7 Aiken/ Richmond I-20 Bridge over Augusta Canal and Savannah River Georgia South Carolina 4 to 6 lanes 17 Traffic Congestion Problems and Needs Augusta Regional Transportation Study Congestion Management Process 2018 Update 54 5.3.3 Other Studies Several other studies have been conducted or previously completed impacting corridors or areas within the ARTS Planning Area. This section summarizes key studies relevant to the CMP Update. In 2012, ARTS conducted and completed the Augusta Regional Transportation Study Bicycle and Pedestrian Plan. The ARTS Bicycle and Pedestrian Plan focused on the recommendations of programs such as Safe Routes to School, Car-Free Street Events, Weekend Walkabouts, and Bike Month Activities periodically or throughout the year. The other program recommendations include: the creation of a regional bicycle and pedestrian committee, regional plan for bicycle and pedestrian collision reduction, annual data collection program for off- street and on-street infrastructure counts and inventory, professional programs for employees and law enforcement, and a dedicated funding source. The policy recommendations include: a Complete Streets policy, assessment of the block size and street connectivity, sidewalk ordinance, and bicycle parking ordinance for several jurisdictions within the ARTS area. Aiken County, South Carolina, in partnership with ARTS, completed the Aiken County Urbanized Area Bicycle & Pedestrian Plan in July of 2012. The purpose of the study was to improve the bicycling and pedestrian environment in Aiken County. Recommendations included programs, policies, and projects. Key program recommendations included education and enforcement, encouragement, and on-going evaluation including safety and periodic bicycle and pedestrian counts. Policy recommendations include a Complete Streets Policy, bicycle parking, and pedestrian facility requirements within the context of development ordinances. Project recommendations include the cities of Aiken, Burnettown, and North Augusta, as well as key corridors in Aiken County. The plan proposes 30 miles of bicycle lanes, six miles of roadways with shared-lane markings, 48 miles of bicycle routes, 198 miles of paved shoulders, and 73 miles of greenways and multi-use paths, for a total of 355 miles of bicycle projects. In 2018, the Aiken County, South Carolina government along with the regional partnership with SCDOT and ARTS conducted the Whiskey Road Corridor Study. The study sought to coordinate multimodal design improvements to Whiskey Road, which is a critical link between the City of Aiken, the Town of New Ellenton, and Savannah River Nuclear Site, in South Carolina. Whiskey Road is a main artery that serves a highly developed commercial area and carries between 15,000 - 20,000 vehicles daily. The Whiskey Road Corridor Study provides a future vision policy guide that improves safety, traffic congestion, access management, storm water drainage, and land use along the corridor. The Augusta Regional Advanced Transportation Management System (ATMS) Master Plan was completed in 2002. The ATMS Master Plan outlined a phased, 20-year plan for: 1) Implementing an Intelligent Transportation System (ITS) in the Augusta region; 2) the creation of regional transportation control centers in Augusta and Aiken; 3) The strategic placement of field equipment (e.g., fiber optic cable, traffic signal controller upgrades, CCTV cameras, radar speed / volume detectors, and dynamic message signs) throughout the ARTS area; and, 4) The rapid deployment of the GDOT Highway Emergency Response Operators (HERO) and SCDOT State Highway Emergency Program (SHEP) units on area freeways and interstates. While this plan was completed almost two decades ago, the infrastructure built as a result of it can be useful in supporting CMP strategies. Augusta Regional Transportation Study Congestion Management Process 2018 Update 55 6. Review and Refine Goals and Objectives Developing regional objectives is an important element in the eight-step CMP. Regional goals and objectives provide a starting point for the CMP. Goals are statements of purpose that represent a desired outcome and assist in communicating the focus of the planning process to the public. In turn, objectives are intermediate results that must be accomplished to reach a goal. In the context of the CMP, objectives specifically define what the region wants to achieve regarding congestion management. Additionally, objectives provide a foundation for developing multimodal performance measures and identifying and assessing strategies. Congestion management objectives are intended to serve as a connection between the CMP and the MTP. Additionally, they are an essential part of an objectives-driven performance-based planning approach. Because of limited funding available for transportation improvements, eradicating traffic congestion is not likely to be achievable. However, goals and objectives assist the region in setting priorities while addressing congestion and are essential as part of an objectives- driven performance based planning approach. The CMP is an integrated part of the ARTS regional planning process. As part of the performance-based approach to planning and programming activities that were established in 2012 by Moving Ahead for Progress in the 21st Century (MAP-21) Act and continued by the Fixing America’s Surface Transportation (FAST) Act, state departments of transportation and MPOs are required to use performance measures to document expectations for future performance. Performance measures used by MPOs are expected to align with national and state goals. As such, national, state, and the ARTS 2040 MTP goals were reviewed and informed the development of the CMP goals and objectives. The following sections describe the national, state, and MPO goals which informed the ‘Develop Regional Objectives’ element of the CMP. 6.1 National Goals As part of a performance-based planning process, the USDOT has developed seven national goals that are shown in Figure 11. The national goals address the entirety of the transportation system, while the CMP is focused specifically on congestion. Therefore, Figure 12 includes a column showing which national goals are relevant to the CMP as a starting point for developing CMP goals and objectives that are consistent with the national transportation planning process and requirements. Best Practice Define up to ten clear objectives in alignment with the metropolitan planning organization’s latest metropolitan transportation plan goals. Clear objectives are used as tools for developing performance measures, selecting congestion mitigation strategies and strategy monitoring and evaluation. Review and Refine Goals and Objectives Augusta Regional Transportation Study Congestion Management Process 2018 Update 56 Figure 12: National Transportation Goals 6.2 State Goals The FAST Act requires states to adopt goals that are consistent with the national goals. Figure 13shows the GDOT and SCDOT goals and calls out the ones most relevant to the CMP. The CMP goals and objectives will be consistent with the statewide planning processes. Figure 13: Georgia and South Carolina State Transportation Goals Review and Refine Goals and Objectives Augusta Regional Transportation Study Congestion Management Process 2018 Update 57 6.3 ARTS Metropolitan Transportation Plan Goals To guide the CMP, goals need to be established to facilitate the monitoring of congestion and improving the mobility of persons and goods in the ARTS MPO region. These goals were developed utilizing the following ARTS 2040 MTP goals, which were developed as part of the 2015 update to the ARTS plan: • Goal 1: Develop a transportation system integrated with planned land use • Goal 2: Develop a transportation system that is financially and politically feasible and has broad support • Goal 3: Develop a transportation system that will allow effective mobility throughout the region and provide efficient movement of persons and goods • Goal 4: Develop a transportation system that will enhance the economic, social, and environmental fabric of the area, using resources wisely while minimizing adverse impacts • Goal 5: Promote efficient land use and development patterns to improve safety and economic vitality to meet existing and future multimodal transportation needs • Goal 6: Increase the safety and security of the transportation system for motorized and non- motorized users • Goal 7: Continue to develop a multimodal transportation network that utilizes strategies for addressing congestion management and air quality issues in the ARTS region 6.4 ARTS Congestion Management Process Goals and Objectives The CMP goals are presented below were developed by the ARTS PMT and will be used as a tool for selecting objectives and subsequent strategies and performance measures for monitoring and evaluating the CMP network. • Goal 1: Encourage alternative modes of transportation such as transit, bicycle and pedestrian to enhance mobility and improve air quality • Goal 2: Promote a safe and secure transportation system by reducing crashes, increasing travel reliability and predictability, and improving emergency response • Goal 3: Maximize the life of the existing transportation system infrastructure by promoting fiscal responsibility through an emphasis on maintenance and operational efficiency • Goal 4: Create a transportation system that efficiently moves people and goods in support of local and regional economic development For each goal, more specific objectives were developed to indicate the intended outcomes. These objectives are shown in Table 14 below. These objectives were used to develop individual performance measures which can be employed to evaluate the effectiveness of the individual components of the CMP as well as the overall efficiency of the CMP. Review and Refine Goals and Objectives Augusta Regional Transportation Study Congestion Management Process 2018 Update 58 Table 14:ARTS Congestion Management Process Goals and Objectives Goal Objective Goal 1 - Encourage alternative modes of transportation such as transit, bicycle and pedestrian to enhance mobility and increase air quality Expand and maintain a network of bicycle, pedestrian, and transit facilities that connects homes, activity centers, and complementary amenities. Provide a transportation system that promotes the safe and efficient movement of all user groups. Support a fully integrated multimodal network that advances the concept of complete streets. Goal 2 - Promote a safe and secure transportation system by reducing crashes, increasing travel reliability and predictability, and improving emergency response. Improve transportation system safety and security by alleviating potential conflicts and delays at high-crash locations and rail crossing sites. Improve the safety of the transportation system for all user groups. Increase the reliability, predictability, and efficiency of the transportation experience through system improvements and enhanced communication. Goal 3 – Maximize the life of the existing transportation system infrastructure by promoting fiscal responsibility through an emphasis on maintenance and operational efficiency. Identify and prioritize infrastructure preservation and rehabilitation projects such as pavement management and signal system upgrades. Use innovative transportation technology to enhance the efficiency of the existing transportation system and to be better prepared for emerging vehicle technologies. Increase the lifespan of existing infrastructure and ensure the optimal use of transportation facilities. Goal 4 - Create a transportation system that efficiently moves people and goods in support of local and regional economic development Increase the accessibility and mobility of people and freight within the region and to other areas. Highlight transportation recommendations that enable global competitiveness, productivity, and efficiency. The CMP objectives are consistent with the ARTS MPO’s MTP goals, as well as state and national planning processes and requirements. These objectives address the multimodal nature of the transportation network and address both recurring and non-recurring congestion. The transportation system changes as projects are delivered and opened to traffic. Additionally, changes in land use and development patterns as well as shifting employment centers influence travel patterns on the network. Recognizing that congestion will change, the CMP goals and objectives should be reviewed during future CMP updates and refined as necessary to reflect changes in regional priorities and transportation conditions. Augusta Regional Transportation Study Congestion Management Process 2018 Update 59 7. Develop Multimodal Performance Measures In 2012, with the passage of the Moving Ahead for Progress in the 21st Century Act (MAP-21), performance-based planning and programming (PBPP) become a fundamental part of statewide and metropolitan planning processes to incorporate a more comprehensive approach to decision-making especially with the Congestion Management Process (CMP). Under the current Fixing America’s Surface Transportation Act (FAST Act PBPP concept has remained the foundation of statewide and regional transportation prioritization. The Federal Highway Administration (FHWA) is responsible for the development and enforcement of the performance-based measures to be implemented at state and metropolitan levels. The impetus of the PBPP originates from the performance management approach. Most transportation agencies have used the performance management approach over the past three decades to achieve the desired outcomes of transportation decision making. PBPP also allows more transparency and accountability of the processes to the public. PBPP methodology follows the 3Cs (cooperative, continuing, and comprehensive) process that brings together other agencies, stakeholders, and the public in the composition of programs and applications by transportation agencies. PBPP is also used in the development of MTPs. PBPP provides a framework for more effective metropolitan transportation plans. PBPP applies performance principles to the transportation system policy and investment decisions providing a link between management and long-range decisions to a transportation system to achieve desired performance outcomes for a multimodal transportation system. The CMP performance measures are a key input to PBPP. This section addresses the ‘Develop Multimodal Performance Measures’ element of the CMP. 7.1 Performance Measures Methodology Performance measures are a major component of the CMP and are used to monitor the CMP network. The use of performance measures in monitoring system performance is described in detail in Section 10 Monitoring and Performance Reporting Process. The FHWA has identified a template for the CMP multimodal performance measures that: • Describe existing conditions, identify problem locations, predict changes, and report and track on progress towards achieving those regional objective targets • Establish performance targets that includes quantifiable data that is simple to present and interpret • Develop performance-based plans for safety and asset management Best Practice Performance-based planning and programming is now a fundamental part of statewide and metropolitan planning and helps connect the CMP directly with the Metropolitan Transportation Plan. Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 60 • Are applicable to multiple modes and creates a performance-based approach to planning and programming • Help to communicate system performance through visualizations to elected officials, metropolitan planning organization (MPO) member agencies, and the public In conjunction with the FHWA guidance and a review of best practices, a list of candidate performance measures was developed. ARTS then narrowed the candidate list down to final performance measures that best met local needs and data collection abilities. The applicability of the performance measures identified at the regional, county and corridor levels is discussed in the following section. The measures are related to and categorized by the individual goals and objectives of the CMP in the following section. 7.2 Performance Measures The ARTS multimodal performance measures are within alignment with four goals and the objectives of the CMP described in the previous section. Table 15 on the following pages is organized by the four goals. The table lists each performance measure, identifies the data sources and types used for calculating the measure and notes its applicability at the regional, county, or corridor levels. Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 61 Table 15: Multimodal Performance Measures GOAL 1: Encourage alternative modes of transportation such as transit, bicycle, and pedestrian to enhance mobility and increase air quality. Objectives: 1. Expand and maintain a network of bicycle, pedestrian, and transit facilities that connects homes, activity centers, and complementary amenities. 2. Provide a transportation system that promotes the safe and efficient movement of freight within and through the ARTS region. 3. Support a fully integrated multimodal network that advances the concept of Complete Streets. ID Performance Measures Data Provider(s) Data Source/Type Scope of Measure Regional County Corridor 1 Incorporation of Complete Streets principles in roadway projects GDOT/SCDOT/MPO/Counties/Local Jurisdictions Project Review - Yes/No and Number X 2 Incorporation of land use recommendations in projects that are aligned with local Comprehensive Plans MPO/Counties/Local Jurisdictions Local Plan Review - Yes/No and Number X Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 62 ID Performance Measures Data Provider(s) Data Source/Type Scope of Measure Regional County Corridor 3 Track the level of emissions to increase air quality GDOT/SCDOT Air Quality Modeling X 4 Miles of state routes that accommodate bicycles by having a designated bike lane GDOT/SCDOT DOT road centerline file with road characteristics attributes X X 5 Transit ridership by route Transit agency National Transit Database X X 6 Transit weekday boardings in the AM and PM peaks by route Transit agency National Transit Database X X 7 Number of alternative fuel vehicles registered in the region County License tag databases X Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 63 GOAL 2: Promote a safe and secure transportation system by reducing crashes, increasing travel reliability and predictability, and improving emergency response. Objectives: 1. Improve transportation system safety and security by alleviating potential conflicts and delays at high-crash locations and rail crossing sites. 2. Improve the safety of the transportation system for all user groups. 3. Increase the reliability, predictability, and efficiency of the transportation experience through system improvements and enhanced communication. ID Performance Measures Data Sources Data Type Scope of Measure Regional County Corridor 8 Number and rate of crashes (injury and fatal) region-wide and on mobility corridors GDOT/SCDOT/FHWA Georgia Electronic Accident Reporting System (GEARS), SC Accident Reporting System, Fatality Analysis Reporting Systems (FARS) and Traffic Analysis and Data Application (TADA) X X X Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 64 ID Performance Measures Data Sources Data Type Scope of Measure Regional County Corridor 9 Percentage of roadway miles at a certain Travel Time Index (TTI) region-wide and on mobility corridors FHWA Travel Demand Model X X X 10 Roadway peak hour Travel Time Index data on mobility corridors FHWA HERE Data X X X 11 Coordination of governmental agencies to address incident clearance GDOT/SCDOT/MPO Yes/No X Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 65 GOAL 3: Maximize the life of the existing transportation system infrastructure by promoting fiscal responsibility through an emphasis on maintenance and operational efficiency. Objectives: 1. Identify and prioritize infrastructure preservation and rehabilitation projects such as pavement management and signal system upgrades. 2. Use innovative transportation technology to enhance the efficiency of the existing transportation system and to be better prepared for emerging vehicle technologies. 3. Increase the lifespan of existing infrastructure and ensure the optimal use of transportation facilities. ID Performance Measures Data Sources Data Type Scope of Measure Regional County Corridor 12 Percentage of NHS Bridges in Good and Poor condition as a percent of the total bridge deck area GDOT/SCDOT Bridge inventory system X X X 13 Percentage of pavement in Good and Poor condition on mobility corridors GDOT/SCDOT Pavement management system X X X Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 66 ID Performance Measures Data Sources Data Type Scope of Measure Regional County Corridor 14 Percentage of state routes meeting DOT maintenance standards GDOT/SCDOT Maintenance system X X 15 Number of new and upgraded signal systems per year region-wide and on mobility corridors GDOT/SCDOT/MPO/Counties/Local Jurisdictions Signal maintenance program X X X 16 Average age of transit fleet (in years) Transit Agency National Transit Database X X Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 67 GOAL 4: Create a transportation system that efficiently moves people and goods in support of local and regional economic development. Objectives: 1. Increase the accessibility and mobility of people and freight within the region and to other areas. 2. Highlight transportation recommendations that enable global competitiveness, productivity, and efficiency. ID Performance Measures Data Sources Data Type Scope of Measure Regional County Corridor 17 Percentage of roadway miles at a certain Travel Time Index (TTI) region-wide and on mobility corridors FHWA Travel Demand Model X X X 18 Truck Reliability Index FHWA/GDOT/SCDOT National Performance Management Research Data Set (NMPRDS) or statewide truck travel time dataset X X X 19 Interstate AM peak hour average speed - region-wide FHWA/GDOT/SCDOT NMPRDS or statewide truck travel time dataset HERE Data X X X Develop Multimodal Performance Measures Augusta Regional Transportation Study Congestion Management Process 2018 Update 68 ID Performance Measures Data Sources Data Type Scope of Measure Regional County Corridor 20 Interstate PM peak hour average speed - region-wide FHWA/GDOT/SCDOT NMPRDS or statewide truck travel time dataset HERE Data X X X 21 Regional projects that enhance connections with other GA/SC/Southeast/US cities GDOT/SCDOT/MPO Project Review - Yes/No and Number X X X Augusta Regional Transportation Study Congestion Management Process 2018 Update 69 8 Review and Update Existing CMP Strategies The review and update of existing CMP strategies consisted of two steps. First, the existing ARTS CMP strategies were reviewed and updated as appropriate to reflect changing conditions and state of the practice since the previous CMP update. Second, the CMP strategies were evaluated for appropriateness for each of the CMP corridors. This section addresses the ‘Identify and Assess Strategies’ element of the CMP. 8.1 Develop Multimodal Congestion Management Strategies Based on a best practices review, FHWA guidance, and the regional objectives, ARTS assessed the toolbox of congestion management strategies used in previous CMP Updates and identified potential new strategies. The strategies toolbox was organized into four hierarchical tiers based on findings from the best practices review and FHWA guidance. The tiers are: 1. Demand management 2. Traffic operations 3. Public Transportation 4. Road Capacity The strategies in the top tier, demand management, take precedence over those further down. This approach follows transportation best practices and FHWA’s direction to consider options to manage travel demand, improve operations, and enhance alternative modes prior to recommending roadway capacity increases. Additionally, the tiered approach aligns with the CMP goals to encourage alternative modes of transportation and maximizing the life of the transportation system by promoting fiscal responsibility through an emphasis on maintenance and operational efficiency. Table 16 on the following pages lists the strategies by tier. In addition to the overall strategy, specific examples of more detailed actions are included in the table. Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 70 Table 16: ARTS CMP Strategies by Tier ARTS CMP Strategies by Tier: Demand Management 1) Travel Demand Management (TDM) Programs that encourage alternative modes including bike, pedestrian, transit, and carpooling Pedestrian and bicycle facility improvements that promote non-motorized travel 2) Arterial Management Optimize timing of traffic signals Access management 3) Freight Management (New) Geometric improvements to roads and intersections Goods movement management including identification of truck routes and bottlenecks 4) Intelligent Transportation Systems Active traffic management including adaptive signal control, signal priority, and fiber optics 5) Growth Management Strategies Development policies that support transit-oriented designs for corridors Land use controls and zoning policies to encourage mixed use development in proximity to transit stops and employment centers MPO oversight / review for regional scale developments 6) Job Access (New) Development policies that support transit-oriented designs for corridors and communities involving homes, jobsites and, shops Park and ride facilities, ride matching services, and carpool/vanpool incentive programs Telecommuting / flexible work hour programs Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 71 ARTS CMP Strategies by Tier: Traffic Operations 7) Traffic Operations Traffic signalization and control Intersection and street improvements Roundabout construction Bottleneck removal 8) Work Zone / Special Event Management / Traveler Information Variable Message Signs (VMS) Variable speed limits 511 Traveler Information Highway Advisory Radio (HAR) 9) Access Management Movable median barriers to add capacity during peak periods Add center turn lanes 10) Incident Management Detection of incidents Faster anticipatory responses to traffic incidents Service Patrols Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 72 ARTS CMP Strategies by Tier: Public Transportation 11) Build or Expand Transit Systems Commuter-orientated transit service (express) Transit park and ride facilities Universal fare system 12) Public Transit Operational Improvements Realign transit service schedules and stop locations Provide real-time information on transit schedules and arrivals using vehicle location data Bus-only shoulder lanes ARTS CMP Strategies by Tier: Roadway Capacity 13) Build or Widen Roadways and Freeways Add travel lanes on major freeways and streets (including truck climbing lanes on grades) Close gaps in the street network Add center lanes 14) Build or Widen Bikeways and Walkways Bicycle amenities at transit stations and other trip destinations New bikeways / sidewalks and close gaps in existing facilities Street crossings including marking, timing and signalization Develop and adopt Complete Streets guidelines Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 73 8.2 Strategy Matrix The strategy matrix is used to address recurring congestion on the CMP corridors. The strategy matrix was developed using the current TTI data and knowledge of local conditions to identify the appropriateness of specific strategies for each of the CMP corridors. Each corridor was evaluated, and a rating was assigned. A rating of “Y” for yes indicates that a specific strategy is appropriate for the corridor, while a rating of “N” for no indicates the strategy is not considered appropriate at this time. Table 17 on the following pages lists the CMP corridors, the current TTI, current congestion status, and the appropriateness of CMP strategies. The numbers under the Congestion Management Process Strategies heading correspond to the strategies described in 16 on the previous page. Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 74 Table 17: 2018 CMP Strategy Matrix by Corridor ID County Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status Congestion Management Process Strategies 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1 AIKEN ATOMIC ROAD between BUENA VISTA AVE and SILVER BLUFF RD 1.01 BORDERLINE CONGESTED Y Y N N Y Y Y Y Y N N Y Y Y 2 AIKEN SR 126 (BELVEDERE-CLEARWATER RD) between US 25 (EDGEFIELD RD) and US 1 GOOGLE NOT CONGESTED Y Y N N Y Y Y Y Y N N Y Y Y 3 AIKEN BETTIS ACADEMY RD between ASCAUGA LAKE RD and FIELDS CEMETARY RD GOOGLE NOT CONGESTED Y Y N N Y Y Y Y Y N N Y Y Y 4 AIKEN SR 125 (BUENA VISTA AVE) between MARTINTOWN RD and GEORGIA AVE 1.03 BORDERLINE CONGESTED Y Y N N Y Y Y Y Y N N Y Y Y 5 AIKEN DOUGHERTY RD between SR 19 (WHISKEY RD) and SR 302 (SILVER BLUFF RD) GOOGLE MARGINALLY CONGESTED Y N Y N Y Y Y Y Y N N Y Y Y 6 AIKEN US 25 (GEORGIA AVE/ EDGEFIELD RD) between SAVANNAH RIVER and I-20 1.00 AT RISK OF CONGESTION Y Y Y N Y Y Y Y Y N Y Y Y Y 7 AIKEN KNOX AVE between MARTINTOWN RD and GEORGIA AVE 1.15 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N Y Y Y 8 AIKEN SC 19 (LAURENS ST) between SOUTH BOUNDARY ST and I-20 1.05 MARGINALLY CONGESTED Y N N N Y Y Y Y Y N N Y Y Y 9 AIKEN SR 230 (MARTINTOWN RD) between E. BUENA VISTA AVE and I -20 1.26 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N Y Y Y 10 AIKEN SR 302 (E. PINE LOG RD) between US 78 and SILVER BLUFF RD 1.13 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N Y Y Y 11 AIKEN US 78 (RICHLAND AVE) between BEAUFORT ST and VAUCLUSE RD 1.12 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N Y Y Y 12 AIKEN SC 118 (HITCHCOCK PKWY) between US 1/US 78 and SILVER BLUFF RD 0.95 AT RISK OF CONGESTION Y Y N N Y Y Y Y Y N N Y Y Y 13 AIKEN SR 302 (SILVER BLUFF RD) between SR 19 (WHISKEY RD) and SAVANNAH DR 0.88 NOT CONGESTED Y Y Y N Y Y Y Y Y N N Y Y Y 14 AIKEN US 1 between RICHLAND AVE and I-20 1.08 MARGINALLY CONGESTED Y Y N N Y Y Y Y Y N N Y Y Y 15 AIKEN US 1/US 78 between MARTINTOWN RD and PINE LOG RD 1.01 BORDERLINE CONGESTED Y N N N Y Y Y Y Y N N Y Y Y 16 AIKEN SR 19 (WHISKEY RD) between RICHLAND AVE and POWDERHOUSE RD LOCAL SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N Y Y Y Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 75 ID County Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status Congestion Management Process Strategies 1 2 3 4 5 6 7 8 9 10 11 12 13 14 17 COLUMBIA I-20 between EUCHEE CREEK and COLUMBIA/RICHMOND COUNTY LINE 1.00 AT RISK OF CONGESTION Y N N N Y Y Y Y Y Y Y Y Y Y 18 COLUMBIA BASTON RD between FURY'S FERRY RD and WASHINGTON RD GOOGLE MARGINALLY CONGESTED Y N Y N Y Y Y Y Y N N N Y Y 19 COLUMBIA BELAIR RD between WASHINGTON RD and WRIGHTSBORO RD (INCLUDING I-20 RAMPS) 1.37 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y N N N Y Y 20 COLUMBIA I-520/BOBBY JONES EXPRESSWAY between I- 20 and WASHINGTON RD 1.48 SERIOUSLY CONGESTED Y N N N Y Y Y Y Y N N N Y Y 21 COLUMBIA SR 232 (COLUMBIA RD) between WASHINGTON RD and HEREFORD FARM RD 1.12 BORDERLINE CONGESTED Y Y Y N Y Y Y Y Y N N N Y Y 22 COLUMBIA EVANS-TO-LOCKS RD between STEVENS CREEK RD and WASHINGTON RD GOOGLE SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y N N N Y Y 23 COLUMBIA FLOWING WELLS RD between WHEELER and WASHINGTON RD GOOGLE SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y N N N Y Y 24 COLUMBIA FURY'S FERRY RD between SAVANNAH RIVER and WASHINGTON RD 1.72 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N N Y Y 25 COLUMBIA OLD EVANS RD between BOBBY JONES and WASHINGTON RD 1.39 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y N N N Y Y 26 COLUMBIA RIVERWATCH PARKWAY between PLEASANT HOME ROAD and OLD EVANS RD 1.37 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N N Y Y 27 COLUMBIA SR 223 (ROBINSON AVE) between WRIGHTSBORO RD and GORDON HWY 1.79 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y N N N Y Y 28 COLUMBIA SR 104 (WASHINGTON RD) between HARDY MCMANUS and PLEASANT HOME RD 1.37 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y N N Y Y 29 COLUMBIA WRIGHTSBORO RD between BARTON CHAPEL RD and ROBINSON AVE 1.38 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y N N N Y Y 30 RICHMOND I-20 between RICHMOND COUNTY LINE and SR 104 (RIVER WATCH PARKWAY) 1.02 AT RISK OF CONGESTION Y N N N Y Y Y Y Y Y Y Y Y Y 31 RICHMOND I-520/BOBBY JONES EXPRESSWAY between I- 20 and LANEY WALKER BLVD 1.02 AT RISK OF CONGESTION Y N N N Y Y Y Y Y Y Y Y Y Y 32 RICHMOND 13TH ST/RA DENT BLVD between REYNOLDS ST and WRIGHTSBORO RD 1.44 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y Y Y 33 RICHMOND 15TH ST between REYNOLDS and MLK Jr. BLVD 1.69 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y Y Y Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 76 ID County Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status Congestion Management Process Strategies 1 2 3 4 5 6 7 8 9 10 11 12 13 14 34 RICHMOND SR 56 (MIKE PADGETT HWY) between LUMPKIN ROAD and SR 56 LOOP 1.14 BORDERLINE CONGESTED Y N N N Y Y Y Y Y Y Y Y Y Y 35 RICHMOND DEANS BRIDGE RD between MLK BLVD and WILLIS FOREMAN RD 1.48 SERIOUSLY CONGESTED Y N N N Y Y Y Y Y Y Y Y Y Y 36 RICHMOND DOUG BARNARD PKWY/NEW SAVANNAH RD between GORDON HWY and TOBACCO RD 1.00 NOT CONGESTED Y N N N Y Y Y Y Y Y Y Y Y Y 37 RICHMOND GREENE ST between E BOUNDARY ST and 12TH ST 1.66 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y Y Y Y Y Y 38 RICHMOND GORDON HWY between SAVANNAH RIVER and SR 223 1.20 BORDERLINE CONGESTED Y N N N Y Y Y Y Y Y Y Y Y Y 39 RICHMOND JACKSON RD/ WALTON WAY EXT/DAVIS RD between WASHINGTON RD and WRIGHTSBORO RD GOOGLE SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y Y Y 40 RICHMOND JOHN C CALHOUN EXPY between WASHINGTON RD and 12TH ST 1.36 SERIOUSLY CONGESTED Y N N N Y Y Y Y Y Y Y Y N Y 41 RICHMOND US 25 (PEACH ORCHARD RD) between TUBMAN HOME RD and SR 88 1.94 SERIOUSLY CONGESTED Y N N N Y Y Y Y Y Y Y Y Y Y 42 RICHMOND SR 104 (RIVERWATCH PARKWAY) between PLEASANT HOME ROAD and 15TH STREET 1.33 SERIOUSLY CONGESTED Y N N N Y Y Y Y Y Y Y Y Y Y 43 RICHMOND TOBACCO RD between DEANS BRIDGE RD and DOUG BARNARD PKWY 1.14 BORDERLINE CONGESTED Y Y Y N Y Y Y Y Y Y Y Y Y Y 44 RICHMOND WALTON WAY SEGMENT #1 between GORDON HWY and MILLEDGE RD 1.32 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y Y Y 45 RICHMOND WALTON WAY SEGMENT #2 between BRANSFORD RD and MILLEDGE RD GOOGLE SERIOUSLY CONGESTED Y N Y Y Y Y Y Y Y Y Y Y Y Y 46 RICHMOND WALTON WAY EXT between BRANSFORD RD and JACKSON RD GOOGLE AT RISK OF CONGESTION Y N N N Y Y Y Y Y Y Y Y Y Y 47 RICHMOND WASHINGTON RD between JOHN C CALHOUN EXPY and PLEASANT HOME RD 1.72 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y N Y 48 RICHMOND WHEELER RD between WALTON WAY EXT and FLOWING WELLS RD GOOGLE SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y Y Y 49 RICHMOND WINDSOR SPRING RD between PEACH ORCHARD RD and SR 88 1.85 SERIOUSLY CONGESTED Y Y Y N Y Y Y Y Y Y Y Y Y Y 50 RICHMOND WRIGHTSBORO RD SEGMENT 1 between BARTON CHAPEL RD and JACKSON RD 1.66 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y Y Y Review and Update Existing CMP Strategies Augusta Regional Transportation Study Congestion Management Process 2018 Update 77 ID County Congestion Management Process Corridor Current Travel Time Index (2018) Current Congestion Status Congestion Management Process Strategies 1 2 3 4 5 6 7 8 9 10 11 12 13 14 51 RICHMOND WRIGHTSBORO RD SEGMENT 2 between JACKSON RD and HIGHLAND AVE 1.20 BORDERLINE CONGESTED Y Y Y N Y Y Y Y Y Y Y Y Y Y 52 RICHMOND WRIGHTSBORO RD SEGMENT 3 between HIGHLAND AVE and FIFTEENTH ST 1.42 SERIOUSLY CONGESTED Y N Y N Y Y Y Y Y Y Y Y Y Y 53 RICHMOND SR 104 (RIVERWATCH PARKWAY) between ALEXANDER DRIVE and I-20 1.04 SERIOUSLY CONGESTED Y N N Y Y Y Y Y N Y Y Y Y Y Augusta Regional Transportation Study Congestion Management Process 2018 Update 78 9 Performance Monitoring Dashboard Implementation This section documents the data collection and system performance monitoring process. The following sections detail the steps and data collection notes along with calculations used to determine and identify performance measures used in the CMP System Performance Monitoring and Evaluation. This section includes the data collection sources and contact information allowing future updates to be performed following the same data collection methodology. Immediately following, Section 10 details the calculation of performance measures and the required Enhance, Transform, and Load (ETL) processes to prepare the data for use in the ARTS dashboard. 9.1 Data Collection In preparation for the CMP System Performance Monitoring Evaluation a variety of data from varying sources were collected. The collection of data included geographic boundaries, crash location information, probe vehicle data, transit locations, and additional information. The following sections detail the collection process and source data contact information. Section 9.1.1 displays the master table that was used to collect these various data sources. Section 9.1.2 provides details on the data collection source and notes for retrieval of the data. 9.1.1 Data Collection Source Table At the start of the ARTS CMP process a series of data sources were identified for potential collection. Each data source was evaluated for availability of collection across the ARTS district with each data noted about the coverage that was available, for example if the data was only available in one county, one state, or available across the entirety of the ARTS District. The following table (Table 18) represents a snapshot of the data that was reviewed for inclusion and collection, along with the status of that data whether it was successfully identified and obtained. Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 79 Yes data found Partial data found Data unavailable Georgia y Augusta- Richmond, GA County: Columbia, GA South Carolina County: Aiken, SC County: Edgefield, SC Used in ARTS Dashboard Data for Dashboard HERE Traffic Probe Data - RITIS * Crashes * General Area Information Roadway Network * Intersections City Boundaries ARTS Boundary * County Boundaries from US Census - Countrywide * RailRoad Crossings Military Bases Annual Traffic Crash and Intersection Report * Data Available from ARTS Bus Facilities Bus Stops Pedestrian Signals Signalized Intersections Sidewalks Bus Routes Driveways Building and Entrance features Traffic Volumes AADT AADTT Level of Service (LOS) Roadway Info Route ID, Beginning and Ending MP Speed Limits Function Type Surface Type Average Lane Width Shoulder Width Shoulder Type Barrier Median Type NHS Type Number of Lanes ARTS Data Collection Source Table Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 80 9.1.2 Data Collection Source and Retrieval Information This section provides specifics on each data source including the necessary steps required for retrieval of data. DATASET: HERE Traffic Probe Data – RITIS The HERE Traffic Probe Data is available from the RITIS Probe Data Analytics Suite at the following website: https://pda.ritis.org/suite/. ARTS is a partner agency with the RITIS I-95 Corridor Coalition and has been given access to the Probe Data Analytics Suite for data download. To create a new account, use the following weblink: https://www.ritis.org/register/ when contacting for access, please reference affiliation with ARTS. *Please Note that the HERE data is subject to Licensing and rules about distribution. The HERE data in the raw format while available for partnering agencies to use is not allowed to be shared or distributed. Please refer to the website for details. For use in the analysis and ARTS Dashboard a variety of data meeting specific time ranges and criteria were identified. Once signed into the Probe Data Analytics Suite select the “Massive Data Downloader”, then proceed through each of the three data collections to retrieve data for the AM Peak, PM Peak, and 24-Hour Profile. Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 81 AM and PM Peak: Please proceed through the following steps to retrieve the AM and PM Peak Data from RITIS Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 82 After clicking “Submit”, the user will be notified the request has been submitted for completion. Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 83 24 Hour Profile: This section downloads the 24 Hour Profile used to display the 24 Hour Speed profile within the ARTS Dashboard. Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 84 For additional details on the characteristics and metadata of the HERE Probe Data Please refer to the following website: https://pda.ritis.org/suite/help/#data-types/vendor/here or view the main metadata below: Speed — The current estimated harmonic mean speed for the roadway segment in miles per hour. Reference Speed — The calculated "free flow" mean speed for the roadway segment in miles per hour. This attribute is calculated based upon the 85th-percentile point of the observed speeds on that segment for all time periods, which establishes a reliable proxy for the speed of traffic at free-flow for that segment. Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 85 Travel Time — Time it will take to drive along the roadway segment (Distance Traveled / Speed). Confidence — This is a simple confidence factor. • Between 0.7 and 1.0 (including 1.0) — high confidence, based on real-time data for that specific segment • Between 0.5 and 0.7 (including 0.7) — medium confidence, based on a combination of historic and real-time data • Between 0.0 and 0.5 (including 0.5) — lower confidence, based primarily on road reference speeds These fields are associated with each (Traffic Message Channel) TMC segment: • datasource - the data set this record comes from. This field is only included in Massive Data Downloader exports when choosing to merge the data sets into a single CSV file. • tmc - the unique 9-digit value identifying the TMC segment. • road - the route number or common name of the roadway • direction - the overall direction of the roadway • intersection - the cross street and/or interchange associated with the TMC segment • state - the postal abbreviation of the state to which the TMC Segment is assigned • miles - the length of the TMC segment • road_order - a numerical value indicating in what order the TMC segment would be encountered when traveling downstream relative to the other TMC segments on the same road • start_latitude - the latitude of the beginning of the TMC segment • start_longitude - the longitude of the beginning of the TMC segment • end_latitude - the latitude of the end of the TMC segment • end_longitude - the longitude of the end of the TMC segment • tmclinear - a reference to the "Linear TMC" that includes the TMC Segment. Typically, several TMC Segments are part of a Linear TMC, which usually represents a road corridor through a single county. The purpose of this column is to provide assistance for filtering and locating TMC Segments and simplifying the process of linking consecutive TMC Segments. • type - the type of tmc code. "P1" is the typical TMC Code. "P3" indicates national, state, and county boundaries, rest areas, toll plazas, major bridges, etc. "P4" is for ramps. • country - the country in which the TMC segment is located Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 86 DATASET: Crash Data Crash data for the ARTS District was collected from two primary sources for each of the two states. GDOT GEARS Program: The Georgia Electronic Accident Reporting System (GEARS) program available from GDOT provides access to historic crash information and other metrics. The GEARS system can be accessed through the following website: https://www.gearsportal.com/Pages/Public/Home.aspx Access to the GEARS website requires registration and a secure sign in. To complete or request access send an email to the following gears.support@lexisnexisrisk.com After receiving access to the GEARS System, proceed to the https://www.gearsportal.com/Pages/Public/Home.aspx website and sign in. This will open the GEARS portal where data can be downloaded. Selecting the “CRASH DATA” option from the webpage will open a searchable area, use the “Advanced Search” option to perform larger data detailed queries. The queries can be built upon to retrieve the desired information. For the ARTS Dashboard crash data was collected by year over the geography of the two ARTS counties for Georgia, see image on the following page. Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 87 Running this process produces a series of informational statistics and provides the various export options available for data download. For the ARTS Dashboard it is necessary to download at a minimum the “Export Results to Excel” option. Please refer to Section 10.1 for further instructions on preparing or working with this data for update to the ARTS Dashboard. SCDOT Safety: Crash data for the State of South Carolina was requested and retrieved from SCDOT – Traffic Engineering Safety department. A request was made to this office to receive the crash data for the stated time period and was provided in an Microsoft Excel spreadsheet containing Latitude and Longitude coordinates of the crash along with additional attributes. Please refer to Section 10.1 for further instructions on preparing or working with this data for update to the ARTS Dashboard. DATASET: Roadway Network A detailed roadway network file was collected to identify various attributes available within the roadway file. The collection was broken between the two states. Georgia: The file was made available from GDOT and can be found at the following location: http://www.dot.ga.gov/DS/Data A 2017 Under the “Reports, Guides, & Data” section within the “Downloads” tab a Geodatabase is available for download that contains a wide variety of information and can be found at the following: http://www.dot.ga.gov/DriveSmart/Data/Documents/Road_Inventory_2017_Geodatabase.zip South Carolina: SCDOT provides a website in which both current and historical data can be downloaded. The website is available at the following location: http://info2.scdot.org/sites/GIS/SitePages/GISFiles.aspx?MapType=Shape Augusta Regional Transportation Study Congestion Management Process 2018 Update 88 DATASET: Intersections Collection of a point file representing the latitude and longitude of intersections was attempted across the ARTS District. A file covering the complete ARTS District was unavailable during the collection process. This data was not critical for the update of the CMP. DATASET: City Boundaries The jurisdictional representation of city boundaries was reviewed for inclusion in the CMP update process. A source file representing city limits within the Georgia ARTS District was identified. City limits were not included as a critical layer for the CMP analysis, the ARTS Boundary was used to serve as the main geographic boundary separator used for analysis in the CMP update process and ARTS Dashboard. DATASET: ARTS Boundaries The jurisdictional boundary representing the ARTS District was shared by the ARTS GIS team. The ARTS GIS team are the custodians of this dataset and all requests should be directed to the them. DATASET: County Boundaries County boundaries were obtained from the U.S. Census Bureau to represent counties across state lines. To obtain county boundaries please proceed to the following website: https://www.census.gov/geo/maps-data/data/tiger.html or directly from the US Census FTP website located at: ftp://ftp2.census.gov/geo/tiger/TIGER2018/COUNTY/tl_2018_us_county.zip DATASET: Railroad Crossings Railroad crossings were identified as available from the Bureau of Transportation Statistics (BTS). This data can be downloaded across the ARTS District and are provided from the source with several criteria available. Visit the following web link to learn more and explore the data: https://www.bts.gov/product/state-transportation-statistics This data was not critical for the update of the CMP. DATASET: Military Bases Military Installations, Ranges, and Training Areas are available for download from the following website: https://catalog.data.gov/dataset/military-installations-ranges-and-training-areas This file is maintained and compiled by the Department of Defense (DoD). This data was not critical for the update of the CMP. DATASET: Annual Traffic Crash and Intersection Report The Annual Traffic Crash and Intersection Report was collected as part of this effort to provide crash information from the previous year. This report is created and maintained by ARTS. DATASET: Bus Facilities, Bus Stops, Pedestrian Signals, Signalized Intersections, Sidewalks, Bus Routes, Driveways, Building and Entrance Features Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 89 Several datasets were collected directly from the ARTS District. These various datasets are maintained by the ARTS GIS team and this group can provide the information. DATASET: Annual Average Daily Traffic (AADT), Average Annual Daily Truck Traffic (AADTT), and Level of Service (LOS) These three datasets representing roadway traffic volume were not available or could not be fully sourced at the time of data collection across the ARTS District. Some elements were able to be identified and alternatives datasets were used in the CMP Update and review. DATASET: Route ID, Beginning and Ending Mileage Point (MP) This data was made available for both GDOT and SCDOT. The GDOT latest update file was 2016 and SCDOT file was 2017. This data can be found at the following: Georgia: The file was made available from GDOT and can be found at the following location: http://www.dot.ga.gov/DS/Data A 2017 Under the “Reports, Guides & Data” section within the “Downloads” tab a Geodatabase is available for download that contains a wide variety of information and can be found at the following: http://www.dot.ga.gov/DriveSmart/Data/Documents/Road_Inventory_2017_Geodatabase.zip South Carolina: SCDOT provides a website in which both current and historical data can be downloaded. The website is available at the following location: http://info2.scdot.org/sites/GIS/SitePages/GISFiles.aspx?MapType=Shape DATASET: Speed Limits A comprehensive speed limit file of all roadways in the ARTS District was unavailable. This data was available in part for the South Carolina portion of the ARTS planning area but could not be located for the Georgia state portion. Speed limit data was not required as part of this project as the Probe Data Analytics System contained the average speed and free flow speed information for each TMC segment. DATASET: Function Type, Surface Type, Average Lane Width, Shoulder Width, Shoulder Type, Barrier, Median Type, NHS Type, Number of Lanes Additional roadway characteristic information collection was performed for the above listed items. However, the data was unavailable for the complete ARTS planning area. Several of these datasets were available on the Georgia side of the ARTS planning area. GDOT files and information can be found at the following location: http://www.dot.ga.gov/DS/Data Under the “Reports, Guides & Data” section within the “Downloads” tab, a 2017 Geodatabase is available for download that contains a wide variety of information and can be found at the following: http://www.dot.ga.gov/DriveSmart/Data/Documents/Road_Inventory_2017_Geodatabase.zip Performance Monitoring Dashboard Implementation Augusta Regional Transportation Study Congestion Management Process 2018 Update 90 10 Monitoring and Performance Reporting Process Performance measures are a major component of the Congestion Management Process (CMP). The performance measures defined in this section have been used to complete previous Tasks of the CMP update and contain the information that is used for display and analysis within the ARTS Dashboard. The following sections provide a guide to the calculation of performance measures (Section 10.1) and the necessary format and data structure needed for inclusion in the ARTS Dashboard (Section 10.2). Section 10.1 includes a series of step by instructions completed in ArcGIS Pro (Dataset: HERE Probe Data) and ArcGIS Desktop (Dataset: Crash). The general steps for performance measure calculation are the same in either program. The two different examples were used to provide a guided walkthrough in both ArcGIS platforms to allow ARTS staff the maximum flexibility in completing these steps. 10.1 Calculation of Performance Measures and Data Extract Transfer and Load (ETL) Processes DATASET: HERE Probe Data The following will assist in guiding a user through the process of analyzing the HERE Probe Data. While the dashboard is available through ArcGIS Online, the instructions in this section require the user to have ArcGIS installed on their personal computer and requires knowledge of GIS and familiarity with ArcGIS. Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 91 STEP 1 – Create a New Project in ArcGIS Pro Start a project in ArcGis Pro by following these steps: 1. Open ArcGis Pro 2. Click a blank project 3. “Create a New Project” window appears 4. Enter “Name” 5. Enter Project “Location” 6. Click OK button STEP 2 – Add .csv Data Files Now that a project has been created, add the .csv files that will be used for the calculations Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 92 1. Click “Insert” tab 2. Click New Map icon 3. Click Add Data Icon 4. Add Data window displays 5. Click file(s) to be added (AM, PM & 24hour .csv files) 6. Click OK button All files will display in the “Contents Screen” (left side panel) under the “Standalone Tables” Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 93 STEP 3 – Create Table Transform the .csv files to tables 1. Click Data Tab 2. Click Export Table 3. Populates the “Geoprocessing Screen” (on the left) 4. “Input Rows”: Displays the Name of the file that will be converted into a table (AM, PM & 24hour .csv files) 5. “Output Table”: Displays a default Name of the table (can be changed) 6. Click the folder icon (right side) To change name and location 7. A window will display 8. Type in the “Name” of the table 9. Click Save button 10. Click Run button (bottom right side) 11. The table will appear on the left “Contents” screen 12. Click Right on the table name to Open the table When a table is created it will add an OBJECTID field. If the grid displays the OBJECTID field then it was successful. Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 94 STEP 4 – Summary Statistics Table The statistics table averages out the speed, reference speed and travel time seconds fields by tmc code. 1. Click Analysis Tab 2. Click the dropdown arrow 3. Click Summary Statistics 4. Input Table: Click dropdown arrow 5. Click table name to calculate (AM &PM table files) 6. Output Table: Default name will populate Field: Statistic Type: speed Mean reference_speed Mean travel_time_seconds Mean Case Field: tmc_code 7. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 95 STEP 5 – Adding Fields to Statistics Table The statistics table averages out the speed, reference speed and travel time seconds fields by tmc code. 1. Click Right (mouse) on statistics file (AM, PM table files) 2. Click Design 3. Click Fields 4. The following grid will display 5. Click “Click here to add a new field” (located bottom of the grid) 6. Add new fields to the table (change AM to PM for the PM table) miles Miles Double tt_avg_am TT_AVG_AM Double tt_ff_am TT_FF_AM Double tti_am TTI_ AM Double 7. Click Save Icon (top of screen) Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 96 STEP 6 – Calculating the Average 15 Minutes Table The Average Minutes table separates by 15 increments. Analysis Tab 1. Click Analysis Tab 2. Click the down arrow 3. Click Summary Statistics 4. Input Table: Click dropdown arrow 5. Click table name to calculate (AM, PM table files) 6. Output Table: Default name will populate Field: Statistic Type: speed Mean reference_speed Mean travel_time_seconds Mean 7. Click Run button Case Field: tmc_code increments_of_15_min Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 97 STEP 7 – Add Join After adding the fields, the user will add the TMC_Identification_PM file to the Statistics table. Select the file that will be the new joined table 1. AM_TWR_2018_Statistics 2. PM_TWR_2018_ Statistics ADD the Join 3. Click on the file (AM_TWR_2018_Statistics & PM_TWR_2018_ Statistics) 4. Click Right (mouse) 5. Click Joins and Relates 6. Click Add Join 7. Add Join Screen will populate on right side Layer Name or Table View: 8. AM_TWR_2018_Statistics 9. PM_TWR_2018_ Statistics 10. Click the Input Join Field drop down 11. Select tmc_code field 12. Click the Join Table drop down 13. Select TMC_Identification_AM.csv & TMC_Identification_PM.csv 14. Click the Output Join Field dropdown 15. Select tmc field Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 98 16. Click Run 17. The added fields from the TMC .csv file will display in the updated table STEP 8 – Miles – Travel Time Increments (TTI) Calculate the Miles field to calculate the miles 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: miles n/a Type in the formula for calculations miles !TMC_Identification_AM.csv.miles! Code Block n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 99 STEP 9 – TT_AVG_AM – Travel Time Increments (TTI) Calculate the Travel Time Average to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: miles n/a Mean_ speed n/a Type in the formula for calculations TT_AVG_AM: (!TMC_Identification_AM.csv.miles! / !AM_TWR_2018_Statistics.MEAN_speed!) Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 100 STEP 10 – TT_FF_AM – Travel Time Increments (TTI) Calculate the Travel Time Free Flow to display avg in added average travel time free flow field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: Miles n/a Mean_reference_speed n/a Type in the formula for calculations TT_FF_AM (!TMC_Identification_AM.csv.miles! / !AM_TWR_2018_Statistics.MEAN_reference_speed!) Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 101 STEP 11 – TTI_AM – Travel Time Increments (TTI) Calculate the Travel Time to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: tt_avg_am n/a tt_ff_am n/a Type in the formula for calculations TTI_AM: (!AM_TWR_2018_Statistics.tt_avg_am! / !AM_TWR_2018_Statistics.tt_ff_am!) Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 102 STEP 12 – TT_AVG_PM – Travel Time Increments (TTI) Calculate the Travel Time to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: miles n/a Mean_ speed n/a Type in the formula for calculations TT_AVG_PM: (!TMC_Identification_PM_csv_miles! / !PM_TWR_2018_Table_Statistics_MEAN_speed! )*3600 Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 103 STEP 13 – TT_FF_PM – Travel Time Increments (TTI) Calculate the Travel Time Free Flow to display avg in added average travel time free flow field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: Miles n/a Mean_reference_speed n/a Type in the formula for calculations TT_FF_AM: (!TMC_Identification_PM_csv_miles! / !PM_TWR_2018_Table_Statistics_MEAN_reference_sp eed!)*3600 Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 104 STEP 14 – TTI_PM – Travel Time Increments (TTI) Calculate the Travel Time to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: tt_avg_pm n/a tt_ff_pm n/a Type in the formula for calculations TTI_PM: !TT_AVG_PM! / !TT_FF_PM! Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 105 STEP 15 – 24 Hour Statistics Table The statistics table averages out the speed, reference speed and travel time seconds fields by tmc code. 1. Click Analysis Tab 2. Click the down arrow 3. Click Summary Statistics 4. Input Table: Click dropdown arrow 5. Click table name to calculate (24 hour table files) 6. Output Table: Default name will populate Field: Statistic Type: speed Mean reference_speed Mean travel_time_seconds Mean Case Field: tmc_code 7. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 106 STEP 16 – Adding fields to the 24-Hour Statistics Table Add the following fields to the table 1. Click Right (mouse) on statistics file 2. Click Design 3. Click Fields 4. The following grid will display 5. Click the “Click here to add a new field” (located at the bottom of the grid) 6. Add New fields Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 107 Visible ReadOnly Field Name Alias (This is what displays on screen) Data Type Allow Null Highlight Number Format Domain Default Length Click to add check mark Leave empty miles Miles Double Click to add check mark Leave empty Leave Empty Leave Empty Leave Empty Leave Empty Click to add check mark Leave empty tt_avg TT_AVG Double Click to add check mark Leave empty Leave Empty Leave Empty Leave Empty Leave Empty Click to add check mark Leave empty tt_ff TT_FF Double Click to add check mark Leave empty Leave Empty Leave Empty Leave Empty Leave Empty Click to add check mark Leave empty tti TTI Double Click to add check mark Leave empty Leave Empty Leave Empty Leave Empty Leave Empty 7. Click Save Icon (on top) 8. The following grid will display with the new fields Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 108 9. Click Right (mouse) on the Statistics table to display the new table fields Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 109 STEP 17 – Add Join Table to Statistics Table Add Join to Statistics table 1. Click on the file ART_24HR_1HR_Statistics 2. Click Right (mouse) 3. Click Joins and Relates 4. Click Add Join 5. Add Join Screen will populate on right side 6. Layer Name or Table View: ART_24HR_1HR_Statistics 7. Click the Input Join Field drop down 8. Select tmc_code field 9. Click the Join Table dropdown 10. Select TMC_Identification_24Hour.csv 11. Click the Output Join Field dropdown 12. Select tmc field 13. Click Run 14. The following grid will populate with the added fields from the TMC .csv file Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 110 STEP 18 – Miles – Travel Time Increments (TTI) Calculate the Miles field to calculate the miles 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: miles n/a Type in the formula for calculations Miles !TMC_Identification_24Hour.csv.miles! Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 111 STEP 19 – TT_AVG – Travel Time Increments (TTI) Calculate the Travel Time Average to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: miles n/a Mean_ speed n/a Type in the formula for calculations TT_AVG (!TMC_Identification_24Hour.csv.miles! / !ART_24HR_1hour_AVG.MEAN_speed!) Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 112 STEP 20 – TT_FF– Travel Time Increments (TTI) Calculate the Travel Time Free Flow to display avg in added average travel time free flow field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: Miles n/a Mean_reference_speed n/a Type in the formula for calculations TT_FF (!TMC_Identification_24Hour.csv.miles! / !ART_24HR_1hour_AVG.MEAN_reference_speed!) Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 113 STEP 21 – TTI – Travel Time Increments (TTI) Calculate the Travel Time to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field Field: Helpers: tt_avg_am n/a tt_ff_am n/a Type in the formula for calculations TTI (!ART_24HR_1hour_AVG.tt_avg! / !ART_24HR_1hour_AVG.tt_ff!) Code Block: n/a 3. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 114 STEP 22 – Average 1 Hour / 24 Hour Table Increments of 1-hour average 1. Click Analysis Tab 2. Click the down arrow 3. Click Summary Statistics 4. Input Table: Click dropdown arrow 5. Click table name to calculate 6. Output Table: Default name will populate, change the name to ART_24HR_Avg_1hour Field: Statistic Type: speed Mean reference_speed Mean travel_time_seconds Mean Case Field: tmc_code hours 7. Click Run 8. Grid will display the averages when complete Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 115 STEP 23 – Add fields to 1 Hour Avg Table ART_24HR_Avg_1hour One Hour Avg table 1. Click Right (mouse) on statistics file 2. Click Design 3. Click Fields 4. The following grid will display 5. Click the “Click here to add a new field” (located at the bottom of the grid) 6. Click Save Icon (on top) Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 116 STEP 24 – Add Join Table to 1 Hour Avg Table Add fields to Statistics table 1. Click on the file ART_24HR_Avg_1hour 2. Click Right (mouse) 3. Click Joins and Relates 4. Click Add Join 5. Add Join Screen will populate on right side 6. Layer Name or Table View: 7. ART_24HR_1HR_IncrmntAvg_Statistics 8. Click the Input Join Field drop down 9. Select tmc_code field 10. Click the Join Table drop down 11. Select TMC_Identification_24Hour.csv 12. Click the Output Join Field dropdown 13. Select tmc field 14. Click Run 15. The following grid will populate with the added fields from the TMC .csv file Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 117 STEP 25 – Miles – Travel Time Increments (TTI) Calculate the Miles field to calculate the miles 1. Right Click on the field name 2. Click Calculate Field 3. Choose miles and enter the fields to calculate Field: Helpers: miles n/a Type in the formula for calculations Miles !TMC_Identification_24Hour.csv.miles! Code Block: n/a 4. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 118 STEP 26 – TT_AVG – Travel Time Increments (TTI) Calculate the Travel Time Average to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field 3. Choose miles and enter the fields to calculate Field: Helpers: miles n/a Mean_ speed n/a Type in the formula for calculations TT_AVG (!TMC_Identification_24Hour.csv.miles! / !ART_24HR_1hour_AVG.MEAN_speed!) Code Block: n/a 4. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 119 STEP 27 – TT_FF – Travel Time Increments (TTI) Calculate the Travel Time Free Flow to display avg in added average travel time free flow field 1. Right Click on the field name 2. Click Calculate Field 3. Choose miles and enter the fields to calculate Field: Helpers: Miles n/a Mean_reference_speed n/a Type in the formula for calculations TT_FF (!TMC_Identification_24Hour.csv.miles! / !ART_24HR_1hour_AVG.MEAN_reference_speed!) Code Block: n/a 4. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 120 STEP 28 – TTI – Travel Time Increments (TTI) Calculate the Travel Time to display avg in added average travel time field 1. Right Click on the field name 2. Click Calculate Field 3. Choose miles and enter the fields to calculate Field: Helpers: tt_avg_am n/a tt_ff_am n/a Type in the formula for calculations TTI (!ART_24HR_1hour_AVG.tt_avg! / !ART_24HR_1hour_AVG.tt_ff!) Code Block: n/a 4. Click Run button Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 121 Field Condition Values Increments_of_1Hour Is Equal to 2:00DATASET: Crash Data STEP 1 – Crash Data Verification The Crash Data was received from two separate sources, GDOT GEARS and SCDOT. This section will provide a step by step guide for combining the data into a single output file to be used on the ARTS Dashboard. Data received from GDOT Gears and SCDOT were received in Microsoft Excel (.xlsx) format documents. Both files contain a series of attribute fields and include fields representing latitude and longitude. The latitude and longitude fields will be used to display the crash data on the map. This data can be loaded into ArcGIS and mapped. Open the received the excel files and verify that the needed fields and attributes appear as desired. STEP 2 – Crash data into ArcGIS Open ArcGIS Desktop. To allow ArcGIS to best handle the tables of data for mapping use the “Excel to Table” use the search tool option to open the tool. This tool will allow for an Excel table to be exported into a file geodatabase as feature table. Name the tables as desired for both crashes received from GDOT and SCDOT. For the purposes of the dashboard, no additional fields were removed or deleted prior to this step. Choose “Yes” at the end of the process to add the files to the open ArcMap. Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 122 STEP 3 – ArcMap Projection Prior to mapping the XY data, the .mxd needs to be set to the appropriate projection to allow these points to be displayed properly. Under “View” Select “Data Frame Properties”, then open the tab “Coordinate System”. To map X,Y select the following project. This will allow the user to select the coordinate system to allow the XY points to be properly mapped. Select “WGS 1984” under the Geographic Coordinate System option. Click OK Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 123 STEP 4 – Map Crash data After the feature table has been created and added to the map, right click on the table and select the option to “Display XY” data. This will open the “Display XY Data” window (right). Select the appropriate X and Y fields. Note that X – Latitude; Y – Longitude. Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 124 This will map the crashes as an events table added to the Map Exchange Document (MXD). Please note that the created events layer is temporary and will need to be exported to make permanent. Prior to export of this feature, review the output. Crash points which have not been mapped properly will appear to be located outside of the county area. It is recommended that only crashes within the geographic area be selected and included. This can be done by selecting by the geographic area or using the “Select Features”. Once the crash data that is desired has been selected that data is exported to a new feature class. Right click on the events layer, select “Data” and the “Export Data” option. Select the desired output location of the feature class and choose “OK”. This will export the selected crash events to a feature class. Perform the same steps for all crash data to create tables for each of the data sources. Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 125 STEP 5 – Merge Crash data These two different crash data tables now can be merged into a single table to represent crashes across the four-county area. Use the “Merge” Tool to combine the two different data sources into a single output. It is important to note that this step does not normalize the fields between the two sources. This only combines the points into a single output file. Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 126 3.2 Data Dashboard Deployment The ARTS Dashboard uses the ArcGIS platform combined with the VHB Data Fusion Center (DFC) to provide data access, this section details the necessary data structure and requirements to provide an update to the ARTS Dashboard. Please note that in order for the ARTS Dashboard to properly update the data structure and fields must be followed exactly as described in this section. VHB will perform the update and publishing of the service to the ESRI ArcGIS environment. ARTS Dashboard Service: An ArcGIS Rest Service provides the main support for the data displayed in the ARTS Dashboard along with additional web Application Programming Interfaces (APIs) that interact with the VHB DFC. The ARTS Dashboard service contains the following items • Crash Data 2017: X,Y Mapped Data representing Crash Point Locations for 2017 combined for both Georgia and South Carolina • Crash Data 2016: X,Y Mapped Data representing Crash Point Locations for 2016 combined for both Georgia and South Carolina • ARTS TMC Start Points: TMC X,Y Points representing the start of HERE TMC segments • ARTS Boundary: Jurisdictional Boundary of the ARTS District • ARTS TMC Full: Polyline feature representing the TMC Segment Monitoring and Performance Reporting Process Augusta Regional Transportation Study Congestion Management Process 2018 Update 127 • ARTS_24HR_SS_Averaged (Table): Table containing the 24 Speed profile data for each segment within the ARTS Area • ARTS_TMC_TTI_FULL (Table): Table containing CMP System Performance Monitoring Evaluation Augusta Regional Transportation Study Congestion Management Process 2018 Update 128 Following the steps in this section will prepare the data with required ETL steps and procedures to allow the data and information in the ARTS Dashboard to be updated. Data field structure is required to follow a specific format for each of the different data within the service to enable the ARTS Dashboard to be updated with minimal changes. Summary of data required to update the Dashboard: - Crash Data for most recent year, combined into single output feature class - ARTS District (If Change Applied) - Updated 24 Hours Average Table - Updated TMC TTI Full Table - Updated TMC Full polyline feature class Augusta Regional Transportation Study Congestion Management Process 2018 Update 129 11 CMP System Performance Monitoring Evaluation - ARTS Dashboard – User Guide The ARTS CMP Dashboard is built using the ArcGIS Online platform and VHB’s Data Fusion Center (DFC). This interactive dashboard provides planners, executive leadership, and other ARTS stakeholders the opportunity to view performance measurements and other metrics within the ARTS planning area. This section provides a user guide for the dashboard and tools. The ARTS Dashboard can be access through the following website: https://projectapps.vhb.com/orlando/augustaTSV2.0/index.html (*Please note this may change prior to final release) Upon first arrival at the ARTS Dashboard the user is prompted to sign in with an ArcGIS Online account. ARTS has a number of ArcGIS Online accounts available. For access to an account please contact the ARTS GIS/IT Team. After signing in to the ARTS Dashboard the dashboard will open to the main page. Please refer to the items below for an explanation of each section of the dashboard. CMP System Performance Monitoring Evaluation Augusta Regional Transportation Study Congestion Management Process 2018 Update 130 CMP System Performance Monitoring Evaluation Augusta Regional Transportation Study Congestion Management Process 2018 Update 131 The ARTS dashboard contains a series for charts depicting performance metrics and tools for selecting roadway segments throughout the ARTS District. In the image above, Performance Metrics are in the Blue boxes and the Search Options are within Green Boxes. Below is an explanation of the various tools and performance metric charts and graphs. Search Options Each of the search options within the ARTS Dashboard are designed to filter for the chosen selection. Making a selection will automatically update the performance measures on the ARTS Dashboard. Date Selector – Not Enabled for Variation at this Time The Date Selector for the ARTS Dashboard is currently not enabled for selection. The date displayed represents the range of data used to determine the TTI and other performance metrics on the ARTS Dashboard. Search by Roadway ID - Allows users to type a roadway and select from the dropdown list the roadway or corridor of interest. Selecting the roadway from the list will select that entire roadway or corridor Select Roadway and Corridor – The roadway selector option allows users to select an entire roadway or corridor by clicking the roadway name or to select a specific TMC by selecting a value from the list. Selection of the Roadway (Roadways: I20) in the example on left will select that entire corridor and update the performance metrics accordingly. Selection of a specific TMC segment will change the performance metrics to only that specific TMC segment. Map Search – The map will display the selected Corridor and roadway segments. Within the map are a series of tools and selection options that can be used to view additional information and to further refine the selection options. CMP System Performance Monitoring Evaluation Augusta Regional Transportation Study Congestion Management Process 2018 Update 132 Each of the tools on the map will be furthered explored below. The + and – allow the user to perform a controlled zoom. The HOME button will return the view to the full ARTS District. Basemap selector will change the background map. Options include Streets, Aerials, and Grayscale, among others. Layers List provide options to turn on and off additional layers within the map. The Route and Direction Tool uses the ESRI service to provide an estimate of distance and travel time from locations on the map. Please note this uses an expected algorithm to determine directions, distance, and drive times. CMP System Performance Monitoring Evaluation Augusta Regional Transportation Study Congestion Management Process 2018 Update 133 Reset View will release the selection on the map that made by clicking on a selected group of roadways. This will return all roads to being eligible for selection and the ability to hover. Select Segments By Polygon, allows users to draw a selection area around segments for analysis. This tool can select multiple corridors and roadways with the combined performance metrics being displayed on the map. The tool can be used to further refine a selection across a roadway. Using the other search options to first select a series of segments across the corridor this tool can refine that selection, allowing the user to group multiple segments into the desired are for review. CMP System Performance Monitoring Evaluation Augusta Regional Transportation Study Congestion Management Process 2018 Update 134 Performance Metrics Each of the performance metrics represent a different performance measurement. Average Speed and Average Travel Time Index – Represents the average speed and Travel Time Index across the selected roadways and corridors. Metrics are based on the collected years’ worth of data. Represented are both North/East and South/West directions of the roadway and corridor. The AM and PM peaks are available for metrics on the roadways and corridors across the ARTS District. Fatalities and Injuries represent the count for the number of each metric along the selected corridor or segment. 24 Hour Average Speed Profile displays the average speed per hour over the corridor or selected roadway segment. Additionally, there is a “Create Report” located at the top of the ARTS Dashboard that can be used to print a report containing the selected roadways, performance measurements, and a list of crashes along the selected roadways and corridors. Commission Meeting Agenda 5/21/2019 2:00 PM Adoption of Congestion Management Process 2018 Department:Planning & Development - MPO/ARTS Department:Planning & Development - MPO/ARTS Caption:Motion to approve the adoption of the Congestion Management Process as required to be updated by Federal Law. This study is used to make transportation decisions utilizing existing traffic conditions within the MPO's jurisdiction. (Approved by Public Services Committee May 14, 2019) Background:At the May 15, 2018 regular meeting, the Commission approved awarding the professional services contract to update the Congestion Management Process Update.... The Augusta Regional Transportation Study (ARTS) is the federally designated Metropolitan Planning Organization (MPO) for the Augusta-Richmond County GA; and, Aiken County SC urbanized areas. As the MPO, ARTS is required by federal law to periodically update the Congestion Management Process (CMP), which is intended to improve traffic operations and safety as well as mitigate congestion using travel demand reduction strategies, the implementation of operational improvements, bicycle and pedestrian infrastructure, increased public transit service, or roadway widenings. Analysis:The research and analysis provided in this document provide evidence for transportation improvement projects. Financial Impact:The funding for this study was provided by GDOT and SCDOT and was completed by VHB of Atlanta for $175,000. This project is complete. Alternatives:Without adoption, this valuable data will not be available to use when applying for grant funding through federal sources for transportation projects. Recommendation:The MPO/ARTS recommends adoption of this document. Funds are Available in the Following Accounts: No funding is requested for this project as it is complete and has been paid for. Org key: 220016309 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission CONTRACT AUGUSTA-RICHMOND COUNTY FOR THE AUGUSTA REGIONAL AIRPORT AND VIKING ENGINEERING & CONSTRUCTION MANAGEMENT, LLC FOR AIRPORT PARKING CANOPIES Contract for Canopies Page 2 of 127 This Contract for the provision of Airport Parking Canopies (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 Viking Engineering & Construction, Management, LLC (hereinafter designated as “Contractor”) a Georgia limited liability company, whose business address is 118 Malone Street, Sanderville, GA 31082. 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 the provision of Airport Parking Canopies at the Augusta Regional Airport; and WHEREAS, Contractor provided a bid in compliance with all City requirements. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements herein contained, the Airport and Contractor hereby agree as follows: OBJECTIVES OF SERVICES The objective of contracting the services described in this Contract is the provision of Parking Canopies in accordance with the plans and specifications set forth herein. The Airport is a full-service commercial Airport, served by Delta (ASA) Airlines, American and U.S. Airways routinely provide 100% of the commercial arrival and departure traffic. The commercial traffic is comprised of sixteen (16) daily arrivals and sixteen (16) daily departures, seven (7) days per week. The facilities are operated twenty-four (24) hours/day, seven (7) days/week and three hundred sixty-five days per year. The work involves providing Parking Canopies at the Airport’s parking lot entrances and exit plaza. SECTION 1.0 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, bonds, 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 1, and the Drawings identified in Attachment 2. The Specifications and the Plans 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. 1.2.1 100% Labor and Materials Payment Bond. 1.2.2 100% Performance Bond. 1.2.3 The Certificate of Insurance Contract for Canopies Page 3 of 127 1.2.4 The Contractor's completed Bid Form dated 1.2.5 The Contractor’s statement of qualifications 1.2.6 All required submittals. 1.3 The Contractor agrees to furnish all of the materials and all of the equipment and labor necessary and to perform all of the work entitled Airport Parking Canopies (the Project) in compliance with the Specifications and Drawings dated September 28, 2018, prepared by Mead and Hunt and in accordance with the requirements and provisions of these Contract Documents. 1.4 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 one hundred-forty (140) calendar days from receiving such Notice to Proceed. The Contract Time may be extended only by Change Order approved and executed by the Aviation Commission, the County 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 Two Hundred eighty-nine thousand two hundred and seventeen dollars ($289,217.00) 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 County and the Contractor in accordance with the terms of this Contract. 2.3 Subject to satisfactory completion of work performed, payments on account thereof shall be made as set forth in Section GP-90 Measurement and Payment: 2.4 Contractor and County agree to abide by all applicable provisions of Georgia state law concerning retainage, including but not limited to O.C.G.A. §13-10-80. If the terms of this Contract concerning retainage conflict with state law, state law governs. 2.5 Invoices. Original invoice(s) must be submitted as follows: Marc Godzina Mead & Hunt, Inc. 5955 Core Rd, Suite 510 North Charleston, SC 29406 With a Copy to: Risa Bingham Augusta Regional Airport 1501 Aviation Way Augusta, GA 30906 Ph.: (706) 798-3236 FAX: (706) 798-1551 Contract for Canopies Page 4 of 127 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. 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. ARTICLE 4 CORPORATE AUTHORITY Contractor has executed a Certificate of Corporate Authority attached hereto. 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 Airport’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 Airport 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 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. Contract for Canopies Page 5 of 127 ARTICLE 6 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 7 CONTRACTOR'S PERFORMANCE 7.1 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, Specifications and Plans. 7.2 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 8 AUTHORIZED REPRESENTATIVES 8.1 CITY/AIRPORT’S REPRESENTATIVE AIRPORT’S REPRESENTATIVE: shall be Adrienne Allen Ayers, Engineering Division or her designee. 8.2 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 Billy Wiggins, MS, PE. ARTICLE 9 CHANGES The City 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 Specifications and in accordance with the Plans and Drawings 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 Contract for Canopies Page 6 of 127 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 COMMERCIAL ACTIVITIES 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. ARTICLE 13 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, the Airport 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. ARTICLE 14 RIGHTS AND REMEDIES The rights and remedies of 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. 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 to the City 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 of South Carolina 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, Contract for Canopies Page 7 of 127 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. 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 the 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 Contract for Canopies Page 8 of 127 With a copy to: Augusta General Counsel Augusta Richmond County Department of Law 501 Greene St. Augusta, Georgia 30901 To CONTRACTOR: For all notices to CONTRACTOR the address will be: Viking Engineering & Construction Management, LLC 118 Malone Street Sanderville, GA 31082 bwiggins@vikingecm.com (478)232-3846 ARTICLE 18 WAIVER The failure of the 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 the Airport. The provision in this Contract of any particular remedy will not preclude the Airport from any other remedy. ARTICLE 19 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 20 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 21 ROYALTIES AND PATENTS The Contractor shall indemnify, hold and save the Aviation Commission, the City of Augusta 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 22 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 Contract for Canopies Page 9 of 127 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. 22.1 All liability policies of Contractor and its subcontractors shall provide coverage that includes, or has the same substantive effect as the following: 22.2 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. 22.3 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. 22.4 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. (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. 22.5 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. 22.6 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. 22.7 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 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 Contract for Canopies Page 10 of 127 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 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. 22.8 If at any time the Aviation 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. 22.9 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 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. 22.10 The Contractor and the City 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. Contract for Canopies Page 11 of 127 22.11 If at any time the Airport 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. 22.12 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. 22.13 An insurance binder letter or a Certificate of Insurance must be sent to: Augusta Regional Airport 1501 Aviation Way Augusta, Ga. 30901 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 BONDS 24.1 The Contractor’s payment and performance bonds are attached hereto as. Each bond shall: (a) Be in a form approved by the Airport; (b) Incorporate by reference the terms of this Contract For Airport Parking Canopies; (c) Be executed by a company certified by the Secretary of the United States Department of Treasury pursuant to the Act of July 30, 1947 (61 Stat. 646, as amended; 6 U.S.C. 6-13) and listed in the most current U.S. Treasury Circular 570 document “Surety Companies Acceptable on Federal Bonds,” as published in the Federal Register, and having a current A.M. Best rating of "A" (Superior) with a Financial Size Category of XII or better; Contract for Canopies Page 12 of 127 (d) Be executed by a company licensed and authorized to do business in the state of Georgia; (e) Be accompanied by a power of attorney certifying that the persons executing the bond have the authority to do so. 24.2 The Contractor shall deliver any required bonds and powers of attorney to the Airport prior to commencement of the Work. 24.3 The bonding company that issues the bonds must be registered with the Surety Association of America (SAA). 24.4 The bonds shall remain in effect for a period of not less than two (2) years following the date of delivery or the time required to resolve any items of incomplete work and payment of any disputed amounts whichever time period is longer, or any statutory period applicable to the Airport. 24.5 No surety will be accepted who is now in default or delinquent on any bonds or who is interested in any litigation against the City. 24.6 Each surety shall designate an agent resident in the State of Georgia to whom any requisite notices may be delivered and on whom services of process may be had in matters arising out of such surety provider. ARTICLE 25 FORCE MAJEURE 25.1 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. 25.2 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. 25.3 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; 25.4 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; Contract for Canopies Page 13 of 127 25.5 Delay or failure to act of any governmental or military authority; 25.6 Any war, hostility or invasion; 25.7 Any embargo, sabotage, civil disturbance, riot or insurrection; 25.8 Any legal proceedings; or 25.9 Failure to act by Contractor’s suppliers due to any cause which Contractor is not responsible, in whole or in part. ARTICLE 26 PERMITS 26.1 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 prior to commencement of Work. 26.2 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. ARTICLE 27 AIRPORT SECURITY REQUIREMENTS IDENTIFICATION DISPLAY AREA (SIDA) BADGES 27. 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. 27.1 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. 27.2 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. 27.3 Contractor shall pay all costs associated with providing SIDA badges. Contract for Canopies Page 14 of 127 ARTICLE 28 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 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 29 GOODS, PRODUCTS AND MATERIALS 29.1 The Contractor shall furnish goods, products, materials, equipment and systems which: 29.2 Comply with this Contract for; 29.3 Conform to applicable regulations, specifications, descriptions, instructions, data and samples; 29.4 Are new and without damage; 29.5 Are of quality, strength, durability, capacity or appearance equal to or higher than that required by the Contract Documents; 29.6 Are free from defects; and 29.7 Are beyond and in addition to those required by manufacturers' or suppliers' specifications where such additional items are required by the Contract Documents. 29.8 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. ARTICLE 30 USE OF AUGUSTA, GEORGIA LANDFILL All contracts for contractors performing demolition and/or construction projects for the City or the Airport 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 Contract for Canopies Page 15 of 127 of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. ARTICLE 31 WARRANTIES AND CORRECTION OF WORK 31.1 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. The Performance Bond shall remain in full force and effect through the guarantee period. 31.2 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. 31.3 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 32 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 Contract for Canopies Page 16 of 127 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. ARTICLE 33 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. ARTICLE 34 GOVERNING LAW This Contract will be construed under Georgia law, including the Georgia Uniform Commercial Code; all remedies available under that code are applicable to this Contract. Contractor and Augusta-Richmond County fix jurisdiction and venue for any action brought with respect to this Contract in Augusta-Richmond County, Georgia. Contractor specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia or the Southern District Court of Georgia. ARTICLE 35 ENTIRE AGREEMENT This Contract constitutes the sole Contract between the Airport and the Contractor. No representations oral or written not incorporated herein shall be binding on the parties. No Change Order, Field Order, amendment or modification of this Contract shall be enforceable unless approved by official action as provided in this Contract. Attached hereto and incorporated herein as part of this Contract are Addendums, Insurance, Statement of Non-Discrimination, Non-Collusion Affidavit of Prime Bidder, Non-Collusion Affidavit of Sub-Contractor(s), Conflict of Interest and Contractor Affidavit and Agreement, Bidder’s Form/Acknowledgement of Addenda, Georgia Security and Immigration Contractor Affidavit and Georgia Security and Immigration Subcontractor Affidavit. ARTICLE 36 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. ARTICLE 37 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 Attachments, 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. Contract for Canopies Page 17 of 127 ARTICLE 38 FURTHER ACTS The Airport and Contractor each agrees to perform any additional acts and 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. BALANCE OF PAGE LEFT BLANK INTENTIONALLY Contract for Canopies Page 18 of 127 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 ____________________________ Willa Hilton, Chairperson ATTEST:____________________________ Crystal Johnson VIKING ENGINEERING & CONSTRUCTION, MANAGEMENT, LLC BY: _________________________________ Signature Name:____________________________ Title: _____________________________ BY: ______________________(Corporate Seal) Signature (Corporate Secretary) Signed, sealed and delivered in the presence of: Notary Public This ________ day of ______________________, 2019 AUGUSTA, GEORGIA _________________________ Hardie Davis, Jr. Mayor Attest: _______________________ Lena Bonner, Clerk Contract for Canopies Page 19 of 127 ATTACHMENT A CONTRACTOR SUBMISSIONS Contract for Canopies Page 20 of 127 Contract for Canopies Page 21 of 127 Contract for Canopies Page 22 of 127 Contract for Canopies Page 23 of 127 Contract for Canopies Page 24 of 127 Contract for Canopies Page 25 of 127 Contract for Canopies Page 26 of 127 Contract for Canopies Page 27 of 127 Contract for Canopies Page 28 of 127 Contract for Canopies Page 29 of 127 Contract for Canopies Page 30 of 127 Contract for Canopies Page 31 of 127 Contract for Canopies Page 32 of 127 Contract for Canopies Page 33 of 127 Contract for Canopies Page 34 of 127 Contract for Canopies Page 35 of 127 Contract for Canopies Page 36 of 127 Contract for Canopies Page 37 of 127 GENERAL PROVISIONS General Provisions Section 10 - Definition of Terms ......................................................................... GP-10-1 – GP-10-3 Section 20 – Bid Requirements and Conditions ................................................ GP-20-1 – GP-20-2 Section 30 – Award and Execution of Contract ................................................. GP-30-1 – GP-30-2 Section 40 - Scope of Work ............................................................................... GP-40-1 – GP-40-3 Section 50 - Control of Work .............................................................................. GP-50-1 – GP-50-4 Section 60 - Control of Materials ........................................................................ GP-60-1 – GP-60-3 Section 70 - Legal Regulations and Responsibility to Public ............................. GP-70-1 – GP-70-6 Section 80 - Prosecution and Progress .............................................................. GP-80-1 – GP 80-6 Section 90 - Measurement and Payment ........................................................... GP-90-1 – GP-90-5 Technical Specifications DIVISION 1 GENERAL REQUIREMENTS 011000 Summary 4 DIVISION 3 CONCRETE 033000 Cast in Place Concrete 13 DIVISION 10 SPECIALTIES 107319 Free Standing Metal Canopies 12 DIVISION 26 ELECTRICAL 260100 Basic Electrical Requirements 4 260519 Low-Voltage Electrical Power Conductors and Cables 4 260529 Hangers and Supports for Electrical Systems 4 260533 Raceways and Boxes for Electrical Systems 6 260543 Underground Ducts and Raceways for Electrical Systems 5 260553 Identification for Electrical Systems 2 260923 Lighting Control Devices 6 265600 Exterior Lighting 6 Contract for Canopies Page 38 of 127 GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 ASTM. The American Society for Testing and Materials. 10-05 AWARD. The acceptance, by the Owner, of the Contractor’s bid. 10-06 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a bid for the work contemplated. 10-07 BID. The written offer of the Contractor (when submitted on the approved bid form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-08 BID GUARANTY. The security furnished with a bid to guarantee that the Contractor will enter into a contract if his or her bid is accepted by the Owner. 10-09 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-10 CALENDAR DAY. Every day shown on the calendar. 10-11 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or bid quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-12 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include but is not limited to: The Advertisement; The Contract Form; The Bid; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-13 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-14 CONTRACT TIME. The number of calendar days or working days, stated in the bid, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the bid, in lieu of a number of calendar or working days, the contract shall be completed by that date. Contract for Canopies Page 39 of 127 10-15 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-16 ARCHITECT/ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for Architect/Engineering inspection of the contract work and acting directly or through an authorized representative. 10-17 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-18 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Architect/Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-19 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-20 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-21 INSPECTOR. An authorized representative of the Architect/Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-22 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words “directed,” “required,” “permitted,” “ordered,” “designated,” “prescribed,” or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Architect/Engineer is intended; and similarly, the words “approved,” “acceptable,” “satisfactory,” or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Architect/Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-23 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Architect/Engineer. 10-24 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the bid, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-25 MATERIALS. Any substance specified for use in the construction of the contract work. 10-26 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. Contract for Canopies Page 40 of 127 10-27 OWNER. The term “Owner” shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term “sponsor” shall have the same meaning as the term “Owner.” Where the term “Owner” is capitalized in this document, it shall mean airport owner or sponsor only. 10-28 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-29 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-30 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-31 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-32 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-33 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-34 SUPERINTENDENT. The Contractor’s executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Architect/Engineer, and who shall supervise and direct the construction. 10-35 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-36 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-37 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor’s performance of all duties and obligations imposed by the contract, plans, and specifications. 10-38 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes beyond the Contractor’s control, Saturdays, Contract for Canopies Page 41 of 127 Sundays and holidays on which the Contractor’s forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 SECTION 20 AND SECTION 30 ARE NOT USED IN THIS CONTRACT Contract for Canopies Page 42 of 127 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Architect/Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by “Change Orders” issued by the Architect/Engineer. Change orders for altered work shall include extensions of contract time where, in the Architect/Engineer’s opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Architect/Engineer may, in the Owner’s best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered not to be performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called “Extra Work.” Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the Contract for Canopies Page 43 of 127 requirements specified in the order and shall contain any adjustment to the contract time that, in the Architect/Engineer’s opinion, is necessary for completion of such Extra Work. When determined by the Architect/Engineer to be in the Owner’s best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the Work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the Work for which the disposition is not indicated on the plans, the Architect/Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Architect/Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. END OF SECTION 40 Contract for Canopies Page 44 of 127 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ARCHITECT/ENGINEER. The Architect/Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Architect/Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Architect/Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Architect/Engineer does not have the authority to accept pavements that do not conform to the specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Architect/Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Architect/Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Architect/Engineer’s determination and recommended contract price adjustments will be based on good Architect/Engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Architect/Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Architect/Engineer’s written orders. For the purpose of this subsection, the term “reasonably close conformity” shall not be construed as waiving the Contractor’s responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Architect/Engineer’s responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor’s prosecution of the work, when, in the Architect/Engineer’s opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term “reasonably close conformity” is also intended to provide the Architect/Engineer with the authority to use good Architect/Engineering judgment in his/her determinations Contract for Canopies Page 45 of 127 as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Architect/Engineer will not be responsible for the Contractor’s means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing; contract general provisions shall govern over plans, cited standards for materials or testing; plans shall govern over cited standards for materials or testing. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Architect/Engineer for his/her interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Architect/Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Architect/Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Architect/Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct its work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Contract for Canopies Page 46 of 127 Each Contractor involved shall assume all liability, financial or otherwise, in connection with its contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange its work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join its work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. This section has been omitted. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Architect/Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the Work shall be subject to inspection by the Architect/Engineer. The Architect/Engineer shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Architect/Engineer requests it, the Contractor, at any time before acceptance of the Work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the Work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor’s expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor’s expense unless the Owner’s representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have Contract for Canopies Page 47 of 127 the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All Work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Architect/Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR’S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Architect/Engineer. Work done contrary to the instructions of the Architect/Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor’s expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Architect/Engineer made under the provisions of this subsection, the Architect/Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Architect/Engineer shall immediately notify the Contractor of such non-compliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Architect/Engineer’s notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the Contract for Canopies Page 48 of 127 exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Architect/Engineer to make final inspection of that unit. If the Architect/Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Architect/Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Architect/Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Architect/Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Architect/Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Architect/Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Architect/Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Architect/Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Architect/Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor’s right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE. This section has been omitted. Contract for Airport Canopies Page 49 of 127 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Architect/Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Architect/Engineer’s option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Architect/Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Architect/Engineer shall be performed at the Contractor’s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Architect/Engineer, shall be removed at the Contractor’s expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Architect/Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor’s representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Architect/Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor’s representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Architect/Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Architect/Engineer will determine if such persons are qualified. All the test data shall be reported to the Architect/Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Architect/Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Architect/Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Architect/Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer’s certificates of Contract for Airport Canopies Page 50 of 127 compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Architect/Engineer. When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the specified “brand name,” the Contractor shall be required to furnish the manufacturer’s certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an “or equal” material or assembly, he shall furnish the manufacturer’s certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Architect/Engineer shall be the sole judge as to whether the proposed “or equal” is suitable for use in the work. The Architect/Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 NOT USED 60-05 ARCHITECT/ENGINEER’S FIELD OFFICE. Omitted. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Architect/Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor’s parked equipment or vehicles shall be as directed by the Architect/Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Architect/Engineer a copy of the property owner’s permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be Contract for Airport Canopies Page 51 of 127 rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Architect/Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Architect/Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner- furnished material is used. After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor’s handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor’s handling, storage, or use of Owner-furnished materials. END OF SECTION 60 Contract for Airport Canopies Page 52 of 127 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 NOT USED 70-05 NOT USED 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. Contract for Airport Canopies Page 53 of 127 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. The cost for barricades, warning signs, and markings shall be included in the lump sum price to perform the work shown on the plans and described in these specifications. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). The Contractor’s construction and/or motorized vehicles shall be signed and marked so that it is readily identifiable as such and ownership is easily discernible. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Architect/Engineer. Open-flame type lights shall not be permitted on this project. 70-09 USE OF EXPLOSIVES. The use of explosives will not be permitted with this project. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property and shall protect carefully from disturbance or damage all land monuments and property markers until the Architect/Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non- execution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Architect/Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the “Workmen’s Compensation Act,” or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Contract for Airport Canopies Page 54 of 127 Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suits, actions, or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such “phasing” of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Architect/Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Architect/Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR’S RESPONSIBILITY FOR WORK. Until the Architect/Engineer’s final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, Contract for Airport Canopies Page 55 of 127 tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. 70-15 CONTRACTOR’S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing. A copy of each notification shall be given to the Architect/Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor’s opinion, the owner’s assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner’s PERSON TO CONTACT no later than two normal business days prior to the Contractor’s commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Architect/Engineer. Physical location of private utilities and infrastructure, including but not limited to street lighting, parking gate electrical and communications lines, and existing irrigation systems, will be the responsibility of the contractor. The Contractor’s failure to give the two days’ notice hereinabove provided shall be cause for the Owner to suspend the Contractor’s operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Architect/Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor’s operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Architect/Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Architect/Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. Contract for Airport Canopies Page 56 of 127 The Contractor shall bear all costs of location, damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 NOT USED 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor’s operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Architect/Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner’s rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Architect/Engineer. The Architect/Engineer will immediately investigate the Contractor’s finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor’s operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA Contract for Airport Canopies Page 57 of 127 WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 Contract for Airport Canopies Page 58 of 127 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Architect/Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Architect/Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 40 percent of the total contract cost. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Architect/Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Architect/Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Architect/Engineer’s approval within 10 days after the effective date of the notice to proceed. The Contractor’s progress schedule, when approved by the Architect/Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the bid. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Architect/Engineer’s request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Architect/Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATIONS ON OPERATIONS. The project has been designed in such a way as to maximize the contractor’s opportunity to progress with work and minimize the duration of impacts on the Owner. It is operationally necessary to maintain access to parking facilities throughout the project, which will bring the public into close-proximity with the contractor’s forces and work areas. It is the contractor’s responsibility to assess the impact of their efforts/methods on the public, and in cooperation with the Owner and its agents, identify the safest and least impactful approach to the project. It is also the responsibility of the contractor and its forces to positively represent the Owner in interactions with the travelling public for the duration of Contract for Airport Canopies Page 59 of 127 the work. This will include the upkeep of appearance, language and behavior in keeping with the established standards of the Augusta Regional Airport. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Architect/Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Architect/Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Architect/Engineer. Should the Contractor fail to remove such persons or person or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Architect/Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Architect/Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Architect/Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Architect/Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality or take such other corrective action as the Architect/Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. Contract for Airport Canopies Page 60 of 127 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Architect/Engineer’s order to suspend work to the effective date of the Architect/Engineer’s order to resume the work. Claims for such compensation shall be filed with the Architect/Engineer within the time period stated in the Architect/Engineer’s order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Architect/Engineer will forward the Contractor’s claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the bid and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor’s control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Architect/Engineer. The Architect/Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Architect/Engineer shall base his/her weekly statement of contract time charged on the following considerations: Contract for Airport Canopies Page 61 of 127 (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor’s control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Architect/Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Architect/Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Architect/Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Architect/Engineer’s weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the bid) is based on the originally estimated duration of work performance. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner’s orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Architect/Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor’s plea that insufficient time was specified is not a valid reason for extension of time. If the Architect/Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. Contract for Airport Canopies Page 62 of 127 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and bid as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional Architect/Engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. Schedule Liquidated Damages Cost Allowed Construction Time 1 $500 per day 140 calendar days The maximum construction time allowed will be 140 calendar days. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the “Notice to Proceed,” or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Architect/Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for considering the Contractor in default and the Owner’s intentions to terminate the contract. Contract for Airport Canopies Page 63 of 127 If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Architect/Engineer of the facts of such delay, neglect, or default and the Contractor’s failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Architect/Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Architect/Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Architect/Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 400 feet from the centerline of an active runway. No equipment will be allowed to park Contract for Airport Canopies Page 64 of 127 within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 Contract for Airport Canopies Page 65 of 127 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Architect/Engineer, or his/her authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good Architect/Engineering practice. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Architect/Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the “basis of payment” subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the bid, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Architect/Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Architect/Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Architect/Engineer’s order to omit or not perform such contract item. Contract for Airport Canopies Page 66 of 127 Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Architect/Engineer’s order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Architect/Engineer’s order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Architect/Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Architect/Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Architect/Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman’s compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor’s stock, then in lieu of the invoices the Contractor shall Contract for Airport Canopies Page 67 of 127 furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Architect/Engineer, of the value of the work performed and materials complete and in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor’s work is satisfactorily completed. A subcontractor’s work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, {insert amount of retainage, not to exceed 10 percent} percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor’s option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance {(insert balance)} of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95 percent of the work has been completed, the Architect/Engineer shall, at the Owner’s discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the bid or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Architect/Engineer to be a part of the final quantity for the item of work in question. Contract for Airport Canopies Page 68 of 127 No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Architect/Engineer at or on an approved site. b. The Contractor has furnished the Architect/Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Architect/Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner’s payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor’s option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner’s deposit of retainage into an escrow account is subject to the following conditions: Contract for Airport Canopies Page 69 of 127 a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Architect/Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Architect/Engineer’s final estimate or advise the Architect/Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Architect/Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor’s receipt of the Architect/Engineer’s final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Architect/Engineer’s estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Architect/Engineer’s final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 CONSTRUCTION WARRANTY. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. Contract for Airport Canopies Page 70 of 127 b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the Project work. c. The Contractor shall remedy at the Contractor’s expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor’s expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor’s failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor’s warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor’s expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner’s rights with respect to latent defects, gross mistakes, or fraud. 90-11 PROJECT CLOSEOUT. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Architect approves the Contractor’s final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturer’s warranties specified for materials, equipment, and installations. b. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. c. Complete all punch list items identified during the Final Inspection. d. Provide complete release of all claims for labor and material arising out of the Contract. e. When applicable per state requirements, return copies of sales tax completion forms. f. Manufacturer's certifications for all items incorporated in the work. g. All required record drawings, as-built drawings or as-constructed drawings. h. Project Operation and Maintenance (O&M) Manual. i. Security for Construction Warranty. j. Equipment commissioning documentation submitted, if required. Contract for Airport Canopies Page 71 of 127 SECTION 033000 - CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footings. 2. Slabs-on-grade. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast- furnace slag, and silica fume; subject to compliance with requirements. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1. Submit Product Data with adequate time to permit processing and review by the Architect prior to placement of any concrete. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. Contract for Airport Canopies Page 72 of 127 3. Steel reinforcement and accessories. 4. Fiber reinforcement. 5. Curing compounds. C. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements: 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. D. Field quality-control reports. 1. See Part 3 paragraph “Field Quality Control” for report requirements. 2. Submit both in-progress reports showing test results within 48 hours of each test and final reports including results of all tests completed for each sample. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI- certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." C. Testing Agency Qualifications: An independent agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from single source, and obtain admixtures from single source from single manufacturer. E. Welding Qualifications: Qualify procedures and personnel according to AWS D1.4/D 1.4M, "Structural Welding Code - Reinforcing Steel." F. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." G. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. 1.7 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. Avoid damaging coatings on steel reinforcement. Contract for Airport Canopies Page 73 of 127 PART 2 - PRODUCTS 2.1 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass-fiber-reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. D. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form-release agent with rust inhibitor for steel form-facing materials. E. Form Ties: Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. B. Low-Alloy-Steel Reinforcing Bars: ASTM A 706/A 706M, deformed. C. Epoxy-Coated Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420) ASTM A 706/A 706M, deformed bars, ASTM A 775/A 775M, epoxy coated, with less than 2 percent damaged coating in each 12-inch (300-mm) bar length. D. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from as-drawn steel wire into flat sheets. E. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet. 2.3 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I , gray . Supplement with the following: a. Fly Ash: ASTM C 618, Class F or C. b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120. Contract for Airport Canopies Page 74 of 127 B. Normal-Weight Aggregates: ASTM C 33, Provide aggregates from a single source. 1. Coarse Aggregate: Coarse Aggregate shall conform to the requirement of ASTM C33, Class 4S or better and shall be graded as follows: a. C.A. Mix 200: Use Size No. 357 or a combination of Size No. 3 and Size No. 57 with aggregate Size No. 3 comprising 35 to 65 percent of the total amount of coarse aggregate (2-inch nominal maximum aggregate size. b. C.A. Mix 150: Use Size No. 467 or a combination of Size No.4 and Size No.67 with aggregate Size No.4 comprising 35 to 65 percent of the total amount of coarse aggregate (1-1/2-inch nominal maximum aggregate size). c. C.A. Mix 100: Use Size No. 57 (1-inch nominal maximum aggregate size). d. C.A. Mix 075: Use Size No. 67 (3/4-inch nominal maximum aggregate size). e. C.A. Mix 050: Use Size No. 7 (1/2-inch nominal maximum aggregate size). 2. Application of Coarse Aggregate: Nominal maximum size of coarse aggregate shall not exceed three-fourths of the minimum clear spacing between reinforcing bars, one-fifth of the narrowest dimension between sides of forms, or one-third of the thickness of slabs or toppings. 3. Fine Aggregate: Fine aggregate shall conform to the requirements of ASTM C33, Paragraph 6, Grading, and shall be free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 94/C 94M and potable. 2.4 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. 2.5 WET CURE, CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. BASF Construction Chemicals - Building Systems; Confilm. b. ChemMasters; SprayFilm. c. Dayton Superior Corporation; Sure Film (J-74). B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) when dry. Contract for Airport Canopies Page 75 of 127 C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. 2.6 RELATED MATERIALS A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber . 2.7 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2. Ground Granulated Blast-Furnace Slag: 50 percent. 3. Use water-reducing, high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. 4. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. C. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup. 2.8 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi (27.6 MPa) at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Slump Limit: 8 inches (200 mm) for concrete with verified slump of 2 to 4 inches (50 to 100 mm) before adding high-range water-reducing admixture or plasticizing admixture , plus or minus 1 inch (25 mm). 4. Air content 5 percent, plus or minus 1.5 percent at point of delivery for 2-inch (51-mm) nominal maximum aggregate size. 5. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch (38-mm) nominal maximum aggregate size. 6. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1-inch (25- mm) to 3/4-inch (19-mm) nominal maximum aggregate size. 7. Air Content: 7 percent, plus or minus 1.5 percent at point of delivery for 1/2-inch (13- mm) nominal maximum aggregate size. B. Foundation Walls: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi (27.6 MPa) at 28 days. Contract for Airport Canopies Page 76 of 127 2. Maximum Water-Cementitious Materials Ratio: 0.45 3. Slump Limit: 8 inches (200 mm) for concrete with verified slump of 2 to 4 inches (50 to 100 mm) before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch (25 mm). 4. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for 2-inch (51-mm) nominal maximum aggregate size. 5. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch (38-mm) nominal maximum aggregate size. 6. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1-inch (25-mm) nominal maximum aggregate size. 7. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4-inch (19- mm) nominal maximum aggregate size. 8. Air Content: 7 percent, plus or minus 1.5 percent at point of delivery for 1/2-inch (13- mm) nominal maximum aggregate size. C. Slabs-on-Grade: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi (27.6 MPa) at 28 days. 2. Minimum Cementitious Materials Content: a. 1-1/2-inch nominal aggregate size: 470 lb./cu. yd. (279 kg/cu. m). b. 1-inch nominal aggregate size: 520 lb./cu. yd. (309 kg/cu. m). c. 3/4-inch nominal aggregate size: 540 lb./cu. yd. (320 kg/cu. m). d. 1//2-inch nominal aggregate size: 610 lb./cu. yd. (348 kg/cu. m). 3. Slump Limit: 8 inches (200 mm) for concrete with verified slump of 2 to 4 inches (50 to 100 mm) before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch (25 mm). 2.9 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.10 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor barrier . Repair damage and reseal vapor barrier before placing concrete. Contract for Airport Canopies Page 77 of 127 B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Weld reinforcing bars according to AWS D1.4/D 1.4M, where indicated. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. F. Epoxy-Coated Reinforcement: Repair cut and damaged epoxy coatings with epoxy repair coating according to ASTM D 3963/D 3963M. Use epoxy-coated steel wire ties to fasten epoxy-coated steel reinforcement. 3.2 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. Place wall, floor, and curb isolation, contraction and construction joints as shown on plans or, where not covered on the plans, as specified herein. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 3.3 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. C. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 Contract for Airport Canopies Page 78 of 127 inches (150 mm) into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. D. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F (4.4 deg C) for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. E. Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. 3.4 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces not exposed to view. B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces exposed to public view, to receive a rubbed finish, to be covered with a coating or covering material applied directly to concrete . Coordinate and verify with Room Finish Schedule. C. Rubbed Finish: Apply the following to smooth-formed finished as-cast concrete where indicated: 1. Smooth-Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. 2. Grout-Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick paint to coat surfaces and fill small holes. Mix one part Portland cement to one and one-half parts fine sand with a 1:1 mixture of bonding admixture and water. Add white Portland cement in amounts determined by trial patches so color of dry grout will match Contract for Airport Canopies Page 79 of 127 adjacent surfaces. Scrub grout into voids and remove excess grout. When grout whitens, rub surface with clean burlap and keep surface damp by fog spray for at least 36 hours. 3. Cork-Floated Finish: Wet concrete surfaces and apply a stiff grout. Mix one part Portland cement and one part fine sand with a 1:1 mixture of bonding agent and water. Add white Portland cement in amounts determined by trial patches so color of dry grout will match adjacent surfaces. Compress grout into voids by grinding surface. In a swirling motion, finish surface with a cork float. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.5 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull- floated or darbied. Use stiff brushes, brooms, or rakes to produce a profile amplitude of 1/4 inch (6 mm) in one direction. 1. Apply scratch finish to surfaces indicated and to receive concrete floor toppings. C. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces to receive trowel finish and to be covered with fluid-applied or sheet waterproofing, built-up or membrane roofing, or sand-bed terrazzo. D. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin-film- finish coating system. 2. Finish surfaces to the following tolerances, according to ASTM E 1155 (ASTM E 1155M), for a randomly trafficked floor surface: a. Specified overall values of flatness, F(F) 25; and of levelness, F(L) 20; with minimum local values of flatness, F(F) 17; and of levelness, F(L) 15. b. Specified overall values of flatness, F(F) 35; and of levelness, F(L) 25; with minimum local values of flatness, F(F) 24; and of levelness, F(L) 17; for slabs-on-grade. E. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps, and elsewhere as indicated. Contract for Airport Canopies Page 80 of 127 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.6 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures after work of other trades is in place unless otherwise indicated. Mix, place, and cure concrete, as specified, to blend with in- place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. 3.7 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. D. Cure concrete slabs according to ACI 308.1, by the following methods: 1. Post-Wet Cure, Curing Compound: a. All new exposed interior and exterior flatwork and other new exposed concrete surfaces not scheduled, specified, or noted to receive post-cure penetrating sealers, ceramic tile, or other bonded systems, coatings, or finish materials shall receive a liquid- applied, post-wet cure, curing compound after wet curing seven (7) days as specified, to extend the curing process. b. Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions immediately after the seven (7) day wet cure. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. Contract for Airport Canopies Page 81 of 127 3.8 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid joint filler full depth in saw-cut joints and at least 2 inches (50 mm) deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.9 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry-pack patching mortar, consisting of one part Portland cement to two and one-half parts fine aggregate passing a No. 16 (1.18-mm) sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch (13 mm) in any dimension to solid concrete. Limit cut depth to 3/4 inch (19 mm). Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch (0.25 mm) wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. Contract for Airport Canopies Page 82 of 127 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch (6 mm) to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch (25 mm) or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4-inch (19-mm) clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch (25 mm) or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.10 FIELD QUALITY CONTROL A. Testing and Inspecting: Engage a qualified testing and inspecting agency to perform tests and inspections and to submit reports. B. Inspections: 1. Steel reinforcement placement. 2. Steel reinforcement welding. 3. Headed bolts and studs. 4. Verification of use of required design mixture. 5. Concrete placement, including conveying and depositing. 6. Curing procedures and maintenance of curing temperature. 7. Verification of concrete strength before removal of shores and forms from beams and slabs. C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. (76 cu. m) or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. Contract for Airport Canopies Page 83 of 127 3. Air Content: ASTM C 231, pressure method, for normal-weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31M. a. Cast and laboratory cure three sets of two standard cylinder specimens for each composite sample. b. Cast and field cure three sets of two standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests: ASTM C 39/C 39M; test one set of two laboratory-cured specimens at 7 days, one set of two specimens at 28 days, and one set of two specimens at 56 days. a. Test one set of two field-cured specimens at 7 days, one set of two specimens at 28 days, and one set of two specimens at 56 days. b. A compressive-strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 7. When strength of field-cured cylinders is less than 85 percent of companion laboratory- cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). 9. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 11. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 12. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 13. Correct deficiencies in the Work that test reports and inspections indicate do not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E 1155 (ASTM E 1155M) within [24] hours of finishing. Contract for Airport Canopies Page 84 of 127 END OF SECTION 033000 SECTION 107319 – FREESTANDING METAL CANOPIES PART 4 - GENERAL 4.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this section. 4.2 SUMMARY A. Section Includes: 1. Delegated Design for the following systems by the prefabricated freestanding metal canopy manufacturer: a. Pre-engineered, factory-fabricated metal canopies. b. Site preparation requirements based upon the soils report included in the construction documents. c. Column footings, foundations, column anchor bolts, and embedment of column anchors required for the site shelter. d. Concrete slab of size and thickness as indicated on the drawings. 2. Fabrication, finishing, and delivery of the freestanding metal canopies constructed of the following: a. Prefinished tubular steel columns designed to be anchored to concrete footings and anchor bolts. b. Prefinished tubular steel roof framing members. c. Prefinished metal panel roof assembly. d. Prefinished metal soffit assembly below entire roof area. Alternate bid item where noted. e. Freestanding metal canopies shall be designed for all required welding to be performed in the shop. Field welding shall not be required or permitted. 3. Accessories: Freestanding metal canopy fabricator shall provide the additional accessories for field installation: a. Prefabricated and prefinished glass-fiber-reinforced concrete (GFRC) column covers. Alternate bid item where noted. b. Brick piers. Alternate bid item where noted. 4. Conflict with existing utilities: Contractor shall perform Georgia 811 and private utility locates prior to development of canopy submittals. a. Any electrical lines noted in the plans or readily observable at the site (i.e. electrical wiring interconnecting existing ticket devices) understood to be in conflict with the proposed foundation locations, shall be relocated by the contractor with minimal disturbance. Such Contract for Airport Canopies Page 85 of 127 work will be considered part of the project bid and will be incidental to the project cost. If an alternate location for the foundations can be found that will still achieve the objective of the canopies without affecting existing electrical lines, this may be presented to the owner for consideration. B. All field work required in the construction documents and freestanding metal canopy manufacturer’s shop drawings shall be provided by a single contractor approved by the canopy manufacturer including the following: a. Site preparation. b. Column footings, column anchor bolts, and embedment of column anchors. c. Erection of canopies and accessories. d. Field touch up painting of factory finishes. e. Site restoration. 4.3 QUALITY ASSURANCE A. General: 1. All structures shall be designed and fabricated to the IBC, 2012 or current local building code with standard load designs of the following: a. Roof Live Load, Minimum: 20 psf. b. Wind Load, Sustained: 115 mph c. Seismic Risk Category: II 1) Ss = 0.290g 2) S1 = 0.113g 3) Sds =0.303g 4) Sd1 = 0.177g d. Seismic Site Class: D e. Seismic Design Category: C 2. All structural members and metal components shall be designed according to the “American Institute of Steel Construction (AISC) specifications and the American Iron and Steel Institute (AISI) specifications for cold-formed members. 3. All structural members shall be considered Architecturally Exposed Structural Steel (AESS) as defined by the AISC Code of Standard Practice. 4. All fabrication welds shall be in strict accordance with the structural welding code of the American Welding Society (AWS) specifications. All structural welds shall be in compliance with the requirements of “Pre-qualified” welded joints. All welding shall conform to ASTM A-233 series E- 70XX electrodes - low hydrogen. Field welding shall not be required. B. Manufacturer’s Qualifications: Company experienced in design and manufacture of shelters of the type specified, and having the following: 1. Minimum ten years of experience in design and fabrication of pre-fabricated steel shelters. 2. Employ the delegated designer who meets the requirements of this specification section. 3. Five references of similar shelters completed with the past year. 4. Fabricator membership in American Institute of Steel Construction (AISC), requiring quality control documentation and procedures. 5. Welding Qualifications: Qualify procedures and personnel according to the following by AWS certified welders: a. AWS D1.1/D1.1M, "Structural Welding Code - Steel." C. Delegated Designer’s Qualifications for Freestanding Metal Canopies: Preparation of comprehensive engineering analysis and Shop Drawings required for the delegated design in the “Summary” article of this specification section shall be the responsibility of a professional engineer who is legally qualified to practice in the jurisdiction where Project is located. Contract for Airport Canopies Page 86 of 127 1. Provide bound engineering analysis and Shop Drawings that are signed and sealed by the professional engineering for submission to the authority having jurisdiction for plan approval and permitting. a. Format of signing the documents and quantity required for submission shall be coordinated with Architect after submittals have been reviewed and accepted. D. Installer/Erector Qualifications: An experienced contractor who specializes in the field construction and shelter erection work similar in material, design, and extent to that indicated for this Project and who is acceptable to manufacturer. E. Manufacturer Qualifications for GFRC Column Covers: Designated a PCI-certified plant for Group G - Glass Fiber Reinforced Concrete or designated an APA-certified plant for GFRC production. 4.4 ACTION SUBMITTALS A. Freestanding Metal Canopies: 1. Product Data: For factory-fabricated freestanding metal canopy assembly, column covers, and brick piers. 2. Delegated-Design Submittal: Delegated design by the shelter manufacturer’s qualified engineer for the complete shelter system, site design, and foundation design required in the “Summary” article of this specification section a. Include analysis data indicating compliance with performance requirements and design data signed and sealed by the qualified professional engineer responsible for their preparation b. Shop Drawings: Include full foundation plan, anchor bolt plan, building plans, elevations, sections, and details. 3. Color Charts: For each exposed surface provide manufacturer's full range of factory-applied colors for selection by Architect. B. GFRC Column Covers: 1. Product Data: For factory-fabricated freestanding metal canopy assembly, column covers, and brick piers. 2. Delegated-Design Submittal: Delegated design by the GFRC column cover manufacturer’s qualified engineer. a. Include analysis data indicating compliance with performance requirements and design data signed and sealed by the qualified professional engineer responsible for their preparation b. Shop Drawings: Show fabrication and installation details for GFRC panels including the following: 1) Elevations, sections, and dimensions. 2) Thickness of facing mix, GFRC backing, and bonding pads for typical panels. 3) Finishes. 4) Joint and connection details. 5) Erection details. 6) Locations and details of connection hardware attached to structure. 7) Relationship to adjacent materials. 8) Description of loose, cast-in, and field hardware. 3. Samples for Verification: Representative of finish, color, and texture variations expected, approximately 12 by 12 inches by actual thickness. 4.5 CLOSEOUT SUBMITTALS Contract for Airport Canopies Page 87 of 127 A. Maintenance data. For shop finished steel framed members, prefinished roof panels, and exposed tongue & groove wood roof sheathing finish. B. Warranty: Provide manufacturer warranties with requirements specified in “Warranties” article 4.6 DELIVERY, STORAGE, AND PROTECTION A. Package factory-finished steel components in foam, cardboard, and stretch wrap to protect the finish during transit. B. Shipped knocked down for minimal shipping charges. C. Deliver products to project site in manufacturer's protective packaging. D. Follow freestanding metal canopy manufacturer's recommendations and instructions, including those printed on the shop drawings. To minimize damage during unloading, use only padded forks or non-marring slings. E. Store products in manufacturer's unopened packaging well off the ground and covered out of weather until ready for installation. 4.7 WARRANTIES A. Freestanding metal canopy manufacturer to provide the following warranties: 1. (10) ten year limited warranty against manufacturer defects on steel frame members. 2. (10) ten year limited warranty of shop applied paint finishes on steel frame members. 3. (10) ten year limited warranty of prefinished metal roof panels. PART 5 - PRODUCTS 5.1 MANUFACTURERS A. Manufacturers’ names are given to clarify the designer’s intent and are not intended to limit selection of similar products from acceptable manufacturers. 1. Coverworx Recreational Architecture 11800 East 9 Mile Road Warren, MI 48089 P: (800) 657-6118 E: info@coverworx.com W: www.CoverWorx.net 2. Poligon Shelters and Pavilions 4240 N. 136th Avenue Holland, MI 49424 P: (800) 354-7721 W: www.poligon.com GA Rep: Hasley Recreation PO Box 489 Flowery Branch, GA 30542 P: 770.965.4042 E: sales@hasley-recreation.com 3. RCP Shelters, Inc. 2100 SE Rays Way Stuart, FL 34994 P: (866) 426-8660 Contract for Airport Canopies Page 88 of 127 E: info@rcpshelters.com; W: www.rcpshelters.com 5.2 FREESTANDING CANOPY TYPES A. Toll Plaza Exit Canopy: Rectangular canopy with hip roof and column support at the perimeter – corners of canopy and intermediate spans where indicated on the drawings / required by design. 1. Materials: Steel framed canopy 2. Size – Dimensions / Colum Spacing / Clear Height: See Drawings. 3. Roof Type: Hip a. Roof Pitch: See drawings. 4. Soffit: a. Base Bid: None, shop painted exposed structure. b. Alternate Bid Item: Continuous metal soffit at roof eave height. 5. Accessories: a. Alternate Bid Item: Add column cover that has a brick base and GFRC cover above as noted in this specification section and detailed on the drawings. B. VIP Parking Entrance/Exit Canopy: Square and limited rectangular canopies with hip roof and a single column at center of canopy. 1. Materials: Steel framed canopy. 2. Size – Dimensions / Clear Height: See Drawings. 3. Roof Type: Hip a. Roof Pitch: See drawings. 4. Soffit: None, shop painted exposed structure. C. Parking Lot Entrance Canopy: Cantilevered rectangular canopies with mono-slope roof and a single column at center of canopy. 1. Materials: Steel framed canopy. 2. Size – Dimensions / Clear Height: See Drawings. 3. Roof Type: Mono-slope a. Roof Pitch: See drawings. 4. Soffit: None, shop painted exposed structure. 5.3 MATERIALS AND COMPONENTS A. General: The pre-engineered package shall be pre-cut unless noted otherwise and prefabricated which will include all parts necessary to field construct the shelter. The shelter shall be shipped knocked down. Field labor will be kept to a minimum by pre-manufactured parts. B. Reinforced Concrete: 1. Concrete shall have a minimum 28-day compressive strength of 4,000 psi and slump of 4” (+/- 1”), unless noted otherwise on the drawings. 2. Reinforcing shall be ASTM A615, grade. 60. C. Steel Columns: 1. All steel columns shall be one piece hollow steel shape (HSS) tube, minimum ASTM A500 grade B with a minim wall thickness of 1/8”. 2. Columns shall be anchored directly to concrete foundation with a minimum of four anchor bolts to meet OSHA requirement 1926.755(a)(1). D. Structural Framing: 1. All frame members shall be one piece hollow steel shape (HSS) structural steel tube, minimum ASTM A500 grade B. Contract for Airport Canopies Page 89 of 127 a. “I” beams, angle iron, “C”, “Z” or “S” purlins or beams, open or closed, shall not be allowed. E. Compression Members: 1. Compression rings shall be fabricated from hollow steel shape (HSS) structural steel tube or flat plate steel and shall have all connections concealed from view, minimum ASTM A500 grade B. F. Connection Requirements: 1. Anchor bolts shall be ASTM F1554 (Grade 36) unless noted otherwise. 2. Structural fasteners shall be zinc plated ASTM A325 high strength bolts and A563 high strength nuts. 3. Structural fasteners shall be hidden within framing members wherever possible. 4. No field welding shall be required to construct the shelter. 5. All welds shall be free of burrs and inconsistencies. 6. Exposed fasteners shall be powder coated by manufacturer prior to shipment to match frame or roof colors as applicable. 7. Manufacturer shall provide extra structural and roofing fasteners. G. Roofing Material: 1. Roofing shall be 24 gauge ribbed galvalume steel panels, with ribs 1-3/16” high and 12” on center. 2. Roof surface shall be prefinished with Kynar 500. a. Color: Exposed roofing color to be selected by Architect from manufacturer’s full range of standard colors for roof panels. 3. All roof panels shall be factory precut to size and angle to provide ease of one-step installation. 4. Metal roofing trim shall match the color of the roof and shall be factory made of 26 gauge Kynar 500 painted steel. 5. Trim shall include panel ridge caps, hip caps, eave trim, splice channels, rake trim, roof peak cap, and corner trim as applicable for model selected. Trim may need to be cut to length and notched. Installation drawings shall have detailed information on how to cut and affix roof trim. 6. Ridge, hip, and valley caps shall be pre-formed with a single central bend to match the roof pitch and shall be hemmed on the sides. 7. Roof peak cap shall be pre-manufactured. 8. Manufacturer shall supply painted screws and butyl tape. H. Steel Column and Roof Framing Finish: 1. All frame members shall cleaned, pretreated and finished at a facility owned and directly supervised by the manufacturer. 2. Steel shall be shot blasted to SSPC-SP10 near-white blast cleaning. SSPC-SP2 hand tool cleaning will not be an acceptable alternative. 3. Parts shall pretreated in a 3 stage iron phosphate or equal washer. 4. Epoxy primer powder coat shall be applied to parts for superior corrosion protection. 5. Top coat of Super Durable TGIC powder coat shall be applied over the epoxy primer. 6. Finish shall not have any VOC emissions. 7. Sample production parts shall have been tested and meet the following criteria: a. Salt spray resistance per ASTM B 117/ ASTM D 1654 to 10,000 hours with no creep from scribe line and rating of 10. b. Humidity resistance per ASTM D2247-02 to 5,000 hours with no loss of adhesion or blistering. c. Color/UV resistance per ASTM G154-04 to 2,000 hours exposure, alternate cycles with results of no chalking, 75% color retention, color variation maximum 3.0 E variation CIE formula (before and after 2,000 hours exposure). 8. Exposed fasteners for frame and ornamentation shall be powder coated to match structure. 9. Color: To be selected by Architect from manufacturer’s full range of standard colors. Contract for Airport Canopies Page 90 of 127 I. Metal Soffit Panels - Alternate Bid Item at toll plaza exit canopy, see drawings. 1. General: Provide metal soffit panels designed to be installed by lapping and interconnecting side edges of adjacent panels and mechanically attaching through panel to supports using concealed fasteners in side laps. Include accessories required for weathertight installation. 2. Flush-Profile Metal Soffit Panels: Manufacturer’s standard solid panels formed with vertical panel edges and a flat pan between panel edges; with flush joint between panels. 3. Material: Same material and finish as metal roof panels. a. Color: As selected by Architect from manufacturer's full range. 4. Panel Coverage: Manufacturer’s standard width but not less than 12 inches. J. Accessories: 1. Electrical access and cutouts: a. Electrical access to be provided through a 1-1/8” diameter hole in the column base plate and 3/4” diameter holes are provided through connection plates for wire access through columns, framing, and into the compression ring/tube. b. Electrical cuts shall be provided in locations shown on the electrical drawings for fixtures or wires. 5.4 GFRC COLUMN COVERS A. General - Alternate Bid Item at toll plaza exit canopy, see drawings. B. Freestanding metal canopy manufacturer shall include the purchases and delivery of decorative GFRC column covers in the scope of Work where shown on the Drawings. If the size of the decorative GFRC column covers conflict with the size of the structural columns, the manufacturer shall notify the Architect immediately. C. Source Limitations: Obtain GFRC panels from single source from single manufacturer. D. Performance Requirements: 1. Delegated Design: Engage a qualified professional engineer to design GFRC column covers, including sub-frames, anchors, and connections. 2. PCI Manuals: Comply with requirements and recommendations in the following PCI manuals unless more stringent requirements are indicated: a. PCI MNL 128, "Recommended Practice for Glass Fiber Reinforced Concrete Panels." b. PCI MNL 130, "Manual for Quality Control for Plants and Production of Glass Fiber Reinforced Concrete Products." 3. AISI Specifications: Comply with AISI's "North American Specification for the Design of Cold- Formed Steel Structural Members." E. GFRC Materials: 1. Portland Cement: ASTM C 150/C 150M; Type I, II, or III. a. For surfaces exposed to view in finished structure, use gray or white of same type, brand, and source throughout GFRC production. 2. Glass Fibers: Alkali resistant, with a minimum zirconia content of 16 percent, 1 to 2 inches long, specifically produced for use in GFRC, and complying with ASTM C 1666/C 1666M. 3. Sand: Washed and dried silica, complying with composition requirements in ASTM C 144; passing a No. 20 sieve with a maximum of 2 percent passing a No. 100 sieve. 4. Coloring Admixture: ASTM C 979/C 979M, synthetic mineral-oxide pigments or colored water- reducing admixtures, temperature stable, nonfading, and alkali resistant. a. Color: As selected by Architect from manufacturer's full range. 5. Water: Potable; complying with chemical limits in PCI MNL 130. 6. Polymer-Curing Admixture: Acrylic thermoplastic copolymer dispersion complying with PCI MNL 130. Contract for Airport Canopies Page 91 of 127 F. Anchors, Connectors, and Miscellaneous Materials: 1. Carbon-Steel Shapes and Plates: ASTM A 36/A 36M. 2. Bolts: ASTM A 307 or ASTM A 325. G. Panel Sub-frame Materials: Cold-Formed Steel Framing: Manufacturer's standard C-shaped steel studs, complying with AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members," with minimum uncoated steel thickness of 0.053 inch. H. GFRC Mixes: 1. Mist Coat: Portland cement, sand slurry, and admixtures; of same proportions as backing mix without glass fibers. 2. Backing Mix: Proportion backing mix of Portland cement, glass fibers, sand, and admixtures to comply with design requirements. Provide nominal glass-fiber content of not less than 5 percent by weight of total mix. I. Panel Sub-frame Fabrication: 1. Fabricate panel frames and accessories plumb, square, true to line, and with components securely fastened. a. Fasten cold-formed metal framing members by welding. Comply with AWS D1.3/D1.3M. b. Weld anchors to panel frames. 2. Reinforce framing assemblies, as necessary, to withstand erection stresses. J. GFRC Fabrication: 1. Proportioning and Mixing: For backing mix, meter sand/cement slurry and glass fibers to spray head at rates to achieve design mix proportions and glass-fiber content according to PCI MNL 130 procedures. 2. Spray Application: Comply with general procedures as follows: a. Spray mist coat over molds to a nominal thickness of 1/8 inch on planar surfaces. b. Proceed with spraying backing mix before mist coat has set, using procedures that produce a uniform thickness and even distribution of glass fibers and matrix. c. Consolidate backing mix by rolling or other technique to achieve complete encapsulation of glass fibers and compaction. d. Measure thickness with a pin gage or other acceptable method at least once for every 5 sq. ft. of panel surface. Take no fewer than six measurements per panel. 3. Hand form and consolidate intricate details, incorporate formers or infill materials, and overspray before material reaches initial set to ensure complete bonding. 4. Attach panel frame to GFRC before initial set of GFRC backing, maintaining a minimum clearance of 1/2 inch from GFRC backing, and without anchors protruding into GFRC backing. 5. Build up homogeneous GFRC bonding pads over anchor feet, maintaining a minimum thickness of 1/2 inch over tops of anchor feet, before initial set of GFRC backing. Measure bonding pad thickness at 25 percent of anchor locations. 6. Inserts and Embedments: Build up homogeneous GFRC bosses or bonding pads over inserts and embedments to provide enough anchorage and embedment to comply with design requirements. 7. Curing: Employ initial curing method that ensures sufficient strength for removing units from mold. Comply with PCI MNL 130 procedures. 8. GFRC Finish: Match airport standard. 5.5 DECORATIVE MASONRY PIERS A. General - Alternate Bid Item at toll plaza exit canopy, see drawings. B. Freestanding metal canopy manufacturer shall include the purchases and delivery of decorative masonry piers and caps in the scope of Work where shown on the Drawings. If the size of the masonry piers conflict with size of the structural columns, the manufacturer shall notify the Architect immediately. Contract for Airport Canopies Page 92 of 127 C. Masonry Units: 1. Building (Common) Brick: ASTM C 62 a. Product / Color: Match airport standard. b. Size: 8 x 4 x 2-1/4 c. Coursing: Running bond 2. Cap: Brick Ogee Step Header (See drawings). a. Edge profile to match airport standard. D. Mortar Materials: 1. Mortar mix shall be Type M consisting of the following: a. Colored Portland Cement-Lime Mix: Packaged blend of Portland cement and hydrated lime containing no other ingredients. 1) Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. 2) Hydrated Lime: ASTM C 207, Type S. 3) Water: Potable. 4) Color: As selected by Architect by manufacturer’s full range of standard colors. E. Weep/Cavity Vent: Provide at base of base of masonry piers only. Install vents no greater than 32” o.c. as measured around base of pier. 1. Mesh Weep/Vent: Free-draining mesh; made from polyethylene strands, full height and width of head joint and depth 1/8 inch (3 mm) less than depth of outer wythe; in color selected from manufacturer's standard. 2. PART 6 - EXECUTION 6.1 SITE PREPARATION / FOUNDATION AND SLAB INSTALLATION A. Prepare site, install foundation system, and floor slab in accordance with delegated design requirements. 6.2 INSTALLATION A. Erect shelter in accordance with manufacturer’s shop drawings, details, and instructions. B. Install accessories specified and noted on the Drawings in accordance with industry standards. 6.3 RESTORATION AND CLEANUP A. When all site and project operations have been completed, clean up and protect the site. B. Existing areas that have been damaged from the operations shall be restored to original condition at the Contractor’s expense. 6.4 CLEAN UP A. All project surfaces shall be cleaned of dirt, stains, filings, and other blemishes occurring from shipping and installation. B. Cleaning methods and agents shall be recommended by the manufacturer. Contract for Airport Canopies Page 93 of 127 6.5 PROTECTION A. The area shall be protected as required or directed by providing barricades and signage. 6.6 DISPOSAL A. Excess and waste material shall be removed and disposed of off-site in a legal, designated disposal facility. END OF SECTION 107319 SECTION 260100 – BASIC ELECTRICAL REQUIREMENTS PART 7 - GENERAL 7.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to all electrical specification sections. 7.2 DESCRIPTION A. Work to be performed under the section of Division 26, includes all labor, materials, and equipment required to install complete electrical systems as described in these specifications and as shown on the drawings. This section includes information common to two or more technical specification sections or items that are of a general nature, not conveniently fitting into other technical sections. B. Before submitting a bid, the Contractor shall examine the drawings and specifications, visit the site of the work, and inform them self of local conditions, all federal, state and local ordinances, regulations and all other pertinent items which may affect cost, schedule, and completion of this project. Drawings accompanying these specifications are a part of these specifications. Drawings are intended to show general arrangement, design, and extent of work and are diagrammatic. Drawings are not intended to show exact locations except where dimensions are shown. Electrical work is shown on plans using standard industry symbols. Before ordering materials or doing work, the Contractor shall verify all measurements pertaining Contract for Airport Canopies Page 94 of 127 thereto and assume responsibility therefore. Any substantial differences existing between drawings and conditions in the field shall be submitted to the Architect for consideration before proceeding with work. C. The electrical work included in all other divisions of this specification and related documents is the responsibility of the contractor performing the division 26 work unless specifically noted otherwise. 7.3 REFERENCED STANDARDS A. Abbreviations of standards organizations referenced in this and other sections are as follows: 1. ANSI American National Standards Institute 2. ASTM American Society for Testing and Materials 3. EPA Environmental Protection Agency 4. ETL Electrical Testing Laboratories, Inc. 5. IBC International Building Code 6. IEEE Institute of Electrical and Electronics Engineers 7. IES Illuminating Engineering Society 8. ISA Instrument Society of America 9. NBS National Bureau of Standards 10. NEC National Electric Code 11. NECA National Electrical Contractors Association 12. NEMA National Electrical Manufacturers Association 13. NESC National Electrical Safety Code 14. NFPA National Fire Protection Association 15. UL Underwriters Laboratories Inc. 7.4 QUALITY ASSURANCE A. Manufacturer references used herein are intended to establish a level of quality and performance requirements unless more explicit restrictions are stated to apply. B. Where equipment or accessories are used which differ in arrangement, configuration, dimensions, ratings, or engineering parameters from those indicated on the contract documents, the contractor is responsible for all costs involved in integrating the equipment or accessories into the system and the assigned space and for obtaining the performance from the system into which these items are placed. C. All materials, shall be listed by and shall bear the label of an approved electrical testing laboratory. If none of the approved electrical testing laboratories has published standards for a particular item, then other national independent testing standards, subject to approval by the Engineer, shall apply and such items shall bear those labels. Where one of the approved electrical testing laboratories has an applicable system listing and label, the entire system shall be so labeled. The Contractor shall not modify new equipment in such a way as to nullify the Testing Laboratories label. All equipment and materials shall be used or installed in accordance with any instruction included in the listing by the laboratory. 7.5 DEFINITIONS A. CRI: Color-rendering index. B. EMI: Electromagnetic interference. C. EMT: Electrical metallic tubing. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. Contract for Airport Canopies Page 95 of 127 E. GFCI: Ground-Fault Circuit Interrupter. F. IMC: Intermediate metal conduit. G. Jacket: A continuous nonmetallic outer covering for conductors or cables. H. LED: Light-emitting diode. I. Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or remote- control, signaling and power-limited circuits. J. Lumen: Measured output of lamp and luminaire, or both. K. MCCB: Molded-case circuit breaker. L. MCOV: Maximum continuous operating voltage. M. Mode(s), also Modes of Protection: The pair of electrical connections where the VPR applies. N. MOV: Metal-oxide varistor; an electronic component with a significant non-ohmic current-voltage characteristic. O. NC: Normally closed. P. NETA ATS: Acceptance Testing Specification. Q. NO: Normally open. R. OCPD: Overcurrent protective device. S. Protective Device: A device that senses when an abnormal current flow exists and then removes the affected portion from the system. T. RFI: Radio-frequency interference. U. RMC: Rigid metal conduit. V. RMS: Root-mean-square value of alternating voltage, which is the square root of the mean value of the square of the voltage values during a complete cycle. W. SCCR: Short-circuit current rating. X. SPD: Surge protective device. Y. SPDT: Single pole, double throw. Z. SVR: Suppressed voltage rating. AA. THD: Total harmonic distortion. BB. VPR: Voltage protection rating. 7.6 REGULATORY REQUIREMENTS Contract for Airport Canopies Page 96 of 127 A. All work and materials are to conform in every detail to applicable rules and requirements of local codes and regulations, the National Electrical Code (NFPA 70), other applicable National Fire Protection Association codes, and current manufacturing standards (including NEMA) and any additional local modifications enacted by the Local Authority Having Jurisdiction. Contractor shall be responsible to verify what if any local modifications are in place or enacted by the Local Authority Having Jurisdiction. B. All work shall be installed in accordance with NECA standards of installation. C. All work shall conform where applicable to the Williams-Steiger Occupational Safety and Health Act of 1970 (OSHA), Part 1910, “Occupational Safety and Health Standards.” This shall include any local or state modifications enacted by the Authority having Jurisdiction. 7.7 OMISSIONS A. No later than ten (10) days before bid opening the Contractor shall call to the attention of the Engineer/Architect any materials or apparatus the Contractor believes to be inadequate and to any necessary items of work omitted. 7.8 SUBMITTALS A. Refer to Division 1 for additional Submittal requirements. B. Submit for all equipment and systems as indicated in the respective specification sections, marking each submittal with that specification section number. Mark general catalog sheets and drawings to indicate specific items being submitted and proper identification of equipment by name or number, as indicated in the contract documents. Failure to do this may result in the submittal(s) being returned to the Contractor for correction and resubmission. Failing to follow these instructions does not relieve the Contractor from the requirement of meeting the project schedule. C. On request, the Contractor shall furnish additional drawings, illustrations, catalog data, performance characteristics, etc. to clarify intent of construction or operations. D. Submittals shall be grouped to include complete submittals of related systems, products, and accessories in a single submittal. Mark dimensions and values in units to match those specified. Include wiring diagrams of electrically powered equipment. E. The submittals must be approved before fabrication. 7.9 PROJECT/SITE CONDITIONS A. Install Work in locations shown on Drawings, unless prevented by Project conditions. B. Prepare drawings showing proposed rearrangement of work to meet Project conditions, including changes to work specified in other Sections. Obtain written permission of Engineer/ Architect before proceeding. C. Tools, materials, and equipment shall be confined to areas designated by the Construction Manager. 7.10 WORK SEQUENCE AND SCHEDULING A. See the General Conditions of the Contract, Scheduling and Coordination of Work, and Time for Completion of the Project, and General Requirements, Mutual Responsibility for additional requirements. 7.11 WORK BY OTHER TRADES Contract for Airport Canopies Page 97 of 127 A. Every attempt has been made to indicate in this trade's specifications and drawings all work required of this Contractor. However, there may be additional specific paragraphs in other trade specifications and addenda, and additional notes on drawings for other trades which pertain to this Trade's work, and thus those additional requirements are hereby made a part of these specifications and drawings. B. Electrical details on drawings for equipment to be provided by others is based on preliminary design data only. This Contractor shall lay out the electrical work and shall be responsible for its correctness to match equipment actually provided by others. 7.12 OPERATING AND MAINTENANCE INSTRUCTIONS A. Refer to Division 1, General Requirements, Operating and Maintenance Instructions for additional requirements. 7.13 TRAINING A. Instruct Owner’s personnel in the proper operation and maintenance of systems and equipment provided as part of this project; video record all training sessions. Use the Operating and Maintenance manuals during this instruction. Demonstrate startup and shutdown procedures for all equipment. All training to be during normal working hours. B. The requirement for recording training sessions may be deleted on some projects but not the requirement for the training itself. C. Refer to other sections in Division 26 for specific section and equipment training requirements. 7.14 RECORD DRAWINGS A. Contractor shall provide drawings to document as-built conditions per Division 1. 7.15 MANUFACTURERS A. Reference applicable sections within Division 26. PART 8 - EXECUTION 8.1 WORK INCLUDED A. The scope of work shall include all work, including all labor, materials and equipment, testing required to install a complete electrical system as indicated in the project Manual. The Project Manual consists of the bidding documents, the contract, specifications, contract drawings and all subsequent addenda and modifications. The contractor shall furnish and install all necessary materials, apparatus and devices to complete the electrical equipment and systems installation herein specified, except such parts as are specifically exempted herein. B. All work items shown on the drawings is within the scope of work and shall be provided as indicated. Only items that are clearly indicated as being provided by others or under a separate contract shall be out of scope. C. In general, the specifications indicate the requirements and quality for products required and the executions for those products. Only items that are clearly indicated as being provided by others or under a separate contract shall be out of scope. Contract for Airport Canopies Page 98 of 127 D. If there is any discrepancy between the drawings and the specifications, it is the contractor’s responsibility to notify the Engineer/ Architect for resolution, prior to procuring equipment or starting work. E. Coordinate and verify all equipment being supplied by equipment supplier and other trades. Verify equipment size, motor HP, dimensions, locations, etc. as all are subject to change. F. Contractor shall verify the location of all cabinets and building equipment before installing electrical equipment, fixtures, outlets and conduit. G. The Contractor shall provide all plywood backboards and supports for all electrical equipment as indicated on the drawings and as required or specified. H. All permits and inspection fees required to complete the work shall be paid for by the Contractor unless noted otherwise. I. All electrical equipment and fixtures shall be installed in complete accordance with the manufacturers' recommendations. 8.2 CONCRETE A. All concrete work required for the proper installation of electrical equipment including transformer, switchgear and equipment pads shall be provided by the Contractor and shall conform to specifications in Division 3. 8.3 SITE WORK A. The Contractor shall provide excavation and backfill for all electrical underground work as indicated on the drawings and as required. The Contractor shall perform this work and provide compaction as specified in Division 2. Finish grading and final restoration shall be by the General Contractor. 8.4 BUILDING ACCESS A. Arrange for the necessary openings in the building to allow for admittance of all apparatus. When the building access was not previously arranged and must be provided by this contractor, restore any opening to its original condition after the apparatus has been brought into the building. 8.5 COORDINATION A. The Contractor shall cooperate with other trades and the in locating work in a proper manner. Should it be necessary to raise or lower or move longitudinally any part of the electrical work to better fit the general installation, such work shall be done at no extra cost, provided such decision is reached prior to actual installation. The Contractor shall check location of electrical outlets with respect to other installations before installing. B. The Contractor shall verify that all devices are compatible for the surfaces on which they will be used. This includes, but is not limited to, light fixtures, panelboards, devices, etc. and recessed or semi-recessed heating units installed in/on architectural surfaces. C. Coordinate all work with other trades prior to installation. Any installed work that is not coordinated and that interferes with another trades work shall be removed or relocated at the installing contractor's expense. 8.6 HOUSEKEEPING AND CLEAN UP A. Refer to Division 1, General Requirements, and Cleaning for additional requirements. Contract for Airport Canopies Page 99 of 127 END OF SECTION 260100 SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 9 - GENERAL 9.1 SUMMARY A. Section Includes: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 9.2 ACTION SUBMITTALS A. Product Data: For each type of product. Contract for Airport Canopies Page 100 of 127 9.3 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency. B. Field quality-control reports. 9.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing. PART 10 - PRODUCTS 10.1 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Alpha Wire. 2. Belden Inc. 3. Encore Wire Corporation. 4. General Cable Technologies Corporation. 5. Southwire Incorporated. B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN-THWN-2. D. Conductor sizes shown on drawings are based on 75 Degree C copper. E. All conductors shall be rated 600 volts. F. Branch circuit wire sizes not shown on the drawings shall be #12 AWG minimum. 10.2 CONNECTORS AND SPLICES . A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Gardner Bender. 3. Hubbell Power Systems, Inc. 4. Ideal Industries, Inc. 5. Ilsco; a branch of Bardes Corporation. 6. NSi Industries LLC. 7. O-Z/Gedney; a brand of the EGS Electrical Group. 8. Thomas and Betts Corp. 9. 3M; Electrical Markets Division. 10. Tyco Electronics. Contract for Airport Canopies Page 101 of 127 B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. 1. Split Bolt Connectors: Not acceptable. 2. Solderless Pressure Connectors: High copper alloy terminal. May be used only for cable termination to equipment pads or terminals. Not approved for splicing. 3. Spring Wire Connectors: Solderless spring type pressure connector with insulating covers for copper wire splices and taps. Use for conductor sizes 10 AWG and smaller. 4. All wire connectors used in underground or exterior pull boxes shall be gel filled twist connectors or a connector designed for damp and wet locations. 5. Mechanical Connectors: Bolted type tin-plated; high conductivity copper alloy; spacer between conductors; beveled cable entrances. 6. Compression (crimp) Connectors: Long barrel; seamless, tin-plated electrolytic copper tubing; internally beveled barrel ends. Connector shall be clearly marked with the wire size and type and proper number and location of crimps. 10.3 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. PART 11 - EXECUTION 11.1 CONDUCTOR MATERIAL APPLICATIONS A. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. 11.2 CONDUCTOR INSULATION AND WIRING METHODS A. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN-2, single conductors in raceway. B. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-THWN-2, single conductors in raceway. 11.3 INSTALLATION OF FEEDERS AND BRANCH CIRCUITS A. Feeder and branch circuit routing is shown diagrammatically on the drawings and is approximate unless dimensioned. Route feeders and branch circuits as required to meet project conditions. B. All power wiring shall be installed in conduit unless specifically indicated otherwise. C. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. D. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. E. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips that will not damage cables or raceway. F. Install exposed feeders and branch circuits parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. Contract for Airport Canopies Page 102 of 127 G. Support feeders and branch circuits according to Division 26 Section "Hangers and Supports for Electrical Systems." 11.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 11.5 IDENTIFICATION A. Identify and color-code conductors according to Section 260553 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 11.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." END OF SECTION 260519 SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 12 - GENERAL 12.1 SUMMARY A. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. Contract for Airport Canopies Page 103 of 127 12.2 INFORMATIONAL SUBMITTALS A. No submittal required. PART 13 - PRODUCTS 13.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for field assembly. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. g. Wesanco, Inc. 2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4. 3. Channel Dimensions: Selected for applicable load criteria. B. Nonmetallic Slotted Support Systems: Structural-grade, factory-formed, glass-fiber-resin channels and angles with 9/16-inch- (14-mm-) diameter holes at a maximum of 8 inches (200 mm) o.c., in at least 1 surface. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. Fabco Plastics Wholesale Limited. d. Seasafe, Inc. 2. Fittings and Accessories: Products of channel and angle manufacturer and designed for use with those items. 3. Fitting and Accessory Materials: Same as channels and angles, except metal items may be stainless steel. 4. Rated Strength: Selected to suit applicable load criteria. C. Raceway and Cable Supports: As described in NECA 1 and NECA 101. D. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened Portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. Contract for Airport Canopies Page 104 of 127 a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1) Hilti Inc. 2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 3) MKT Fastening, LLC. 4) Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit. 2. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel, for use in hardened Portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. Plastic type expansion anchors are unacceptable. a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti Inc. 4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 5) MKT Fastening, LLC. 3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All-steel springhead type. 7. Hanger Rods: Threaded steel. PART 14 - EXECUTION 14.1 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch (6 mm) in diameter. C. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch (38- mm) and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. D. All supports installed outside, exposed to the weather, or inside in wet or damp areas shall utilize corrosion resistant supports, fittings, hardware, conduit clamps and all accessories. 14.2 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. Contract for Airport Canopies Page 105 of 127 B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb (90 kg). D. All electrical fixtures, devices, and equipment shall be securely mounted to building structure and shall not depend upon ceiling or wall surfaces for their support. They shall be incapable of being rotated or displaced. E. Do not fasten supports to piping, ductwork, mechanical equipment, cable tray, conduit, or any other surface not a part of the building structure or other structural surface. F. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. G. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. H. Do not drill or weld structural steel members unless approved by Engineer. 14.3 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils (0.05 mm). B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780. END OF SECTION 260529 Contract for Airport Canopies Page 106 of 127 SECTION 260533 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART 15 - GENERAL 15.1 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. B. Related Requirements: 1. Section 260543 "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction. 15.2 COORDINATION A. Coordinate layout and installation of raceways, boxes, and enclosures with other construction that penetrates ceilings or is supported by them, including light fixtures. PART 16 - PRODUCTS 16.1 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Allied Tube & Conduit. 3. Anamet Electrical, Inc. 4. Electri-Flex Company. 5. O-Z/Gedney. 6. Picoma Industries. 7. Republic Conduit. 8. Robroy Industries. 9. Southwire Company. 10. Thomas & Betts Corporation. 11. Western Tube and Conduit Corporation. 12. Wheatland Tube Company. B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. GRC: Comply with ANSI C80.1 and UL 6. D. IMC: Comply with ANSI C80.6 and UL 1242. E. EMT: Comply with ANSI C80.3 and UL 797. F. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. Contract for Airport Canopies Page 107 of 127 1. Fittings for EMT: a. Material: Steel. b. Type: compression. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651for PVC and type XJ for steel, rated for environmental conditions where installed, and including flexible external bonding jumper. G. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 16.2 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corporation. 6. Condux International, Inc. 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions; Carlon Electrical Products. 10. Niedax-Kleinhuis USA, Inc. 11. RACO; Hubbell. 12. Thomas & Betts Corporation. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. Rigid HDPE: Comply with UL 651A. E. RTRC: Comply with UL 1684A and NEMA TC 14. F. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. PART 17 - EXECUTION 17.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: GRC. 2. Concealed Conduit, Aboveground: GRC. 3. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. B. Minimum Raceway Size: 3/4-inch (21-mm) trade size. Contract for Airport Canopies Page 108 of 127 C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. Rigid Nonmetallic Conduit: Use PVC fittings, unless otherwise indicated. 17.2 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Complete raceway installation before starting conductor installation. C. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. D. Install temporary closures to prevent foreign matter from entering raceways. E. Unused openings in boxes and fittings shall be plugged with suitable devices rated for the proper environment. F. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and keep straight legs of offsets parallel, unless otherwise indicated. G. Arrange stub-ups so curved portions of bends are not visible above finished slab. H. Conceal conduit and EMT within finished walls, and ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. I. Install exposed raceways parallel or at right angles to nearby surfaces or structural members and follow surface contours as much as possible. 1. Run parallel or banked raceways together on common supports. 2. Make parallel bends in parallel or banked runs. Use factory elbows only where elbows can be installed parallel; otherwise, provide field bends for parallel raceways. J. Install concealed raceways with a minimum of bends in the shortest practical distance, considering type of building construction and obstructions, unless otherwise indicated. K. Support conduit within 12 inches (300 mm) of enclosures to which attached. L. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. M. Join raceways with fittings designed and approved for that purpose and make joints tight. N. Terminations: 1. When raceways are terminated with locknuts and bushings, align raceways to enter squarely and install locknuts with dished part against box. Use two locknuts, one inside and one outside box. Contract for Airport Canopies Page 109 of 127 2. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into hub so end bears against wire protection shoulder. Where chase nipples are used, align raceways so coupling is square to box; tighten chase nipple so no threads are exposed. O. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. P. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch (35mm) trade size and insulated throat metal bushings on 1- 1/2-inch (41-mm) trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. Q. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. R. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. S. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm) trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. T. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200- lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. U. Comply with manufacturer's written instructions for solvent welding RNC and fittings. V. Expansion fittings shall be installed across expansion joints in structures and concrete construction where such joints are shown on the architectural and structural drawings. W. Expansion-Joint Fittings: 1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight-run length that exceeds 25 feet (7.6 m). Install in each run of aboveground RMC and EMT conduit that is located where environmental temperature change may exceed 100 deg F (55 deg C) and that has straight-run length that exceeds 100 feet (30 m). 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F (70 deg C) temperature change. 3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. Contract for Airport Canopies Page 110 of 127 5. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. X. Locate and install boxes to allow access to them. Where installation is inaccessible, coordinate locations and provide 18 inch by 24 inch access doors. Y. Electrical box locations shown on drawings are approximate unless dimensioned. Verify location of floor boxes and outlets in offices and work areas prior to rough-in. Z. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. 17.3 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533 Contract for Airport Canopies Page 111 of 127 SECTION 260543 - UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART 18 - GENERAL 18.1 SUMMARY A. Section Includes: 1. Direct-buried conduit, ducts, and duct accessories. 2. Handholes and boxes. 18.2 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 2. Include accessories for manholes, handholes, boxes. 3. Include warning tape. B. Shop Drawings: 1. Factory-Fabricated Handholes and Boxes Other Than Precast Concrete: a. Include dimensioned plans, sections, and elevations, and fabrication and installation details. b. Include duct entry provisions, including locations and duct sizes. c. Include cover design. PART 19 - PRODUCTS 19.1 GENERAL REQUIREMENTS FOR DUCTS AND RACEWAYS A. Comply with ANSI C2. 19.2 CONDUIT A. Rigid Steel Conduit: Galvanized. Comply with ANSI C80.1. B. RNC: NEMA TC 2, Type EPC-40-PVC and Type EPC-80-PVC, UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B. 19.3 PRECAST CONCRETE HANDHOLES AND BOXES Contract for Airport Canopies Page 112 of 127 A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Christy Concrete Products. 2. Elmhurst-Chicago Stone Co. 3. Oldcastle Precast Group. 4. Rinker Group, Ltd. 5. Riverton Concrete Products. 6. Utility Concrete Products, LLC. 7. Utility Vault Co. 8. Wausau Tile Inc. B. Comply with ASTM C 858 for design and manufacturing processes. C. Description: Factory-fabricated, reinforced-concrete, monolithically poured walls and bottom unless open- bottom enclosures are indicated. Frame and cover shall form top of enclosure and shall have load rating consistent with that of handhole or box. 1. Frame and Cover: Weatherproof cast-iron frame, with cast-iron cover with recessed cover hook eyes and tamper-resistant, captive, cover-securing bolts. 2. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 3. Cover Legend: Molded lettering, "ELECTRIC." 4. Configuration: Units shall be designed for flush burial and have open bottom unless otherwise indicated. 5. Extensions and Slabs: Designed to mate with bottom of enclosure. Same material as enclosure. a. Extension shall provide increased depth of 12 inches (300 mm). b. Slab: Same dimensions as bottom of enclosure and arranged to provide closure. 6. Joint Sealant: Asphaltic-butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground-water level at grade. 7. Windows: Precast openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks, plus an additional 12 inches (300 mm) vertically and horizontally to accommodate alignment variations. a. Windows shall be located no less than 6 inches (150 mm) from interior surfaces of walls, floors, or frames and covers of handholes, but close enough to corners to facilitate racking of cables on walls. 8. Duct Entrances in Handhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct. a. Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located near interior corners of handholes to facilitate racking of cable. 19.4 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. General Requirements for Handholes and Boxes: Comply with SCTE 77. Comply with tier requirements in "Underground Enclosure Application" Article. 1. Color: Green. Contract for Airport Canopies Page 113 of 127 2. Configuration: Units shall be designed for flush burial and have open bottom unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Armorcast Products Company. b. Carson Industries LLC. c. NewBasis. d. Quazite: Hubbell Power System, Inc. C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet-molded, fiberglass- reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Quazite: Hubbell Power System, Inc. e. Synertech Moulded Products, Inc. 19.5 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. B. Nonconcrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by an independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification, complying with ISO 9000 and ISO 10012, and traceable to NIST standards. PART 20 - EXECUTION 20.1 PREPARATION A. Coordinate layout and installation of ducts, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. Notify Architect if there is a conflict between areas of excavation and existing structures or archaeological sites to remain. Contract for Airport Canopies Page 114 of 127 B. Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks, as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Architect. C. Clear and grub vegetation to be removed and protect vegetation to remain. 20.2 UNDERGROUND ENCLOSURE APPLICATION A. Handholes and Boxes for 600 V and Less: 1. Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Precast concrete, AASHTO HB 17, H-20 structural load rating. 2. Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Precast concrete, AASHTO HB 17, H-10 structural load rating. 3. Units Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf (13 345-N) vertical loading. 4. Cover design load shall not exceed the design load of the handhole or box. 20.3 EARTHWORK A. Restore surface features at areas disturbed by excavation and re-establish original grades unless otherwise indicated. Where existing turf is established remove sod prior to trenching and replace immediately after backfilling is completed. B. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. C. Cut and patch existing pavement in the path of underground ducts and utility structures according to the project plans: Detail A-101 10. 20.4 INSTALLATION OF CONCRETE HANDHOLES, AND BOXES A. Precast Concrete Handhole Installation: 1. Comply with ASTM C 891 unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting ducts, to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1- inch (25-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. B. Elevations: 1. Install handholes with bottom below frost line, below grade. 2. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade. 3. Where indicated, cast handhole cover frame integrally with handhole structure. 20.5 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts, to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by manufacturer. Contract for Airport Canopies Page 115 of 127 B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.5-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways, set cover flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade. D. Install handholes and boxes with bottom below frost line, below grade. E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in enclosure. F. Field cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. G. For enclosures installed in asphalt paving and subject to occasional, nondeliberate, heavy-vehicle loading, form and pour a concrete ring encircling, and in contact with, enclosure and with top surface screeded to top of box cover frame. Bottom of ring shall rest on compacted earth. 1. Concrete: 3000 psi (20 kPa), 28-day strength with a troweled finish. 2. Dimensions: 10 inches wide by 12 inches deep (250 mm wide by 300 mm deep). 20.6 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. B. Correct deficiencies and retest as specified above to demonstrate compliance. 20.7 CLEANING A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. END OF SECTION 260543 Contract for Airport Canopies Page 116 of 127 SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 21 - GENERAL 21.1 SUMMARY A. Section Includes: 1. Identification of power and control cables. 2. Identification for conductors. 3. Underground-line warning tape. 21.2 ACTION SUBMITTALS A. Product Data: For each electrical identification product indicated. 21.3 QUALITY ASSURANCE A. Comply with ANSI A13.1 and IEEE C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. PART 22 - PRODUCTS 22.1 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each cable size. B. Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound clear adhesive tape for securing ends of legend label. C. Self-Adhesive, Self-Laminating Polyester Labels: Preprinted, 3-mil- (0.08-mm-) thick flexible label with acrylic pressure-sensitive adhesive that provides a clear, weather- and chemical-resistant, self-laminating, protective shield over the legend. Labels sized to fit the cable diameter such that the clear shield overlaps the entire printed legend. 22.2 CONDUCTOR IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08 mm) thick by 1 to 2 inches (25 to 50 mm) wide. B. Self-Adhesive, Self-Laminating Polyester Labels: Preprinted, 3-mil- (0.08-mm-) thick flexible label with acrylic pressure-sensitive adhesive that provides a clear, weather- and chemical-resistant, self-laminating, protective shield over the legend. Labels sized to fit the conductor diameter such that the clear shield overlaps the entire printed legend. Contract for Airport Canopies Page 117 of 127 C. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. 22.3 UNDERGROUND-LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE, C. Tag: Type ID: 1. Detectable three-layer laminate, consisting of a printed pigmented polyolefin film, a solid aluminum-foil core, and a clear protective film that allows inspection of the continuity of the conductive core, bright-colored, compounded for direct-burial service. 2. Overall Thickness: 5 mils (0.125 mm). 3. Foil Core Thickness: 0.35 mil (0.00889 mm). 4. Weight: 28 lb/1000 sq. ft. (13.7 kg/100 sq. m). 5. 3-Inch (75-mm) Tensile According to ASTM D 882: 70 lbf (311.3 N), and 4600 psi (31.7 MPa). PART 23 - EXECUTION 23.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach plastic raceway and cable labels that are not self-adhesive type with clear vinyl tape with adhesive appropriate to the location and substrate. F. System Identification Color-Coding Bands for Raceways and Cables: Each color-coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot (15-m) maximum intervals in straight runs, and at 25-foot (7.6-m) maximum intervals in congested areas. G. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench exceeds 16 inches (400 mm) overall. Contract for Airport Canopies Page 118 of 127 23.2 IDENTIFICATION SCHEDULE A. Match existing facility identification scheme. B. If existing facility does not have an existing identification scheme, Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase. 1. Color-Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service feeder and branch-circuit conductors. a. Color shall be factory applied. b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. c. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. C. Control-Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use self-adhesive, self-laminating polyester labels with the conductor or cable designation, origin, and destination. D. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Install underground-line warning tape for both direct-buried cables and cables in raceway. END OF SECTION 260553 Contract for Airport Canopies Page 119 of 127 SECTION 260923 - LIGHTING CONTROL DEVICES PART 24 - GENERAL 24.1 SUMMARY A. Section Includes: 1. Photoelectric switches. 24.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Show installation details for occupancy and light-level sensors. 1. Interconnection diagrams showing field-installed wiring. 2. Include diagrams for power, signal, and control wiring. 24.3 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 24.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For each type of lighting control device to include in emergency, operation, and maintenance manuals. PART 25 - PRODUCTS 25.1 OUTDOOR PHOTOELECTRIC SWITCHES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Cooper Industries, Inc. 2. Intermatic, Inc. 3. NSi Industries LLC; TORK Products. 4. Tyco Electronics; ALR Brand. B. Description: Solid state, with SPST dry contacts rated for 1800-VA LED at either 120V or 277V, to match supply voltage, to operate connected relay, contactor coils, or microprocessor input; complying with UL 773A. 1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Light-Level Monitoring Range: 1.5 to 10 fc (16.14 to 108 lux), with an adjustment for turn-on and turn-off levels within that range. 3. Time Delay: Fifteen second minimum, to prevent false operation. 4. Surge Protection: Metal-oxide varistor. 5. Mounting: Twist lock complies with NEMA C136.10, with base-and-stem mounting or stem-and- swivel mounting accessories as required to direct sensor to the north sky exposure. 6. Mounting: Fixed base for conduit mounting and capable of being wall mounted. Contract for Airport Canopies Page 120 of 127 25.2 CONDUCTORS AND CABLES A. Power Wiring to Supply Side of Remote-Control Power Sources: Not smaller than No. 12 AWG. Comply with requirements in Section 260519 "Low-Voltage Electrical Power Conductors and Cables." B. Classes 2 and 3 Control Cable: Multiconductor cable with stranded-copper conductors not smaller than No. 18 AWG. Comply with requirements in Section 260519 "Low-Voltage Electrical Power Conductors and Cables." C. Class 1 Control Cable: Multiconductor cable with stranded-copper conductors not smaller than No. 14 AWG. Comply with requirements in Section 260519 "Low-Voltage Electrical Power Conductors and Cables." PART 26 - EXECUTION 26.1 SENSOR INSTALLATION A. Coordinate installation of canopy-mounted devices with other construction that penetrates canopy or is supported by them, including light fixtures. B. All lighting control units shall be installed in an appropriate enclosure for the type of environment encountered. No exposed wiring shall be permitted inside of the building or pedestal mounted enclosure in which this equipment is installed. C. Photoelectric switches shall be oriented to the north or east with only eye visible from the exterior of the enclosure. 26.2 WIRING INSTALLATION A. Wiring Method: Comply with Section 260519 "Low-Voltage Electrical Power Conductors and Cables." Minimum conduit size is 1/2 inch (13 mm). B. Wiring within Enclosures: Comply with NECA 1. Separate power-limited and nonpower-limited conductors according to conductor manufacturer's written instructions. C. Size conductors according to lighting control device manufacturer's written instructions unless otherwise indicated. D. Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. 26.3 IDENTIFICATION A. Identify components and power and control wiring according to Section 260553 "Identification for Electrical Systems." 1. Identify controlled circuits in lighting contactors. 2. Identify circuits or luminaires controlled by photoelectric sensors at each sensor. 26.4 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to evaluate lighting control devices and perform tests and inspections. Contract for Airport Canopies Page 121 of 127 B. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Lighting control devices will be considered defective if they do not pass tests and inspections. D. Remove and replace lighting control devices where test results indicate that they do not comply with specified requirements. E. Additional testing and inspecting, at Contractor’s expense, will be performed to determine compliance of replaced or additional work with specified requirements. F. Prepare test and inspection reports. 26.5 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain lighting control devices. END OF SECTION 260923 Contract for Airport Canopies Page 122 of 127 SECTION 265600 - EXTERIOR LIGHTING PART 27 - GENERAL 27.1 RELATED DOCUMENTS A. Drawings and Specification Sections apply to this Section. 27.2 SUMMARY A. Section Includes: 1. Exterior luminaires with LEDs. 27.3 DEFINITIONS A. Luminaire: Complete lighting fixture, including driver housing if provided. B. Useful Life – the operating hours before reaching 70% of the initial rated lumen output point with no catastrophic failures under normal conditions. C. International Protection (IP) Rating – delineates the level at which foreign objects and water can intrude inside a device. D. Restriction of Hazardous Substances (RoHS) – products that are RoHS- compliant do not contain any of the following materials: lead (Pb), mercury (Hg), cadmium (Cd), hexavalent chromium (Cr6+), polybrominated byphenyls (PBB), and polybrominated byphenyl ether (PBBE). 27.4 REFERENCE DOCUMENTS A. ANSI C62.41.1-2002: IEEE Guide on the Surge Environment in Low-Voltage (1000 V and less) AC Power Circuits. B. ANSI C62.41.2-2002: IEEE Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and less) AC Power Circuits. C. ANSI C78.377-2008: Specifications for the Chromaticity of Solid-State Lighting Products for Electric Lamps. D. ANSI C136.31-2010: Roadway and Area Lighting Equipment - Luminaire Vibration. E. ANSI C136.3-2005 (R2009): Roadway and Area Lighting Equipment - Luminaire Attachments. F. ASTM B117-09: Standard Practice for Operating Salt Spray (Fog) Apparatus. G. (FCC) Title 47, Subpart B, Section 15: Class B Non-consumer Emission Limits for Electronic Noise. H. HB-10-1: IES Lighting Handbook Contract for Airport Canopies Page 123 of 127 I. LM-79-08: Electrical and Photometric Measurements of Solid-State Lighting Products. J. LM-80-08: Measuring Lumen Maintenance of LED Light Sources. K. TM 15-07: Luminaire Classification System for Outdoor Luminaires L. TM-21-11: Projecting Long Term Lumen Maintenance of LED Light Sources. M. IEEE STDSPCD1155: IEEE Standards Dictionary: Glossary of Terms & Definitions. N. IEC 60529-2004: Degrees of Protection Provided by Enclosures (IP Code) O. IEC 60068-2-30: Environmental Testing - Part 2–30: Tests - Test Db: Damp heat, cyclic (12 h + 12 h cycle) P. IEC 60068-2-14: Environmental Testing. Tests. Test N. Change of temperature Q. NEMA C136.10: American National Standard for Roadway and Area Lighting Equipment -Locking-Type Photocontrol Devices and Mating Receptacles - Physical and Electrical Interchangeability and Testing R. NEMA IC S6: Industrial Control and Systems: Enclosures S. WD 7-2000: NEMA Guide Publication: Occupancy Motion Sensors T. NFPA 70: National Electrical Code (NEC) U. UL 773A: Standard for Nonindustrial Photoelectric Switches for Lighting Control V. UL 1310: Standard for Class 2 Power Units 27.5 ACTION SUBMITTALS A. Product Data: For each luminaire and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. Physical description of luminaire, including materials, dimensions, EPA, and verification of indicated parameters. 2. Details of attaching luminaires and accessories. 3. Details of installation and construction. 4. Luminaire materials. 5. Photometric data based on laboratory tests of each luminaire type, complete with indicated driver, and accessories. a. Manufacturer Certified Data: Photometric data shall be certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. 6. Drivers, including energy-efficiency data. 7. LED luminaires, including life, output, CCT, CRI, lumens, and energy-efficiency data. 8. Materials, dimensions, and finishes of poles. 9. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. 27.6 CLOSEOUT SUBMITTALS Contract for Airport Canopies Page 124 of 127 A. Operation and Maintenance Data: For luminaires to include in emergency, operation, and maintenance manuals. 27.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. LED Array Module: One of each distribution type. 2. LED Driver: Furnish one. 27.8 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by manufacturers' laboratories that are accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with NFPA 70. D. Products manufactured more than one (1) year prior to date of delivery to site shall not be used, unless specified otherwise. 27.9 WARRANTY A. Special Warranty for Driver: Manufacturer's standard form in which driver manufacturer agrees to repair or replace driver that fail in materials or workmanship within specified warranty period B. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that blister, fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Finish: Five years on-site replacement from date of Substantial Completion. 2. Warranty Period for LED power supply units and source assemblies which include but are not limited to: LED packages, LED arrays, LED modules, LED dies, encapsulates, and phosphors: Five years on-site replacement from date of Substantial Completion. 3. Warranty Period for any LED source assembly, package, array, or module, which does not include the power supply, against 10% or more of the individual LEDs in that assembly, package, array, or module failing to illuminate: Five years on-site replacement from date of Substantial Completion. PART 28 - PRODUCTS 28.1 MANUFACTURERS A. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, product(s) indicated on Drawings and specified in the Lighting Fixture Schedule. 28.2 GENERAL REQUIREMENTS FOR LUMINAIRES Contract for Airport Canopies Page 125 of 127 A. Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to authorities having jurisdiction. B. Luminaires must be rated for operation in ambient temperatures from -30 °C to +40 °C. C. Lateral Light Distribution Patterns: Comply with IESNA RP-8 for parameters of lateral light distribution patterns indicated for luminaires. D. Luminaires shall be full cutoff or fully-shielded as defined by IESNA RP-8. Alternatively, the full cutoff can be validated by meeting the following IESNA TM-15 BUG ratings (backlight, uplight, and glare): 1. Maximum uplight (U) rating of U1. 2. Maximum glare (G) rating equal to G2. E. Optical systems for roadway and area luminaires, including the driver, shall be sealed and rated for IP 66 as defined in IEC 60529. F. Luminaires shall be fully assembled and electrically tested prior to shipment from factory. G. Metal Parts: Free of burrs and sharp corners and edges. H. Sheet Metal Components: Corrosion-resistant aluminum unless otherwise indicated. Form and support to prevent warping and sagging. I. Coatings shall be capable of surviving ASTM B117 salt fog environment for 1000 hours minimum without blistering or peeling. J. Coatings shall demonstrate gloss retention greater than or equal to 90% for 1000 hours’ exposure QUV test per ASTM G154 UVB313, 4-hour UV-B 60°C/4-hour condensation 50 °C. K. Luminaires shall be fully functional after testing for thermal shock according to IEC 60068-2-14 and be fully functional after testing. L. Luminaires shall be tested according to IEC 60068-2-30, damp heat, steady state, for high humidity and high temperatures and be fully functional after testing. M. At least 80% of the luminaire material by weight shall be recyclable at the manufacturer’s stated end of life. N. Luminaires shall produce a minimum efficacy identified on the light fixture schedule. O. Luminaires shall incorporate modular electrical connections and be constructed to allow replacement of all or part of the optics, heat sinks, power supply units, and electrical components using only a simple tool, such as a screwdriver. P. Luminaires shall bear a nameplate inscribed with the manufacturer's name, address, model number, date of manufacture, and serial number, securely affixed in a conspicuous place. The nameplate of the distributing agent will not be acceptable. Q. Luminaires shall have surge protection to meet “C Low” waveforms as defined in ANSI/IEEE C62.41.2, Scenario 1 Location Category C. R. Housings: Rigidly formed, weather- and light-tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed luminaires. Contract for Airport Canopies Page 126 of 127 S. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses. Designed to disconnect driver when door opens. T. Exposed Hardware Material: Stainless steel. U. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. V. Reflecting surfaces shall have minimum reflectance as follows unless otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. W. Lenses and Refractors Gaskets: Use heat- and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. X. Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. Y. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps and ballasts. Labels shall be located where they will be readily visible to service personnel, but not seen from normal viewing angles when lamps are in place. 28.3 LED LUMINAIRES A. LED Luminaires shall comply with the following: 1. Correlated Color Temperature (CCT): As noted in Lighting Fixture Schedule. 2. Color Rendering Index (CRI): 70 unless specifically noted otherwise on the light fixture schedule. 3. Chromaticity stability: The color of LEDs shall be within 4 McAdams ellipses of all other LEDs within the Array initially and throughout the life of the fixture. 4. LED Life: 50,000 hours. Lumen maintenance shall be no less than 70 percent of initial lumen output at 50,000 hours oat 40 degrees C ambient. 5. Fixture shall be UL or CSA listed. 6. Fixture shall be RoHS compliant. 7. Minimum fixture lumen output and maximum fixture wattage shall be as indicate don the drawings. 8. Exterior fixtures shall be salt spray tested in compliance with ASTM B117. 9. Exterior fixtures shall be rated IP65 unless specifically noted otherwise in the fixture schedule. 10. Luminaires must be rated for operation in ambient temperatures from -30 °C to +40 °C 11. Fixture shall have been tested in compliance with LM-79 and LM-80. 12. The fixture shall be designed such that the failure of a single LED within an array does not substantially change the light distribution of the fixture. PART 29 - EXECUTION 29.1 LUMINAIRE INSTALLATION A. Fasten luminaire to indicate structural supports. Contract for Airport Canopies Page 127 of 127 1. Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer. B. Adjust luminaires that require field adjustment or aiming. 29.2 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. B. Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. END OF SECTION 265600 Invitation to Re-Bid Sealed re-bids will be received at this office until Wednesday, February 27, 2019 @ 3:00 p.m. for furnishing: Re-Bid Item #19-139A Airport Parking Canopies for Augusta, GA – Augusta Regional Airport Re-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 $50.00. 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 Thursday, February 14, 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. 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 20, 2019 @ 5:00 P.M. No re-bid will be accepted by fax or email, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. A 10% 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 RE-BID number on the outside of the envelope. Bidders are cautioned that acquisition of RE-BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RE-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 re-bid will be accepted by fax or email, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Revised: 2/2/2016 OFFICIAL Re-Bid Opening for #19-139A Airport Parking Canopies for Augusta, GA - Augusta Regional Airport Re-Bid Date: Wednesday, February 27, 2019 @ 3:00 p.m. VENDORS VIKING ENGINEERING 118 MALONE ST SANDERSVILLE, GA 31082 Attachment "B"Yes E-Verify 759701 Addendum 1 N/A Save Form Yes Bid Bond Yes Lump Sum Bid Price for Toll Plaza Base Bid $122,341.00 Lump Sum Bid Price for Ticket Pull Canopies $130,661.00 Alternate A [Add]$16,425.00 Alternate B [Add]$29,490.00 Total Bid $298,917.00 Total Number Specifications Mailed Out: 23 Total Number Specifications Download (Demandstar): N/A Total Electronic Notifications (Demandstar): N/A Total packages submitted: 1 Total Noncompliant: 0 Page 1 of 1 Commission Meeting Agenda 5/21/2019 2:00 PM Airport Parking Canopies- Viking Engineering Department:Augusta Regional Airport Department:Augusta Regional Airport Caption:Motion to approve the Contract with Viking Engineering for Airport Parking Canopies. Re-Bid 19-139A (Approved by Public Services Committee May 14, 2019) Background:The Airport received one (1) compliant bid in response to the Airport’s Solicitation for Augusta Regional Parking lot Canopies Project; the acceptable bid was submitted by Viking Engineering at $298,917.00. Augusta Regional Airport recommends that Viking Engineering be selected for bid and contract award. Analysis:Airport Parking Canopies Project was advertised in November 2018. Two (2) potential primary bidders attended the pre-bid conference and site visit on January 3, 2019 and two (2) bidders submitted packages on the specified close date of January 17, 2019. Both packages were deemed non-compliant. The bid was re-advertised on February 14, 2019. Viking Engineering was the only bidder that submitted a compliant and responsive bid at $298,917.00. This bid is within the budget set for this project. Financial Impact:$298,917.00 Bid is within budget set for this project. Alternatives:To Deny Recommendation:Augusta Aviation Commission recommends Approval of Viking Engineering for Airport Parking Canopies in the amount of $298,917.00 which is in budget set for this project. Funds are Available in the Following Accounts: 551081306/5413130 Enterprise Fund REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Alcohol Application Department:Planning & Development Department:Planning & Development Caption:Motion to approve New Location: A.N. 19-15: a request by Ayaz Ali for a retail package Beer & Wine License to be used in connection with Custer & Moreland located at 502 Highland Ave. District 1. Super District 9. (Approved by Public Services Committee May 14, 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 $1,330.00. 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: Finance. Law. Administrator. Clerk of Commission PLANNING & DEVELOPMENT DEPARTMENT 535 Telfarr Street o Suite 300Augusta Georgra 30901 1803 Marvin Griffin Road Augusta. Georgia 30906 To: From: Subject: Date: Mr. Jarvis Sims, lnterim Administrator Robert H. sherman ,35'',{*rof ptanning & Development conversion & lndexing service project for planning & Development - phase lv April L7,2079 Date: The lnformation Technology Department (lT) is working with the planning & Development Departmentfor the conversion and indexing service to store building plans. These plans are currently stored at Cityowned property at 510 Fenwick Street, Augusta, Georgia, 30901. The plans were previously stored at 1815 Marvin Griffin Rd. The Planning & Development Department is requesting to use Mcci, LLc for the continuation of phase lV of this project. MCCI is already an established vendor within Augusta procurement and the lT Department already has a contract with the company for the use of the Laser Fiche Database software. The goal for this project is to have the building plans scanned into a database where they can be stored and easily accessed. Enclosed is a Sole Source Justification form as well as the quote from MCCi for Phase lV and an addendum contract forthe destruction ofthe documents once scanned and accepted by Augusta Planning & Development. The estimated cost for this project will not exceed 5g5,000.00,which will be funded through the Planning & Development Data processing Budget, org key 277-o7- 2210, object code 5213110. Upon our approval, we will proceed to create an agenda item for Commission approval. please do nothesitate to contact me if you have questions. Approved:,*", ililf i Sams, Director of Procurement Mr. Jarvis Sims, lntti Phone 706 827 1796 o Far 706 g21 ,1g06. www augustaga gov Department Head Signatu Approval Authority: Admini strator Approval I COMMENTS: Print Form Date: 4/17/2019 out", y'//z//? o^,", f/N//? --A Sole Source Justification @eference Article 6, Procurement Source Selection Methods andCONtTACt AWArdS, S 1.10.56 SOLE SOURCE PROCUREMENT Vendor: MCC|E-Verify Number: 42302 Commodity: project Software Estimated annual expenditure for the above commodity or service:$ 85,000.00 rne Droposed Durchase. Attach a memorandum containing completeas directed in initialed entry. (More than one entry will apfly to most SO.LE SOURCE REQUEST IS FOR THE ORIGINAL MANUFACTURER OR PROVIDER,THERE ARE NO REGIONAL DISTRIBUTORS. (Attach the manufacturer's nrittencertification that no regional distributors exist. Item no. 4 also must be completed.) SOLE SOURCE REQUEST IS FOR ONLY THE AUGUSTA GEORGIA AREADISTRIBUTOR oF THE ORIGINAL MANUFACTURER oR pRovIDER. (Attach themanufacturer'5 - 16f the distribut6l's - written certification that identifies all regionaldistributors. Item no. 4 also must be completed.) THE PARTS/EQUIPMENT ARE NOT INTERCHANGEABLE WITH SIMILAR PARTS OFANOTHER MANUFACTURER. (Explain in separate memorandum.) THIS IS THE ONLY KNOWN ITEM OR SERVICE THAT WILL MEET THE SPECIALIZEDNEEDS oF THIS DEPARTMENT oR PERFORM THE INTENDED FUNCTTON. (Attachmemorandum with details of specialized function or application.) THE PARTS/EQUIPMENT ARE REQUIRED FROM THIS SOTJRCE TO PERMITSTANDARDIZATION. (Attach memorandum describing basis for standardization request.) NONE OF THE ABOVE APPLY. A DETAILED EXPLANATION AND ruSTIFICATIONFOR THIS SOLE SOI.JRCE REQUEST IS CONTAINED IN ATTACHED MEMORANDUM. The undersigned requests that competitive procurement be waived and that the vendor identified as the supplierof the service or material described in this iole source justification be authorized as a sole source for the serviceor material. 1. 2. 3. 4. 5. 6. Name: Roo"n H. st'r"rrun, ttlfpepartment: planning & Development justification and support documentation sole source products/services requested). Rev. 09/10/12 n@;oate: \/ tfr( K Cover Page Prepared For: Augusta – Richmond County, GA Presented By: Mike Beaudreau SCANNING SOLUTION Issued: April 23, 2019 April 23, 2019 Ms. Debbie Freeman Augusta – Richmond County 535 Telfair Street Building 2000 Augusta, GA 30901 Dear Ms. Freeman: Thank you for allowing me to work with you regarding our Digitization services. While reviewing the enclosed Proposal, please keep in mind the following advantages of being a MCCi Client: Experience - MCCi was created by Municipal Code Corporation to focus on innovative solutions for the public sector. MCCi has been providing scanning, indexing, and conversion services to entities including Cities, Counties, State Agencies, Special Districts, School Districts, Law Enforcement, and more for over 15 years. We have completed hundreds of projects and have a long list of satisfied Clients. Client Commitment – We are committed to making sure your project is done right. If the quality of our work is not what you expect, we fix it. Our Clients come first. Safe & Secure – All Scanning Division staff go through HIPAA and CJIS training for sensitive documents. Sensitive data is stored and accessed using several levels of security. Leading Provider – MCCi is the leading provider of Laserfiche in the world and a Laserfiche Gold VAR. Even if you don’t have Laserfiche, we know document management and can help make sure you are able to leverage your digital documents. Complete Solutions – In addition to converting documents, we provide solutions for document management, business process improvement, and managing public records requests. We are passionate about helping our Clients go paperless and improve overall efficiency. Working with a single partner can help reduce costs and improve project outcomes. If you have any questions concerning our proposal or desire additional information, please do not hesitate to contact me. We appreciate your interest and hope that we will have the pleasure of working with you. Sincerely, Michael Beaudreau Account Executive Executive Summary CORPORATE OFFICE Sales Department 1958A Commonwealth Lane ● Tallahassee, FL 32303 Phone (800) 342-2633 ● Fax (850) 564-7496 MICHAEL BEAUDREAU Account Executive Atlanta, Georgia Office (770) 855-9159 ● mbeaudreau@mccinnovations.com EXECUTIVE SUMMARY OUR HISTORY Our story goes back to the 1950s, as a one-man operation, for the sole purpose of codifying municipal laws and ordinances and printing this material. George Langford, the founder of Municode, was a true pioneer. He bought the first copy machine in Florida and carried it from city to city in the trunk of his Buick. Fast forward 65 years and look at us now! MCCi is committed to leading the industry, staying abreast of technology and focusing on the needs of our clients so that everyone – our clients and our employees – may grow. OUR CULTURE We are fanatical about client success. Success starts with our eagerness to understand our client’s goals. We understand that excellent service, client education and follow up are all part of the successful life cycle. We don’t just want to date our clients. We demand every member of our team understand and practices the foundation of a long-term relationship: communication, caring, and commitment. We innovate and evolve. Our growth initiatives are based on what our clients need and where they are headed. We understand that we must continuously evolve and improve to support our clients. OUR TEAM MCCi is a leading provider of digitization services in the nation. With scanning facilities throughout the U.S., coupled with our on-site scanning services, we have the capabilities to handle projects large and small. We are not just your scanning service provider. We are consultants who can draw from more than 15 years of experience to provide customized solutions. CLIENT RELATIONS From the beginning, we take the time to learn about your organization’s needs to provide you with top- notch service to help you achieve your goals. Your account executive will assist in managing customer service communication through the life of the product. PROJECT MANAGEMENT When it is time to start your project, we will introduce you to your project team. During this introduction, the team will discuss the project objectives, the anticipated timeline, and answer any questions. PRODUCTION TEAM From document preppers, indexers to scanning operators and quality control, our team members have extensive experience in the digitization process. The team follows specific project guidelines for each step of the process, ensuring quality and accuracy. LEADERSHIP You can rest assured that our company stands behind our work. Our scanning division managers, chief operating officer, and even our president is available to handle escalated issues to make sure every client is satisfied. We listen to our client’s needs and always make that our number one priority. Why Now WHY NOW IS THE TIME STORAGE SPACE Large quantities of paper documents and records can take up valuable office space and limit the ability to run your department. If you utilize off-site storage, scanning your documents can save you money on retrieval requests and storage fees. By digitizing your files, you can save space, money, and time. DISASTER PREPAREDNESS Moving to electronic files can be an important part of your disaster preparedness and business continuity plan. Scanned documents provide backup copies of your files in an easily portable digital format. This provides extra assurance that you will be able to access your information in the event of a disaster. TRACKING & SHARING Scanning your documents and records can help you share the information instantly with staff and clients at any location. Electronic files can eliminate the need for costly reproduction, mailing, and are easier to track. Search, find, and share your documents in minutes instead of hours. SCANNING SERVICES RECORDS TYPES Documents come in countless formats from letter or legal size, to large format. Don’t forget about microfilm, microfiche, and bound books! PICKUP & SHIPPING Scanning facilities located throughout the U.S. provide easy pick-up or shipping of records. FLEXIBLE SCHEDULES Monthly, quarterly, and annual scanning schedules are available. ACCESS TO RECORDS While records are in MCCI’s possession, you can request a copy of any documents and typically fulfilled within 24-hours. SAFE & SECURE Our facility maintains HIPAA and CJIS certifications for working with sensitive records. Our team is trained in document handling procedures to ensure that your records are processed with care. LASERFICHE EXPERTS As the top Laserfiche provider in the world, MCCi can integrate the scanned documents with your Laserfiche solution to provide a powerful index retrieval search engine. Quality Control QUALITY CONTROL IS OUR TOP PRIORITY From the time we receive your documents until the project is complete, we treat your documents as if they are our own. We understand the care needed to ensure that documents are properly preserved. SECURE DOCUMENT TRANSPORTATION We can provide pickup and transportation of the documents to our secure production facility. All documents have a high-level inventory checkpoint, carefully loaded on our truck, signed by the driver, and transported to our secure facility. Upon arrival, a manager will verify and sign for the documents. Each project will be inventoried into our facility, labeled, and secured until the project process begins. PREPARATION Our preparation team prepares the documents for scanning according to the clearly defined project specifications, agreed upon with MCCi and our client. Document preparation can include removing staples and otherwise preparing the documents and large format drawings for scanning. The prep team is assigned specific work and focused on one project to ensure accuracy. SCANNING After preparation is complete, our scanning team receives documents ready to be scanned. We prepare scanner settings, proper document separation, and ensure the document batch is ready to be digitized. Images are reviewed during the scanning process for clarity and page capture for proper standards. Our clients review the first batch of scanned images to verify quality meets their expectations. Scanners are inspected and regularly maintained to ensure proper working order. INDEXING Before we start your project, we will have consultations to understand your complete indexing needs. Verifying the correct metadata associated with your documents can be critical to the success of the project. Our indexing team follows specific instructions based on the client’s project. IMPORT OF RECORDS MCCi offers import services to ensure that scanned records can be easily imported into the client’s system, decreasing the workload on the Client. Our team is experts on importing records, Laserfiche best practices, architecture standards, and templates/metadata. QUALITY ASSURANCE IS A TEAM EFFORT Our production team follows a proven process specifically designed to review and monitor the quality of the client’s information throughout the entire process. As the work passes through each phase, it is quality checked randomly by the unit. Upon reaching the final phase, we produce a quality product that multiple team members have reviewed to look for missing, blank, or rotated pages and other issues. Upon receipt of delivery from MCCi, we encourage our clients to conduct their own quality assurance inspection to ensure accuracy and quality: • Verify general contents of the returned shipment • Spot check documents to assure proper order according to project specifications • Validate physical images match digital images • Let MCCi know promptly of any found errors or issues. Scanning Solution MCCi | Page 6 of 10 SCANNING SOLUTION SCOPE OF SERVICES AND PROJECT PRICING The Client will furnish MCCi for its use in preparing the document imaging project all hardcopy /electronic documents to be converted. PROJECT SCOPE – All estimates are based on information provided by the Client • General Description Document Size: Large Format up to 42” wide Department: Planning and Development Document Types: Plans Document Count: 1,479 Image Count: 59,160 Images Per Document: 40 • Document Preparation: Current Storage Method: Boxes/Mail Condition of documents: Generally good • Image Processing & Indexing DPI & Color: 300 DPI, Black & White Number of Index Fields: Up to 4 Fields (Document name counts as an index) Document Naming Convention: Document Name, year, type, TBD Fields to be Indexed: Document Name, year, type, TBD Optical Character Recognition: Not Included • Image Output Method of Delivery: Secure FTP Transfer Output Type: Laserfiche Briefcase • Material Handling Shipping Logistics: MCCi Pickup Shipping & Delivery Terms: Up to 1 shipment (if job is broken up, volume pricing must be also) • Special notes: • Any corrections such as rescans or indexing changes must be brought to MCCi’s attention within 90 days of the date that MCCi delivers the data to the Client. Corrections will not be made after 90 days. • MCCi will recycle the documents, at no additional cost, once the job is done and the Client gives approval. MCCi | Page 7 of 10 PROJECT PRICING Project I – Conversion of Documents estimated cost Not to Exceed $85,000.00 Excess Images @ $1.43 PAYMENT & BILLING TERMS MCCi will invoice project on a monthly schedule, based on deliverables (via Electronic media or the internet). Payment is due upon receipt of an invoice. MCCi | Page 8 of 10 MCCi, a Limited Liability Company, which is duly organized and existing under the laws of the State of Florida, hereinafter referred to as MCCi, hereby offers the Laserfiche Software & Services to the AUGUSTA – RICHMOND COUNTY, GA, a corporation duly organized and existing under state law, hereinafter referred to as the Client, according to the following terms and conditions. MCCI DOCUMENT SERVICES – INDEXING SERVICES. Once MCCi has received your documents, the following process will occur according to the terms laid out in MCCi’s pricing proposal and may vary according to services selected. CONSULTATION. A Consultation will be scheduled via a telephone conference after receipt of signed contract. This consultation is designed to go over the following: the signed contract and terms, folder structure, current searching methods, document naming scheme, document preparation requirements, and document shipment and/or pick up. DOCUMENT PREPARATION. If you decide to send paper documents to MCCi, the process of document preparation begins with removing any materials that may prohibit the document from being fed through the scanner (i.e. Removal of documents from file folders, Removal of staples, paperclips, tape, clips, etc) and is described as Document Preparation. Upon completion of scanning, MCCi will organize the documents into their original order as received from the Client but not placed back into their file folders or reprepped unless specifically stated otherwise in the project scope. DOCUMENT ORGANIZATION & INDEXING. Based on the scope of the project and outcome of your consultation, MCCi will organize and index your documents. Each project will have its own required organization and indexing requirements. Our project management team will work with the Client to identify those requirements. Prior to project kickoff we will send the Client example template cards and file-tree structure for their approval. Or, if the Client already has existing Laserfiche template cards created for a specific document series, they can send us that template via Laserfiche Briefcase. DOCUMENT QUALITY CONTROL. MCCi performs a thorough quality control process after the job has been completed. Steps are taken to ensure documents have been captured, the quality of the scanned images are comparable to the originals, and manual indexing errors have been corrected. Even with the best quality control processes, there are going to be occasional errors that go uncorrected. MCCi’s acceptable error rate will be less than 0.5% for the overall project, unless otherwise stated in writing. MCCi cannot be accountable for records not reflected in original inventory report as provided by Client. MCCi will correct only those valid discrepancies above the acceptable error rate reported within 90 days after delivery of electronic data to Client. DOCUMENT STORAGE. MCCi’s facilities contain secure rooms for hardcopy “work in progress” document storage. MCCi will arrange for the return of hardcopy documents to the client after completion of scanning. If documents reside at mcci facilities for a period longer than 90 days after converted electronic data is delivered to client storage charges of $2.50 per cubic foot per month will apply. DATA STORAGE MCCi is not responsible for maintaining a copy of Client data, with the exception of Clients who contractually and on a recurring basis, utilize MCCi’s Online Document Hosting Services. MCCi periodically reviews and deletes Client data from previous projects. The timing of the periodic review and deletion of data is at MCCi’s discretion. MCCi recognizes that for records retention and security compliance, the Client may require MCCi to delete copies of it’s data prior to MCCi’s process of deleting data; If so, the Client is responsible for making the request in writing and for obtaining confirmation of data deletion. ENTERPRISE WIDE SCANNING SERVICES. In accordance with the terms and conditions herein, MCCi can provide any department in the organization with scanning services for documents other than those described in this pricing proposal. All costs are volume based and can be provided upon request. MCCi will consult with each department interested in beginning their own project to determine individual scanning and indexing needs. MICROFILM & FICHE CONVERSION SERVICES. MCCi offers electronic conversion services for microfilm, microfiche, and aperture cards. The Client will provide MCCi with data to be converted to electronic format. MCCi will extract the images contained on the film/fiche and migrate them to Laserfiche or to another industry standard format as requested by the Client. The images will be captured based upon the reduction ratio and threshold between the beginning and ending of new images on the original film. MCCi is not responsible for the accuracy of existing image quality, such as black borders, skewed images, blurry images, non- legible images, or other errors that are not controllable by MCCi. Unless otherwise specified in the project scope, MCCi will index by the roll/card number or unique identifier. LASERFICHE SEARCH ENGINE MEDIA. If included in the Scope of Services, MCCi will integrate the documents with the LaserFiche Software to provide the Client with the most powerful index retrieval search engine available with the following features: intuitive browse window, index cards, and full text word search. MCCi will provide the Client with the appropriate media containing all documents scanned and integrated with Laserfiche. ONLINE DOCUMENT HOSTING. MCCi will post the documents to the web for a minimal annual fee. MCCi provides the Client with a direct link which can then be linked to the Client’s website for public access if desired. Document storage cost is determined upon actual image count. All documents on the site are integrated with a search engine, and updates are incorporated as the database is amended. PROJECT TIMELINE. MCCi will complete and deliver the project within the predetermined project timeline as agreed upon with the Client. Should MCCi require additional time, the Client will be notified immediately. DOCUMENT TRANSPORTATION. The Client is required to package all materials per MCCi’s instruction prior to delivery of materials to MCCi facilities. If the Client chooses to utilize MCCi’s pick up and delivery service (offered in select states), pricing is based on picking up the entire project described in the scope of services in one shipment. At the time of updating or if additional trips are required due to the Client not having all the documents ready for pick up, additional charges will be applied. If the Client chooses to ship via a certified carrier, the Client incurs all shipping costs. PRICING. Charges apply on a per project basis and are dependent upon size and volume of documents. MCCi requires having the entire project in bulk, rather than in small quantities. Breaking the project into smaller quantities will affect the volume pricing, and additional charges per image may apply. A sample may be required prior to confirming large volume job pricing. UNANTICIPATED DOCUMENT TYPES & SIZES. The prices quoted are made with the expectation that Client will properly prepare and annotate materials for scanning bureau use and that documents are consistent with the description provided in the scope of services. If documents are not as initially represented, additional charges will apply. MCCi will call for authorization to proceed with the project. MCCi | Page 9 of 10 LASERFICHE SYSTEM CLIENTS. Due to requirements by Laserfiche systems regarding the importing of images and indexing information, it is highly recommended that Clients who already have a Laserfiche system have their documents scanned using only Laserfiche software. This will ensure that all associated indexing information will be properly retained after the importing of images into the Laserfiche system. MCCi has knowledge of the software versions, indexing requirements, and compatibility issues for each of our Laserfiche system Clients. For these reasons, MCCi should be considered as a Preferred/Best Value provider for scanning services. Additionally, Laserfiche System Clients are required to supply MCCi with a Laserfiche Briefcase of their current folder/template structure, prior to each scanning project / updates to existing projects. MCCI CERTIFIED PARTNERS. MCCi maintains partnerships for the purpose of additional capacity and flexibility in meeting Client expectations. In the event partners are used for a project, the management and support of the project is handled directly by MCCi. . Physical documents will never leave the United States, but our partners may utilize offshore resources to handle document indexing, quality control, and other processes. AGREEMENT EXTENDED TO OTHER GOVERNMENTAL UNITS. MCCi agrees to allow any other Government agency to purchase items at the same terms, conditions and pricing as this contract during the period of time that this contract is in effect. Minor changes in terms and conditions may be negotiated by MCCi and participating Government agencies. Any orders issued against this agreement shall be the sole responsibility of the Government agency placing the order. It is understood that the Client shall incur no financial responsibility in connection with any purchase by another Government agency. TERMINATION. The services provided in this agreement will be in full force and effect for a period of three (3) years from the date of shipment of the completed product to the organization. Thereafter, this agreement will be automatically renewed from year to year, provided that either party may alter or cancel the terms of this agreement upon sixty (60) days' written notice. FORCE MAJEURE. Neither party shall be liable for any delay or failure in performance due to causes beyond its reasonable control. CLIENT FINANCIAL SOLVENCY/BANKRUPTCY. MCCi may require payment in advance for products and services in response to learning of financial solvency or bankruptcy issues. LIMITED LIABILITY. Notwithstanding anything in this Agreement to the contrary, MCCi’s total liability to the client for any and all claims, damages, or liability arising out of or related in any way to this agreement or the products or services being provided by MCCi to Client shall be strictly limited to the project fees paid to MCCi by the Client for the preceding 12-month period immediately preceding the event giving rise to the claim by the Client, and shall also be limited to the fees paid to MCCi for the particular service/product that the Client’s claim was caused by or arose out of. INDEMNIFICATION. If MCCi or our affiliates (owners or partners), or any of our or their respective employees, agents, or suppliers (the “Indemnitees”) is faced with a legal claim by a third-party arising out of your actual or alleged gross negligence, willful misconduct, violation of law, failure to meet the security obligations required by the Agreement, or violation of your agreement with your customers or end users, then you will pay the cost of defending the claim (including reasonable attorney fees) and any damages award, fine or other amount that is imposed on the Indemnitees as a result of the claim. Your obligations under this subsection include claims arising out of the acts or omissions of your employees or agents, any other person to whom you have given access to the Services, and any person who gains access to the Services as a result of your failure to use reasonable security precautions, even if the acts or omissions of such persons were not authorized by you. You must also pay reasonable attorney fees and other expenses we incur in connection with any dispute between persons having a conflicting claim to control your account with us or arising from an actual or alleged breach of your obligations to them. PAYMENT & BILLING TERMS. MCCi will invoice project on a monthly schedule, based on deliverables (via Electronic media or the internet). Payment is due upon receipt of an invoice. MARKETING & REFERENCES. Client agrees to allow MCCi to publicly announce the client’s selection of MCCi for the specific solution(s), at the time of the client contracting with MCCi. Additionally, upon the client providing written consent, MCCi is authorized to publish and publicize testimonials and case study information pertaining to MCCi’s work with the Client. This information, including the Client’s organization name, logo, and contact information will be used in all media types. USE OF BASECAMP. Through the course of this project, MCCi may choose to utilize the third-party service Basecamp (http://www.basecamp.com) for project management and team collaboration. Documentation and correspondence exchanged between MCCi and The Client may be stored in Basecamp. The Client acknowledges that Basecamp is responsible for secure storage of this documentation, and agrees that Basecamp's security guidelines located at https://basecamp.com/security are acceptable for the storage of The Client's data and correspondence exchanged with MCCi. MCCi | Page 10 of 10 Submitted by: MCCi, a Limited Liability Company Date: April 23, 2019 By: _______________________________________________ (Signature) _______________________________________________ (Printed Name & Title) Noted Items Accepted by: AUGUSTA – RICHMOND COUNTY, GA Date: _____________________________________________ By: ______________________________________________ (Signature) ______________________________________________ (Printed Name & Title) Commission Meeting Agenda 5/21/2019 2:00 PM Digitizing and Indexing Historic Building Plans – Phase IV Department:Planning & Development Department:Planning & Development Caption:Motion to approve to enter into Phase IV contract with MCCi, LLC as a sole source vendor for the amount of ‘not to exceed $85,000.00’ for the purpose of digitizing and indexing historic building plans. (Approved by Public Services Committee May 14, 2019) Background:The State record retention code requires that building plans be retained for the life of the structure. We have approximately twenty-five years of building plans stored in the City owned building at 510 Fenwick Street. The plans have deteriorated over the years because of the exposure to the humid environment when the plans were stored at the old License & Inspection office at 1815 Marvin Griffin Road. The goal for this project is to have the building plans scanned in to a database where they can be stored and easily accessed. Analysis:The Information Technology Department is working with the Planning & Development Department for the conversion and indexing service to store building plans. In 2017, the Planning Department began the scanning project using MCCi because of their established vendor relationship within the Procurement Department and the Information Technology Department. Approximately 77,350 pages have been scanned in Phases I, II & III at a total cost of $110,725…. The use of MCCi as the Sole Source vendor has been approved by the Procurement Department and the Interim Administrator….Approximately 146,851 pages remain to be scanned. Financial Impact:Not to exceed $85,000. Alternatives:Do not approve. Recommendation:Approve Funds are Available in the Following Accounts: The funds are in Org. Key 217-07-2210, Object Code 5213110 Data Processing. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Augusta Regional Transportation Study RIC H M O ND - COLUMBIA - AIKEN - EDGEFIELD GEORGIA - SOUTH CAROL IN A FY 2020 Unified Planning Work Program Prepared By:Augusta Planning & Development DepartmentRobert Sherman III, Director In Cooperation With: Aiken County, Edgefield County, and Columbia CountyFederal Highway AdministrationGeorgia Department of TransportationSouth Carolina Department of Transportation April 2019 (This page left blank intentionally) FINAL FISCAL YEAR 2020 UNIFIED PLANNING WORK PROGRAM FOR THE AUGUSTA REGIONAL TRANSPORTATION STUDY PREPARED BY THE AUGUSTA PLANNING AND DEVELOPMENT DEPARTMENT IN COOPERATION WITH: AIKEN COUNTY PLANNING AND DEVELOPMENT DEPT. AUGUSTA PUBLIC TRANSIT DEPT. LOWER SAVANNAH COUNCIL OF GOVERNMENTS GEORGIA DEPARTMENT OF TRANSPORTATION AND SOUTH CAROLINA DEPARTMENT OF TRANSPORTATION SERVICING CITY OF BLYTHE, GA; CITY OF HEPHZIBAH, GA; RICHMOND COUNTY, GA; CITY OF GROVETOWN, GA; COLUMBIA COUNTY, GA; FORT GORDON GA; AUGUSTA PUBLIC TRANSIT; CITY OF NORTH AUGUSTA, SC; CITY OF AIKEN, SC; AIKEN COUNTY, SC; TOWN OF BURNETTOWN, SC; TOWN OF NEW ELLENTON, SC; EDGEFIELD COUNTY, SC; BEST FRIEND EXPRESS, AND LOWER SAVANNAH COUNCIL OF GOVERNMENTS The contents of this report reflect the views of the persons preparing the document and those individuals are responsible for the facts and the accuracy of the data presented herein. The contents of this report do not necessarily reflect the views or policies of the Georgia Department of Transportation, South Carolina Department of Transportation, the Federal Highway Administration, or the Federal Transit Administration. This report does not constitute a standard, specification, or regulation. FINAL MARCH 27, 2019 (This page left blank intentionally) (This page left blank intentionally) LIST OF ACRONYMS 3C Cooperative, Continuous & Comprehensive ACPDD Aiken County Planning & Development Department ADA American with Disabilities Act of 1990 APDD Augusta Planning & Development Department APT Augusta Public Transit ARTS Augusta Regional Transportation Study BFE Best Friend Express BPAC South Carolina Bicycle and Pedestrian Advocacy Committee CAC Citizens Advisory Committee CCPD Columbia County Planning Division CMP Congestion Management Process CHSP Coordinated Human Services Plan CMS Congestion Management System COA Comprehensive Operations Analysis COG Council of Governments COOP Continuity of Operations Plan CSRA-RC Central Savannah River Area – Regional Council DAR Dial-A-Ride DBE Disadvantaged Business Enterprise EJ Environmental Justice EMA Emergency Management Agency EPA Environmental Protection Agency FAST Act Fixing America’s Surfact Transportation Act FFR Federal Financial Reports FHWA Federal Highways Administration FTA Federal Transit Administration GA Georgia GAMPO Georgia Association of Metropolitan Planning Organizations GAPA Georgia Chapter of American Planning Association GDOT Georgia Department of Transportation GIS Geographic Information Systems ITS Intelligent Transportation Systems LEP Limited English Proficiency LOS Level of Service LSCOG Lower Savannah Council of Governments MOU Memorandum of Understanding MPA Metropolitan Planning Area MPO Metropolitan Planning Organization MPR Milestone Progress Reports MSA Metropolitan Statistical Area MTP Metropolitan Transportation Plan NHPMS National Highway Performance Monitoring System NHS National Highway System NPMRDS National Performance Management Research Data Set NTD National Transit Database NTI National Transit Institute PBPP Performance-Based Planning and Programming PC Policy Committee PPP Public Participation Plan RFP Request for Proposals SC South Carolina SCDJEC South Carolina Department of Health and Environmental Control SCDOT South Carolina Department of Transportation SCDPS South Carolina Department of Public Safety SETP Self-Evaluation and Transition Plan SMTF State Mass Transit Funds STIP State Transportation Improvement Program TA Transportation Alternatives (TA set-aside) TAM Transit Assett Management TAP Transportation Alternatives Program TASC Transportation Association of South Carolina TAZ Traffic Analysis Zone TBD To be determined TCAC Transit Citizens Advisory Committee TCC Technical Coordinating Committee TDP Transit Development Plan TIP Transportation Improvement Program TNSC Test Network Subcommittee TrAMS Transit Award Management System TSIR Traffic Safety Improvement Report UPWP Unified Planning Work Plan TABLE OF CONTENTS INTRODUCTION ................................................................................................................................. 1 1. Purpose of the Unified Planning Work Program ........................................................ 1 2. ARTS Metropolitan Planning Organization Overview .............................................. 1 3. Organizational Structure .................................................................................................... 2 4. MPO Planning Factors ......................................................................................................... 5 5. ARTS Transportation Plan Goals and Objectives ....................................................... 6 6. Transportation Planning Priorities ............................................................................. 11 7. Fiscal Year 2019 - Highlights and Accomplishments ............................................. 13 8. Other Planning Studies Underway or Recently Completed ................................. 14 WORK ELEMENT 1 – ADMINISTRATION................................................................................. 15 TASK 1.1 - Program Coordination ..................................................................................... 15 TASK 1.2 - Training & Employee Education ................................................................... 18 TASK 1.3 - Unified Planning Work Program .................................................................. 19 WORK ELEMENT 2 – PUBLIC INVOLVEMENT ....................................................................... 21 TASK 2.1 - Community Outreach/Education ................................................................. 21 WORK ELEMENT 3 – TRANSPORTATION DATA COLLECTION AND ANALYSIS .......... 23 TASK 3.1 - Socioeconomic Data/Environmental Justice ............................................ 23 TASK 3.2 - Land Use Monitoring ......................................................................................... 25 TASK 3.3 - Transportation Surveys, Models and Analysis ........................................ 27 TASK 3.4 - Environmental Justice / Title VI ................................................................... 29 TASK 3.5 - GIS Development & Applications .................................................................. 30 WORK ELEMENT 4 - TRANSPORTATION SYSTEM PLANNING ......................................... 32 TASK 4.1 – Metropolitan Transportation Plan ............................................................. 32 TASK 4.2 - Congestion Management Process ................................................................. 34 TASK 4.3 - Intermodal Planning ......................................................................................... 36 TASK 4.4 SPECIAL TRANSPORTATION STUDIES ................................................................. 38 TASK 4.4.1 – Washington Road Corridor Pedestrian Study ......................................38 TASK 4.4.2 – Aiken County Access Management Plan .................................................39 TASK 4.4.3 – US 1 Corridor Study........................................................................................40 TASK 4.5 - Air Quality Issues ............................................................................................... 42 WORK ELEMENT 5 - PUBLIC TRANSIT / PARATRANSIT ................................................... 44 TASK 5.1 - Program Support and Administration (44.21.00) ................................. 44 TASK 5.2 – Metropolitan Transportation Planning (System Level) (44.23.01) 47 TASK 5.3 - Short-Range Transportation Planning (44.24.00) ................................. 49 TASK 5.4 - Transportation Improvement Program (44.25.00) .............................. 51 WORK ELEMENT 6 – PERFORMANCE BASED ........................................................................ 52 PLANNING ......................................................................................................................................... 52 TASK 6.1 - Performance Based Planning ........................................................................ 52 WORK ELEMENT 7 – TRANSPORTATION IMPROVMENT PROGRAM ............................ 55 TASK 7.1 - Transportation Improvement Program (TIP) ......................................... 55 UNFUNDED PRIORITIES – TRANSPORTATION..................................................................... 57 Unfunded Priorities – Transportation Planning Tasks ............................................. 57 APPENDIX B – MPO CERTIFICATIONS ..................................................................................... 69 FIGURES Figure 1 - ARTS MPO Planning Area ................................................................................... 3 Figure 2 - ARTS MPO Committees ........................................................................................ 4 Figure 3 - FY 2020 UPWP Budget ...................................................................................... 59 Figure 4 - FTA Section 5303 Budget Activity Line Item ............................................ 60 APPENDICES APPENDIX A – Title VI ............................................................................................................ 61 APPENDIX B – MPO CERTIFICATIONS .............................................................................. 69 1 INTRODUCTION 1. Purpose of the Unified Planning Work Program The Unified Planning Work Program (UPWP) is the annual work program for transportation and transit planning activities in the Augusta Regional Transportation Study (ARTS) area. The UPWP includes an overview of the ARTS transportation planning process and a description of each work element for Fiscal Year FY-2020 (July 1 – June 30). Work elements, tasks, activities, programs and projects are categorized in the following functional areas: Program Administration, Public Involvement, Transportation Data Collection and Analysis, Transportation System Planning, Public Transit and Paratransit, Performance Based Planning, and the Transportation Improvement Program (TIP). Special emphasis will be placed on performance based planning, project prioritization tool/s update, stakeholder involvement for freight, safety and security coordination, developing a regional transportation system database, monitoring and updating socioeconomic and land use data, annual demographic and growth trends report; updating the regional land use Geographic Information System (GIS) mapping database; corridor/area planning, developing a framework to identify needs and coordinate stakeholders relative to coordinated human services transportation; enhance public transit planning for fixed route bus, paratransit, demand response services and enhance mobility for seniors and persons with disabilities; and, other regional special studies, implementing local and regional air quality initiatives and strengthening the public involvement process. 2. ARTS Metropolitan Planning Organization Overview The Augusta Regional Transportation Study (ARTS) is a Metropolitan Planning Organization (MPO) established for the Augusta – Richmond, GA and Aiken SC urbanized area. The Federal-Aid Highway Act of 1962 established the requirement for transportation planning in urban areas throughout the country. Fixing America’s Surface Transportation (FAST) Act passed on December 4, 2015 (Pub. L. No. 114-94) reauthorizing federal-aid funding, and regulations for the metropolitan transportation planning process. The FAST Act streamlines the federal surface transportation project delivery process, strengthening performance-based planning, intermodal and freight movement, multimodal transportation planning and addresses challenges facing the transportation system. The FAST Act also makes provision for improving safety, maintaining infrastructure condition, reducing traffic congestion, improving efficiency of the system, protecting the environment, and reducing delays in project delivery. Project delivery focuses on four general categories to achieve streamlining: • Adding new flexibilities to increase efficiencies • Refining existing authorities • Adding new tools to help accelerate project delivery • Building on Federal Highways Administration (FHWA) existing activities to accelerate project delivery The FAST Act requires that the planning process considers projects/strategies to improve the resilience and reliability of the transportation system, storm-water mitigation, and enhance travel 2 and tourism. This UPWP has been developed in accordance with the FAST Act regulations and guidelines. In keeping with the original federal mandate, the ARTS metropolitan transportation planning process is cooperative, continuous, and comprehensive (3C). The ARTS MPO planning process is ‘cooperative’ because it brings together locally elected officials, state and federal transportation personnel, citizens, and other interested parties to plan and program transportation projects. ARTS participants ‘continuously’ evaluate transportation needs and plan for long-term improvements. The ARTS process is ‘comprehensive’ because it considers all modes of transportation, including cars, trucks, buses, airplanes, railroads, public transit, bicycles, and pedestrians. The ARTS Metropolitan Planning Area (MPA) includes the urbanized area of the Augusta-Richmond County, Georgia – Aiken County, South Carolina Metropolitan Statistical Area (MSA), as defined by the U. S. Bureau of Census, and the area expected to be urbanized over the next twenty years. The study area includes Richmond County and the urbanized area of Columbia County in Georgia; the Fort Gordon Military Base: and the urbanized area of Aiken and Edgefield Counties in South Carolina. Incorporated places within the study area include four (4) cities in Georgia: Augusta, Hephzibah, Blythe and Grovetown; and four (4) cities in South Carolina: Aiken, North Augusta, Burnettown and New Ellenton. The study area boundaries reflecting regional growth based on the 2010 Decennial Census were modified and adopted by the Policy Committee on March 7, 2013 (Figure 1). 3. Organizational Structure The ARTS MPO consists of several committees that review and approve all amendments to the TIP/Metropolitan Transportation Plan (MTP). The current structure of committee meetings is quarterly, with each committee meeting a month before the subsequent committee. The role of each committee is described below and schematically presented in Figure 2. Test Network Subcommittee (TNSC) – made up of planners and engineers from the two states, local governments in the study area and regional planning agencies. The TNSC is the first to discuss the merits of a project and associated phasing and costs. Any technical considerations not previously identified by ARTS staff are brought up at the meeting. This is also an opportunity for project sponsors to ask questions related to the project moving through the amendment process. Technical Coordinating Committee (TCC) – made up of planners and engineers from the two states, the local governments in the study area and two regional planning agencies. The final draft and detailed information on a project are presented to the committee for recommended approval to the Policy Committee. Citizens Advisory Committee (CAC) – made up of citizens representing the jurisdictions and communities in the study area. The CAC provides local knowledge and citizen input on the projects and makes recommendations on the same to the Policy Committee. South Carolina Technical Coordinating Committee – subcommittee for the South Carolina portion of the ARTS area made up of planners and engineers from the South Carolina Department of Transportation (SCDOT) and local governments. Final draft and detailed information on a project are presented to the committee for recommended approval to the other ARTS MPO committees and the South Carolina Policy Subcommittee. 3 South Carolina Bicycle and Pedestrian Advocacy Committee (BPAC) – subcommittee for the South Carolina portion of ARTS made up of citizens, SC ARTS staff (ex-officio members), and other local officials (ex-officio members) advocating for bicycle and pedestrian transportation. This committee considers standalone projects as well as the bicycle and pedestrian or other multimodal transportation projects. Figure 1: ARTS MPO Planning Area 4 South Carolina Policy Subcommittee – includes local elected and appointed officials from the South Carolina portion of the ARTS area. The committee endorses projects for inclusion in the TIP and MTP. Policy Committee (PC) – voting members include elected officials from each local government in the study area, representatives from the Georgia and South Carolina Departments of Transportation, the Fort Gordon Garrison Commander and representatives of providers of public transportation. The Policy Committee is responsible for making the final decision on ARTS planning and programming issues, including amendments to the MTP and TIP. Figure 2: ARTS MPO Committees 5 4. MPO Planning Factors FY 2020 UPWP Work Elements Planning Factors Administration Ec o n o m i c V i t a l i t y Sa f e t y Se c u r i t y Ac c e s s i b i l i t y / M o b i l i t y En h a n c e / P r o t e c t E n v i r o n m e n t In t e g r a t i o n / C o n n e c t i v i t y Ma n a g e m e n t a n d O p e r a t i o n Pr e s e r v a t i o n Re s i l i e n c y / R e l i a b i l i t y / M i t i g a t i o n En h a n c e T r a v e l a n d T o u r i s m 1.1 Program Coordination X X X X X X 1.2 Training & Employee Education X X 1.3 Unified Planning Work Program X X X X Public Involvement 2.1 Community Outreach/Education X X X X X Transportation Data Collection & Analysis 3.1 Socioeconomic Data / Environmental Justice X X 3.2 Land Use Monitoring X X X X X X 3.3 Transportation Surveys, Model & Analysis X X X X X X 3.4 Environmental Justice/Title VI X X 3.5 GIS Development & Applications X Transportation System Planning 4.1 Long Range Plan X X X X X X X X X X 4.2 Congestion Management X X X X X X 4.3 Intermodal Planning X X X X X X X X 4.4 Special Transportation Studies X X X X X X X X X X 4.5 Air Quality X X X Public Transit/Paratransit 5.1 Program Support and Administration X X X X X 5.2 Long-Range Transportation Planning (System Level) X X X X X 5.3 Short-Range Transportation Planning X X X X X 5.4 Transportation Improvement Plan X X X X X Performance Based Planning 6.1 Performance Based Planning X X X X X X X X X Transportation Improvement Program 7.1 Transportation Improvement Program X X X Federal Planning Factors 6 1. Support the economic vitality of the metropolitan area, especially by enabling global competitiveness, productivity and efficiency; 2. Increase the safety of the transportation system for motorized and non-motorized users; 3. Increase the security of the transportation system for motorized and non-motorized users; 4. Increase the accessibility and mobility of people and for freight; 5. Protect and enhance the environment, promote energy conservation, improve the quality of life, and promote consistency between transportation improvements and state and local planned growth and economic development patterns; 6. Enhance the integration and connectivity of the transportation system, across and between modes, for people and freight; 7. Promote efficient system management and operation; 8. Emphasize the preservation of the existing transportation system; 9. Improve transportation system resiliency and reliability, reduce (or mitigate) the storm water impacts of surface transportation; and 10. Enhance travel and tourism. 5. ARTS Transportation Plan Goals and Objectives The ARTS 2040 Metropolitan Transportation Plan includes the following goals and objectives to address regional transportation issues/priorities. The table below demonstrates how the 2040 Metropolitan Transportation Plan aligns with Planning Factors and FY 2020 UPWP Work Elements. 7 ARTS TRANSPORTATION VISION GOALS FHWA GOALS PLANNING EMPHASIS AREAS UPWP WORK ELEMENT Mobility, Accessibility & Connectivity - Promote strategies that improve mobility and accessibility for motorized and non-motorized users including freight and goods movement. Regional Models of Cooperation - Performance-based planning and programming transportation investments to achieve performance outcomes. Transition to Performance-based Planning and Programming - Regional approach to transportation planning by promoting cooperation and coordination. Ladders of Opportunity - Access to Essential Services by identifying gaps in transportation connectivity. Improve transportation system resiliency and reliability. Enhance travel and tourism. Increase the accessibility and mobility of people and freight. Enhance the integration and connectivity of the transportation system. Promote efficient system management and operation. Emphasize the preservation of the existing transportation system. 3.4 Environmental Justice/Title VI (44.27.00) 4.1 Metropolitan Transportation Plan 4.3 Public Transit/Paratransit 4.3 Intermodal Planning (44.23.01) 4.4 Special Transportation Studies 7.1 Transportation Improvement Program (44.25.00) Economic Vitality & Environmental - Enhance the economic, social and environmental fabric of the region through coordinated transportation and planned land use. Regional Models of Cooperation - Performance-based planning and programming transportation investments to achieve performance outcomes. Transition to Performance-based Planning and Programming - Regional approach to transportation planning by promoting cooperation and coordination. Enhance travel and tourism. Reduce or mitigate the storm water impacts of surface transportation. Protect and enhance the environment, energy conservation, improve quality of life, and promote consistency with planned growth and economic development patterns. 3.2 Land Use Monitoring 3.4 Environmental Justice/Title VI (44.27.00) 4.1 Metropolitan Transportation Plan 4.2 Congestion Management Process (44.22.00) 4.4 Special Transportation Studies 7.1 Transportation Improvement Program (44.25.00) 8 ARTS TRANSPORTATION VISION GOALS FHWA GOALS PLANNING EMPHASIS AREAS UPWP WORK ELEMENT Financial Feasibility - Develop a transportation system that is financially and politically feasible and has broad support by increasing the safety and security of the transportation system for all users. Transition to Performance-based Planning and Programming - Regional approach to transportation planning by promoting cooperation and coordination. Improve transportation system resiliency and reliability. Support the economic vitality of the metropolitan area. Promote efficient system management and operation. Emphasize the preservation of the existing transportation system. 4.1 Metropolitan Transportation Plan 7.1 Transportation Improvement Program (44.25.00) Land Use & Transportation Integration - Promote efficient land use and development patterns to improve safety and economic vitality to meet existing and future multi-modal transportation needs. Transition to Performance-based Planning and Programming - Regional approach to transportation planning by promoting cooperation and coordination. Ladders of Opportunity - Access to Essential Services by identifying gaps in transportation connectivity. Improve transportation system resiliency and reliability. Reduce or mitigate the storm water impacts of surface transportation. Protect and enhance the environment, energy conservation, improve quality of life, and promote consistency with planned growth and economic development patterns. Promote efficient system management and operation. Emphasize the preservation of the existing transportation system. 3.1 Socioeconomic Data/Environmental Justice/Title VI 3.2 Land Use Monitoring 3.3 Transportation Survey, Model and Analysis 3.5 GIS Development and Application 4.1 Metropolitan Transportation Plan 4.4 Special Transportation Studies 7.1 Transportation Improvement Program (44.25.00) 9 ARTS TRANSPORTATION VISION GOALS FHWA GOALS PLANNING EMPHASIS AREAS UPWP WORK ELEMENT Safety & Security - Increase the security of the transportation system and promote strategies to reduce traffic crashes and injury outcomes. Transition to Performance-based Planning and Programming - Regional approach to transportation planning by promoting cooperation and coordination. Increase the security of the transportation system for motorized and non-motorized users. 4.1 Metropolitan Transportation Plan (44.23.01) 4.4 Special Transportation Studies 7.1 Transportation Improvement Program (44.25.00) Maintenance, System Preservation & Operational Efficiency - Allow mobility throughout the region by improving the physical condition and maintenance of the transportation network, and provide efficient and safe movement of persons and freight. Regional Models of Cooperation - Performance-based planning and programming to achieve performance outcomes. Transition to Performance-based Planning and Programming. Ladders of Opportunity - Access to Essential Services by identifying gaps in transportation connectivity. Protect and enhance the environment, energy conservation, improve quality of life, and promote consistency with planned growth and economic development patterns. Promote efficient system management and operation. Emphasize the preservation of the existing transportation system. 1.1 Program Coordination 1.3 Unified Planning Work Program 4.1 Metropolitan Transportation Plan 4.3 Public Transit/Paratransit 7.1 Transportation Improvement Program (44.25.00) 10 Congestion - Promote strategies to reduce traffic congestion and delay. Regional Models of Cooperation - Performance-based planning and programming to achieve performance outcomes. Transition to Performance-based Planning and Programming - Regional approach to transportation planning by promoting cooperation and coordination. Improve transportation system resiliency and reliability. Enhance travel and tourism. Promote efficient system management and operation. Emphasize the preservation of the existing transportation system. 4.1 Metropolitan Transportation Plan (44.23.01), 4.2 Congestion Management Process (44.22.00) 7.1 Transportation Improvement Program (44.25.00) 11 6. Transportation Planning Priorities The 2040 MTP identified specific priorities for the regional transportation priorities. These priorities were identified through Travel Behavior Surveys conducted during the planning process and reflects the plan’s goals and FHWA Planning Emphasis Areas. As a result, the following priorities are important to improving the ARTS planning area’s transportation system and relate to the 2040 MTP Goals and FHWA Planning Emphasis Areas: Congestion Management Process (CMP) – Monitoring traffic congestion and improving the efficiency of the existing transportation network is important to regional travel in the study area. During FY 2019, ARTS staff procured a professional consultant to update the CMP to align with federal guidelines for congestion management and performance based planning. This work was completed in FY 2019. ARTS staff will continue to work with regional planners, engineers, other transportation interest groups in ongoing efforts in preparing the annual CMP monitoring report and data collection related to traffic safety, accidents, travel counts and travel time data and GIS spatial analysis; and enhance efforts to move towards advanced corridor planning on regional congested corridors prior to projects moving from the MTP into the TIP. Additionally, MPO staff will continuously monitor the CMP and for future updates. By updating the CMP more detailed information will be available from the CMP and MTP allowing for better concept sketching a before a project moves into the engineering phase. 2050 Metropolitan Transportation Plan (MTP) – the 2050 MTP update is due in September 2020. This update began in FY 2019. The staff will continue to make updates that are necessary in response to changing transportation needs and priorities, and conform to the transportation planning regulations. The consultant will complete the update and its various components including the following areas: Freight Plan update, Bicycle and Pedestrian Plan update, Project Prioritization and Performance Measures as required by the FAST Act. Corridor Planning - The purpose of corridor planning is to analyze traffic and travel conditions along major transportation corridors and sub-areas, development impact and land use patterns on existing and future transportation systems. In addition to determining the potential growth, traffic flow, safety, multimodal mobility and transportation infrastructure needs for short and long-term improvements. The important study themes are: reduce/mitigate congestion and improve traffic safety; increased mobility during peak travel times; optimizing the relationship between land use and transportation; access management, complete streets, enhance multimodal systems and connectivity; evaluate existing and future travel; and analyzing the need and location for intersection improvements. ARTS staff will continue to work with local and county planning and engineering departments in Richmond and Columbia Counties to integrate land use and transportation planning. Additionally, the ARTS MPO will complete the Central Martinez Area Access Management Plan – Columbia County Corridor Planning. In Richmond County, two corridors, Peach Orchard Road and Gordon Highway, have been identified for funding as unfunded priorities to address multimodal transportation access, land development, road maintenance and traffic safety. Public Transportation – The MPO and local transit providers are challenged to increase the use of public transportation in an era with land use patterns that encourage strip development, mandates for new services, increasing elderly, retiree and veteran population groups, compounded with tight 12 operating budgets. Providing transportation services for the disabled and the environmental justice population groups to meet demand of medical trips and workforce development continues to be a priority through the development of a Coordinated Human Services Plan (CHSP). The ARTS transportation planning staff will continue to strive to provide access to essential services for low-income, minorities, Environment Justice, seniors and individuals with disabilities through better utilization of Federal Transit Administration (FTA) Section 5310 funds to support mobility management and enhance transit service provided by the Lower Savannah Council of Governments (LSCOG). The continued use of paratransit services within the ¾ mile buffer along fixed routes will be expanded by the new GIS address database. Both programs support regional transit improvements and the regional model of cooperation. During FY 2020, ARTS staff will continue ongoing FTA grant administration for Section 5310, provide technical support to the Transit Citizens Advisory Committee (TCAC), and assist Augusta Public Transit (APT) with developing an implementation strategy for transit service improvements identified in their current Comprehensive Operations Analysis (COA), transit asset management, monitor transit ridership and service operation data to develop performance measures and target setting. ARTS will also work with APT, LSCOG and Central Savannah River Area – Agency on Aging, and other social service agencies to address transit issues for the elderly and persons with disabilities through the implementation of the CHSP. Performance Based Planning – The integration of performance management concepts into the existing federally-required transportation planning and programming processes involves using data to support long-range and short-range investment decision-making. For the FHWA, FAST Act establishes the following National Performance Goals for Federal highway programs: safety, infrastructure condition, congestion reduction, system reliability, freight movement and economic vitality, environmental sustainability and reducing project delivery delays. In the ARTS MPO, the Safety Performance measures provided by Georgia Department of Transportation (GDOT) and SCDOT will be adopted by the MPO every year by the end of February. Additionally, the ARTS MPO worked with GDOT, SCDOT, FHWA and FTA on the further development of future performance measures for roads and bridges, highway asset management, system performance and MPO coordination. The Performance-Based Planning and Programming (PBPP) will be included in the 2050 MTP and the TIP updates as more information on the performance measures are received from GDOT and SCDOT. Coordinating Land Use and Transportation – Coordinating land use and transportation improvements is important given expected regional development patterns. In FY 2019, ARTS continued to collect certificates of occupancy for residential and commercial development to track land development and update the GIS spatial analysis and map. ARTS will continue these tasks and work with Aiken County, Edgefield County and Columbia County and other cities to improve data collection, analysis and reporting. This data analysis is part of the Regional Transportation System GIS Database. ARTS will continue efforts to develop an Annual Growth Trends Report to support socioeconomic demographic data updates for travel modelling. In FY 2020, the MPO will work closely with local planning and development organizations to monitor updates to land use plans; review site plans for regional models for existing or future traffic generators; utilize area zoning maps to update the existing regional land use map; develop a future regional land use GIS map and spatial analysis; develop and promote best land use practices that 13 support sustainable development; reduce transportation impacts and enhance land use and transportation integration near employment / retail / commercial activity nodes along regional transportation corridors. ARTS will identify feasible redevelopment alternatives to strip development that enhance opportunity for redevelopment along regional corridors and other highway improvements included in the TIP. Coordinating land use and transportation is an important component of the MTP since it provides an opportunity to analyze the effects of growth, develop policy responses to regional issues, and determine the demand or public facilities. Additionally, coordinated land use and transportation enables local, regional and federal agencies to address access management, right-of-way concerns, utilities, storm water issues using common expectations about future growth and development. Intermodal Connections and Safety – Due to the presence of at-grade railroad crossing on roads throughout the study area, there are many opportunities for conflicts between trains, vehicles and alternative modes of transportation. Cooperation between the railroads, transportation agencies and local governments is pertinent in resolving this long term problem and improving traffic safety. ARTS staff will continue to work with the Technical Coordinating Committee (TCC), Policy Committee (PC), and Chambers of Commerce to identify key stakeholders from railroad companies, trucking, other freight interest groups and large industries to encourage participation in the metropolitan planning process. 7. Fiscal Year 2019 - Highlights and Accomplishments • FY 2020 UPWP preparation • Special Studies – Congestion Management Process Update; • Commenced 2050 MTP update • Public Meetings for 2050 MTP and CMP updates; • 2040 MTP – Amendments, Transit Capital Program of Projects (POP), Update Performance Measures to align with 2040 Transportation Goals and Congestion Management System (CMS); • FY 2017-2022 Transportation Improvement Program – administrative modifications and amendments • Performance Based Planning – Safety and Public Transit Performance Measures; • Special Studies – Central Martinez Corridor Access Management Study – Procurement Process; • Title VI FHWA Monitoring report & Title VI FTA Monitoring report • GDOT FY 2019 Planning Grant • GDOT FTA 5303 Planning Grant application for FY 2020 • FTA 5310 grant application • FTA 5310 Grant - administrative and grant management • Regional Transportation System Database – Socioeconomic Data and Traffic/Travel Data, and Growth Trends Report; • Comprehensive Operations Analysis (COA) – Implementation Action Plan; • Update of Online Interactive Public Forum – ARTS TIP/MTP Interactive Transportation Projects; 14 • ARTS Traffic Safety Improvement Report – semi-annual update; • Update list of Administrative Modifications in TIP and MTP; • FY 2019 Annual Obligated Projects 8. Other Planning Studies Underway or Recently Completed ONGOING AND FUTURE PLANNING STUDIES FOR THE ARTS AREA NAME DESCRIPTION DATE COMPLETED/ADOPTED Special Studies –Congestion Management Process Update Augusta Planning and Development Department (APDD) solicited consultants to update the CMP, conduct the Annual CMP Monitoring Report and develop a Project Prioritization Process. Ongoing in FY 2019; expect to be completed March 2019 Special Studies –Central Martinez Area Access Management Study APDD will solicit consultants to develop the corridor area – Central Martinez Study to address traffic congestion and access management improvement concepts FY 2020; expect to be completed June 2021 Special Studies – 2050 Metropolitan Transportation Plan update APDD will solicit consultants to develop the 2050 MTP. APDD staff will update SE data for the regional travel model; and procure consultants. This process will include an update to the Freight Plan and Bicycle and Pedestrian Plan. Work will be performed in FY 2019 and 2020; expected to be completed on or before September 2, 2020 15 WORK ELEMENT 1 – ADMINISTRATION TASK 1.1 - Program Coordination Purpose: The purpose of this work element is to complete all of the basic activities needed to coordinate the work of ARTS participants and ensure compliance with all federal and state requirements. Previous Work 1. Coordinated work among study participants, governments, and citizens; including agenda items for ARTS South Carolina Policy Subcommittee. 2. Monitored work program schedule. 3. Updated staff work program for APDD to reflect UPWP tasks. 4. Organized ARTS Committee agenda and meetings. 5. Prepared minutes for the TNSC, TCC, CAC and PC meetings held during each quarter. 6. Approved meeting minutes from previous meetings and approval during each meeting. 7. Updated the Memorandum of Understanding (MOU), TCC, CAC, and PC By-Laws and membership lists. 8. Updated the Procedures Manual that includes the MOU, By-Laws for each committee, membership lists, meeting calendar, current TIP and UPWP. 9. Created and desiminated newsletters for existing and new committee members. FY 2020 Work Activities and Schedule: Activities under this work element include, but are not limited to the following: ACTIVITY EXPECTED COMPLETION DATE 1. Coordinate work among study participants, governments, and citizens. Monthly & Quarterly FY 2020 Quarterly reports due on the 15th day following the last day of the month. 2. Monitor work program schedule. 3. Provide progress reports to all ARTS committees. 4. Organize ARTS Committee meetings and preparing minutes of those meetings. 5. Update ARTS Policy and Procedures Manual and ARTS committees’ membership list. 6. Travel to meetings with ARTS participants, as well as other transportation related meetings or conferences. 7. Amend the transportation planning process in response to changes in federal laws and regulations. 8. Submit progress reports with quarterly requisitions and a year-end progress report with the final requisition. 9. Project Management activities for consultants services on the Special Studies Corridor Planning Central Martinez Access Management Plan FY 2020 – 2021 July 2019 through June 2020 16 ACTIVITY EXPECTED COMPLETION DATE 10.Implement Continuity of Operations Plan (COOP) for ARTS andidentify gaps and areas needing improvements to ensure continuousoperations in the event of a catastrophe.Schedule TBD to coincide with County Emergency Management Agency (EMA) training or drills Augusta Planning and Development Department (APDD) staff work activities for procurement of consultant services for Special Studies – Corridor Planning Central Martinez Corridor Area Access Management Plan. ACTIVITIES EXPECTED COMPLETION DATE 1.Prepare Draft Scope of Work review by Columbia County, FHWA andGDOT.March 2019 FY 2019 2.Submit Draft Scope of Work for review by Columbia County, FHWA,and GDOT.March 2019 FY 2019 3.Review and approve Draft Scope of Work by TNSC March 2019 FY 2019 4.Review and approve Draft Scope of Work by TCC May 2019 FY 2019 5.Review and approve Draft Scope of Work by meeting of CAC May 2019 FY 2019 6.Review and approve Draft Scope of Work by meeting of PC June 2019 FY 2019 7.Submit request to release a solicitation to hire consultant(s) forCentral Martinez Area Access Management Plan for Columbia CountyCorridor. Assist Procurement Department with Solicitation forRequest for Proposals (RFP)June 2019 FY 2019 8.Submit RFP Solicitation, project cost estimate, and draftadvertisement to FHWA, GDOT and SCDOT for approval and revise ifnecessary July 2019 FY 2020 9.Submit request to release a solicitation to hire consultant(s) forCentral Martinez Area Access Management Plan July/August 2019 FY 2020 10.Release Solicitation for RFP July 2019 FY 2020 11.Form consultant selection committee August 2019 FY 2020 12.Review Proposals and short list consultants September 2019 FY 2020 13.Conduct RFP Presentations September 2019 FY 2020 17 ACTIVITIES EXPECTED COMPLETION DATE 14. Select Consultant(s) October 2019 FY 2020 15. Document evaluation and selection process; prepare draft contract and submit draft agreement to FHWA and GDOT October 2019 FY 2020 16. Contract approval by Augusta Richmond County Commission November 2019 FY 2020 17. Contract award and Notice to Proceed November 2019 FY 2020 Work Schedule: Complete program coordination activities as detailed above during the program year. This task supports federal requirements for safety and security of ARTS transportation system. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD) and Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $48,000.00 $48,000.00 APDD (GA PL Match) $12,000.00 $12,000.00 FHWA (SC PL) $6,000.00 $45,000.00 $51,000.00 ACPDD (SC PL Match) $1,500.00 $11,250.00 $12,750.00 TOTAL $67,500.00 $56,250.00 $123,750.00 18 TASK 1.2 - Training & Employee Education Purpose: To expand the working knowledge of transportation planning methods, tools, techniques and procedures of the staff members involved in ARTS activities. Previous Work 1.Staff participated in conferences and work sessions sponsored by Georgia Chapter ofAmerican Planning Association (GAPA), the Georgia Association of Metropolitan PlanningOrganizations (GAMPO), as well as the quarterly Augusta - GDOT breakfast meetings and theperiodic GDOT construction work program meetings.2.Staff also attended workshops and stakeholder meetings sponsored by FHWA, GDOT and theannual GAMPO conference.3.ARTS staff participated in additional training, meetings, conferences and workshops. FY 2020 Work Activities and Schedule 1.Attend transportation planning related webinars, seminars, conferences and meetings asopportunities arise.2.Participate in educational opportunities related to topics covered by other work elements inthe UPWP. Examples include GDOT training classes, the annual GAMPO conference and worksession, FHWA workshops and National Transit Institute (NTI) training courses, the annualSouth Carolina MPO/Council of Governments (COG) conference, the annual AmericanPlanning Association Conference – SC Chapter, the Annual Training Conference sponsoredby TASC and mandatory continued education for planning staff as required by the SouthCarolina State Legislature. ACTIVITY EXPECTED COMPLETION DATE 1.2019 Georgia Chapter of APA Fall Conference Sept/Oct 2019 2.2020 Georgia Chapter of APA Spring Conference March/April 2020 3.South Carolina American Planning Association Conference Spring 2020 4.Georgia Association of MPOs Business Meetings and Annual Conference TBD 5.Meetings/Workshops with GDOT, SCDOT, and FHWA On-Going Work Schedule: July 1, 2019 - June 30, 2020 COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD), Aiken County Planning and Development Department (ACPDD) FUNDING SOURCE APDD ACPDD TOTAL FHWA (GA PL) $31,200.00 $31,200.00 APDD (GA PL Match) $7,800.00 $7,800.00 FHWA (SC PL) $6,000.00 $6,000.00 ACPDD (SC PL Match) $1,500.00 $1,500.00 TOTAL $39,000.00 $7,500.00 $46,500.00 19 TASK 1.3 - Unified Planning Work Program Purpose: The Unified Planning Work Program (UPWP) defines all ARTS planning activities undertaken in any fiscal year. The UPWP identifies the various agencies that will perform each activity and determines sources of funding for study activities. This document is prepared in conformance with Federal regulations. Activities involved in preparing the UPWP include: a review of planning issues; development of goals and objectives to address those issues; and development of planning programs that coincide with the stated goals and objectives. The planning programs must be assigned to the proper study participants and funding must be secured. Previous Work 1. FY 2019 UPWP was approved March 7, 2018. 2. Tracked and documented UPWP work activities, budget and expenses to produce quarterly reimbusement report and performance report. FY 2020 Work Activities and Schedule: The following activities will be undertaken by Augusta Planning and Development Department (APDD), Aiken County Planning and Development Department (ACPDD) and Lower Savannah Council of Governments (LSCOG) in developing of the UPWP: ACTIVITIES EXPECTED COMPLETION DATE 1. Develop Draft of FY 2021 UPWP Sept/Oct 2019 2. Complete activity descriptions and work schedules for work elements Nov 1, 2019 3. TCC endorses Draft FY 2021 UPWP Nov 13, 2019 4. CAC endorses Draft FY 2021 UPWP Nov 13, 2019 5. PC endorses Draft FY 2021 UPWP Dec 5, 2019 6. E-mail Draft FY 2021 UPWP to state and federal agencies Dec 17, 2019 7. Incorporate comments from reviewing agencies & other stakeholders Dec 2, 2019 8. E-mail final FY 2021 UPWP to CAC/TCC Jan 3, 2020 9. TCC endorses Final FY 2021 UPWP Feb 12, 2020 10. CAC endorses Final FY 2021 UPWP Feb 12, 2020 11. E-mail Final FY 2021 UPWP to Policy Committee Feb 22, 2020 12. PC approves Final FY 2021 UPWP March 5, 2020 13. Complete final version of FY 2021 UPWP March 17, 2020 14. Mail Final FY 2021 UPWP to state and federal agencies March 30, 2020 Product(s): FY 2021 ARTS Unified Planning Work Program (UPWP) 20 COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD) and Aiken County Planning and Development Department (ACPDD) FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $8,000.00 $8,000.00 APDD (GA PL Match) $2,000.00 $2,000.00 FHWA (SC PL) $800.00 $2,000.00 $2,800.00 ACPDD (SC PL Match) $200.00 $500.00 $700.00 TOTAL $11,000.00 $2,500.00 $13,500.00 21 WORK ELEMENT 2 – PUBLIC INVOLVEMENT TASK 2.1 - Community Outreach/Education Purpose: To provide information to ARTS participants and the general public about the transportation planning process; to respond to requests for information from the public; and to foster valuable public input into all transportation plans, programs and projects. Public involvement is an integral part in the success of the regional transportation planning process. The ARTS Participation Plan, adopted by the Policy Committee on June 4, 2007 and amended on September 6, 2012 and December 7, 2017. The Plan guides community outreach, education and public input into the regional transportation planning process. It also includes the steps to be taken to consult with other interested parties that have a stake in the transportation planning process. A variety of outreach and education techniques are employed to obtain public input including, but not limited to, publicizing proposed changes to ARTS documents through multiple media platforms. Previous Work 1. Distributed ARTS meeting agendas to stakeholders and all area media outlets. 2. Responded to requests for information/interviews from media outlets (print, TV and radio). 3. Provided regular feedback to CAC on issues and concerns 4. Provided opportunities for public involvement for reviews and comments on amendments to the TIP and MTP in accordance with the procedures in the Participation Plan. 5. Published and distributed the ARTS newsletter. 6. Distributed ARTS information at other public meetings. 7. Updated MPO website on a regular basis with information on ARTS meetings, plans and special studies. 8. Provided technical support to the TCAC of the Augusta Public Transit Department. 9. Evaluated effectiveness of existing public involvement techniques. 10. Responded to requests for information from the general public and other stakeholders. FY 2020 Work Activities and Schedule: During this program year, the MPO staff will implement the strategies in the ARTS Participation Plan. Anticipated public outreach opportunities include the following: ACTIVITIES EXPECTED COMPLETION DATE 1. Public notices of outreach activities related to amendments of the ARTS Metropolitan Transportation Plan – Transportation Vision 2050 Quarterly July and/or Sept. 2. Public meetings for amendments and the annual update of the TIP. Prepare meeting summaries and response to public questions. Quarterly July and/or Sept. 3. ARTS Newsletter publication Quarterly 4. Public meetings related to other ARTS Special Studies conducted during the program year. Prepare meeting summaries and response to public questions. On-Going 22 ACTIVITIES EXPECTED COMPLETION DATE 5. Coordinate outreach activities with the Community Outreach Coordinator for Richmond County. On-Going 6. Placement of ARTS MPO documents in local libraries in the study area as reference periodicals. On-Going 7. Prepare public notices, flyers, press releases and posters for public review meetings. Web site updates – Public meeting materials and Online Interactive Public Forum – ARTS TIP/MTP Interactive Transportation Projects. As Needed 8. 2050 MTP Update – Public Meetings and coordination of outreach and engagement activities March and July 2020 9. Public notices of outreach activities related to amendments of the ARTS 2050 MTP Update March, April & July 2020 COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD), Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $16,000.00 $16,000.00 APDD (GA PL Match) $4,000.00 $4,000.00 FHWA (SC PL) $2,000.00 $5,000.00 $6,800.00 ACPDD (SC PL Match) $500.00 $1,250.00 $1,750.00 TOTAL $22,500.00 $6,250.00 $28,750.00 23 WORK ELEMENT 3 – TRANSPORTATION DATA COLLECTION AND ANALYSIS TASK 3.1 - Socioeconomic Data/Environmental Justice Purpose: Maintain a comprehensive, current socioeconomic database for the transportation planning process. Activities under this work element will focus on maintaining and updating the socioeconomic data needed for the ARTS travel demand model and the provision of essential services to all under-served populations. The socioeconomic characteristics used in the ARTS travel demand model will be updated and major land use data is analyzed to track changes to Traffic Analysis Zone (TAZ) centroids. Environmental Justice (EJ) data is used to assess the impact of transportation projects on all under-served populations. The basic socioeconomic data is aggregated at the traffic zone level. EJ data will be aggregated at the census tract level. The MPO, with assistance from Columbia County, Georgia, will continue to maintain the data for the Georgia portion of the study area. Aiken County and the LSCOG, with assistance from ARTS staff, will maintain the data for the South Carolina portion of the ARTS area. GDOT will continue to maintain the ARTS travel demand model. Previous Work 1. Requested and compiled annual socioeconomic data estimates, at the county and pertinent city level. 2. Initiated developing a regional GIS database of available data resources for transportation planning. 3. Collected new business licenses, construction permits, and school enrollment data to track employment and retail/commercial and non-retail traffic generators. FY 2020 Work Activities and Schedule: Activities under this work element focuses on the socioeconomic data used and entered into the ARTS travel demand model. ACTIVITIES EXPECTED COMPLETION DATE 1. Estimate updated population and housing based on building permit data. Specific dates are July 1st and January 1st. On-Going 2. Collect educational institution (i.e., school, college, etc.,) enrollment and employment figures and allocate to TAZs. March 2020 3. Collect latest employment estimates and allocate to TAZs based on known/observed trends. April 2020 4. Compile latest Median Household Income Level estimates at the TAZ level. April 2020 5. Assess impact of transportation projects on all under-served populations. As Needed 24 ACTIVITIES EXPECTED COMPLETION DATE 6. Update, implement and monitor the EJ Plan through GIS data analysis and conduct the benefits/burden analysis relative to transportation improvement projects and capital public transit projects implemented within the MPO area. April 5, 2020 Product(s): 1. Annual Population and Land Development Growth Trends Report. 2. Updated Socioeconomic demographic data by TAZ for 2050 MTP Update COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD); Aiken County Planning and Development Department (ACPDD); Columbia County Planning Division (CCPD); City of Aiken, SC; North Augusta, SC; Edgefield County, SC; and, their member governments. FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $14,000.00 $14,000.00 APDD (GA PL Match) $3,500.00 $3,500.00 FHWA (SC PL) $1,200.00 $2,400.00 $3,600.00 ACPDD (SC PL Match) $300.00 $600.00 $900.00 TOTAL $19,000.00 $3,000.00 $22,000.00 25 TASK 3.2 - Land Use Monitoring Purpose: Maintain a current land use database for transportation planning processes. Land use information is useful in the annual update of socioeconomic estimates for the study areas. Planning Factors 1. Increase the safety of the transportation system for motorized and non-motorized users; 2. Increase the security of the transportation system for motorized and non-motorized users; 3. Protect and enhance the environment; promote energy conservation; improve the quality of life, and promote consistency between transportation improvements and state and local planned growth and economic development patterns; 4. Promote efficient system management and operation; 5. Emphasize the preservation of the existing transportation system; and, 6. Improve transportation system resiliency and reliability; reducing (or mitigating) the storm water impacts of surface transportation. Previous Work 1. Tracked changes in land use based on review of subdivision plans, site plans, zoning cases and building permit activity. 2. Updated socioeconomic data estimates. 3. Continued to compile and update a spatial data analysis for changes in current land use (rezoning), and certificates of occupancy for residential and commercial development. FY 2020 Work Activities and Schedule: Activity under this work element will include an inventory of present land uses and examination of future land use trends as necessary to integrate with the transportation planning process. ACTIVITIES EXPECTED COMPLETION DATE 1. Updated zoning and land use GIS data collected from regional partners. Previous year data archived. January - March, 2020 2. Produce ARTS MPO Annual Growth Trends Report April 30, 2020 3. Consolidate data into single regional land use GIS layer. April 30, 2020 4. Update, implement and monitor the EJ Plan through GIS data analysis and conduct the benefits/burden analysis relative to transportation improvement projects and capital public transit projects implemented within the MPO area. April 5, 2020 Product(s) 1. Annual Population and Land Development Growth Trends Report GIS map shape files all maintained in the transportation system database and the Augusta Data Enterprise. 26 COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning & Development Department (APDD), Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $3,200.00 $3,200.00 APDD (GA PL Match) $800.00 $800.00 FHWA (SC PL) $5,200.00 $5,200.00 ACPDD (SC PL Match) $1,300.00 $1,300.00 TOTAL $4,000.00 $6,500.00 $10,500.00 27 TASK 3.3 - Transportation Surveys, Models and Analysis Purpose: To promote and encourage traffic safety throughout the ARTS area. To compile and distribute historical and current crash statistics and other data related to traffic safety to the public at-large and to state and local officials responsible for traffic and transportation safety. Previous Work 1. Compiled the most current crash data for Aiken, Columbia, Edgefield and Richmond Counties. 2. Created frequency diagrams and prepared maps for the Traffic Safety Improvement Report (TSIR) 3. Coordinated with GDOT, SCDOT, and South Carolina Department of Public Safety (SCDPS) in collecting data for crash analysis. 4. Updated a regional GIS map of traffic crash locations. FY 2020 Work Activities and Schedule: This work element will be integrated with MTP, Performance Based Planning, CMP and TIP. ACTIVITIES EXPECTED COMPLETION DATE 1. Data collection for TAZ and 2050 MTP November 2019 2. Gather crash data from GDOT and SCDPS April 2020 3. Update Traffic Crash Data Analysis Report August 2020 4. Sort and compile data into required format August 2020 5. Prepare GIS maps to be used in the report September 2020 6. Prepare draft Traffic Crash Data Analysis Report October 2020 7. Present results of Traffic Crash Data Analysis Report to ARTS committees December 2020 8. Prepare and publish final Traffic Crash Data Analysis Report February 2021 9. FY 2020 Amend MTP and/or TIP to incorporate new Intersection Improvement Projects As Needed Product(s) 1. Updated Socio-economic demographic data by TAZ and traffic system data for 2050 MTP Update. 2. ARTS TSIR based on the most current available crash data. 3. Regional GIS map of traffic crash locations and intersections with annual report. 28 COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning & Development Department (APDD), Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $12,000.00 $12,000.00 APDD (GA PL Match) $3,000.00 $2,000.00 FHWA (SC PL) $400.00 $2,400.00 $2,800.00 ACPDD (SC PL Match) $100.00 $600.00 $700.00 TOTAL $15,500.00 $3,000.00 $18,500.00 29 TASK 3.4 - Environmental Justice / Title VI Purpose: Identify residential, employment, and transportation patterns for access to essential services for all under-served populations, as defined under Executive Order 12898 and Title VI of the 1964 Civil Rights Act, and address those needs by increasing the partnerships with the organizations that serve them. Title VI complaint process has been adopted by ARTS and APT to ensure all individuals the rights and opportunities wishing to participate in the department’s programs are given an equal chance to participate and/or receive departmental services or benefits. ARTS and APT jointly updated the Title VI Program for Augusta Georgia to comply with FTA regulations and guidance of (49 CFR part 21) in accordance with Circular FTA C4702.1 B issued October 1, 2012. Previous Work 1. Staff worked with the Augusta, GA - Office of Compliance to monitor implementation of the Self-Evaluation and Transition Plan (SETP) relating to transportation and public transit facilities. 2. Compiled and monitored data and information for EJ Analysis. 3. Developed updates to demographic profile and data analysis of populations of minority concentrations; Hispanic, Asian, low-income persons, and populations of minority concentrations. 4. Conducted Benefits and Burdens analysis on amendments to 2040 MTP and FY 2018-2022 TIP. FY 2020 Work Activities and Schedule ACTIVITIES EXPECTED COMPLETION DATE 1. FY 2020 Conduct Benefits and Burdens analysis on amendments to the 2040 MTP and FY 2018-2023 TIP as part of the Public Participation Plan (PPP). Quarterly/ Bi-Annually 2. FY 2020 Post ARTS studies and reports (e.g. UPWP, TIP, CMP, updates to demographic data and GIS spatial maps) on MPO website Quarterly/ Bi-Annually Product(s) 1. Conduct Benefits and Burdens Analysis Report 2. Update Title VI Monitoring Report COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Aiken County Planning and Development Department (ACPDD) FUNDING SOURCE ACPDD TOTALS FHWA (SC PL) $2,400.00 $2,400.00 ACPDD (SC PL Match) $600.00 $600.00 TOTAL $3,000.00 $3,000.00 30 TASK 3.5 - GIS Development & Applications Purpose: Continue the development and maintenance of GIS data and ARTS websites in support of transportation planning activities. Previous Work 1. Digital and hard-copy maps were created for use in the transportation planning and analysis, internal and external meetings, and reports. 2. Existing geospatial and tabular data was updated and used to support performance-based planning related to all modes of travel, congestion management, land-use and transportation data monitoring, traffic safety, bicycle and pedestrian safety, and public transit. 3. Created new geospatial and tabular data to support planning and analysis. 4. Reorganization of the ARTS geodatabase commenced which will consolidate existing geospatial and tabular data into a single database while incorporating new data into the same location. 5. Updated existing ARTS transportation project online map. 6. Met with Augusta IT-GIS staff to discuss creation of new ARTS web site which features new interactive online maps and dashboards. 7. Enhanced GIS knowledge by utilizing online courses offered by ESRI. 8. Increased knowledge of census tools and data through webinars offered by U.S. Census Bureau. FY 2020 Work Activities and Schedule ACTIVITIES EXPECTED COMPLETION DATE 1. Create maps for use in transportation planning and analysis. On-Going 2. Continue redesign of ARTS geodatabase, which contains geospatial and tabular data necessary for mapping and analysis related to construction projects, congestion management, traffic safety, bicycle and pedestrian safety, public transit, freight and socioeconomic studies. On-Going 3. Update existing geospatial and tabular data as required for planning and analysis. FY 2020 4. Create/collect new geospatial and tabular data as required for planning and analysis. On-Going 5. Work with Augusta IT-GIS on redesigning ARTS website. On-Going 6. Update existing ARTS transportation project online map. As needed 7. Purchase computer equipment and software to support transportation planning functions and work tasks. As needed Product(s) 1. New and updated digital and hard-copy maps for use in transportation planning process, internal and external meetings, and publications. 31 2. New and updated geospatial data in redesigned geodatabase for use in transportation planning and analysis, including MTP and TIP project locations, CMP corridors, traffic safety, freight, public transit, and bicycle/pedestrian studies. 3. New and updated socioeconomic data for use in transportation planning and analysis. 4. Redesigned website with new online maps and dashboard. 5. Updated ARTS transportation project online map. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD), Aiken County Planning and Development Department (ACPDD), Richmond County IT-GIS Dept., City of Aiken, and Planning Services Division of Columbia County. FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $16,400.00 $16,400.00 APDD (GA PL Match) $4,100.00 $4,100.00 FHWA (SC PL) $40,000.00 $40,000.00 ACPDD (SC PL Match) $10,000.00 $10,000.00 TOTAL $20,500.00 $50,000.00 $70,500.00 32 WORK ELEMENT 4 - TRANSPORTATION SYSTEM PLANNING TASK 4.1 – Metropolitan Transportation Plan Purpose: Maintain updates of the ARTS MTP in accordance with transportation planning regulations. The work activities and products in this work element will be coordinated with Work Elements: 2.1 Community Outreach, 3.3 Transportation Surveys, Model and Analysis, 3.5 - GIS Development and Applications, 4.2 - Congestion Management Process, 54.3-Public Transit and 6.1- Performance Based Planning. Previous Work: 1. Updating ARTS 2050 MTP based on amendments, performance targets, financial constraint analysis and newly identified transportation projects and programs. 2. Procured Consultant will update the 2050 MTP based on recommendations in special studies such as corridor plans and public transit plans completed during FY 2018 and FY 2019. 3. Staff continued to develop a regional transportation system GIS database to support all transportation planning work tasks. FY 2020 Work Activities and Schedule: Any updates and amendments to the 2050 MTP for new transportation projects and/or funding will be considered at the appropriate time during FY 2020. The completion dates in the table below represent dates presented to ARTS PC for approval or adoption. ACTIVITIES EXPECTED COMPLETION DATE 1. Updates and amendments to the 2050 MTP for new transportation projects, POP, funding and performance measures and targets. As Needed 2. Update Performance Measures to align with 2050 MTP Goals and Objectives. October 2019 - September 2020 3. Prepare Technical Staff Report with data analysis and GIS maps for performance measures and targets. July 2019 - September 2020 4. Update List of Amendments and Administrative Modifications to MTP. As Needed 5. Identify stakeholders with freight interest. On-Going 6. Identify stakeholders with bicycle/active transportation interest. On-Going The purpose of the MTP is to promote a safe and efficient transport system to serve future year transportation needs. Meeting this objective the MTP must be the result of a continuing, cooperative and comprehensive (3C) transportation planning process. The MTP as a comprehensive performance-based multimodal transportation plan for the ARTS area documents and assesses 33 multimodal transportation facilities, services, financial and policy needs for a 25 year period (2020 – 2050). FY 2020 work activities and schedule are presented below. ACTIVITIES/TASKS EXPECTED COMPLETION DATE Task #1: Project Administration/Project Kick-Off April 2019 Task #2: Public Involvement, Education and Outreach (Part 1) May – June 2019 Task #3: Data Collection and Development April – July 2019 Task #4: Public Involvement, Education and Outreach (Part 2) August– March 2020 Task #5: Refine Goals, Objectives and Measures of Effectiveness/Performance Indicators September – December 2019 Task #6: Year 2050 Transportation Needs Assessment/Plan October – December 2019 Task #7: Financial Resources and Feasibility Plan October – December 2019 Task #8: Document Preparation, Draft 2050 MTP and Final 2050 MTP January 2020 – May 2020 & August 2020 Product(s) • Technical Report #1: Public Participation Strategy, Process and Outcomes • Technical Report #2: Document review of data pertaining to ARTS multimodal transportation system • Technical Report #3: Description of the development of goals, objectives and measures of effectiveness/performance indicators • Technical Report #4: Robust project prioritization tool/process • Technical Report #5: Transportation Needs Assessment/Plan • Technical Report #6: Financial plan which includes a fiscally constrained project list for the final preferred scenario COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD) and Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $8,000.00 $8,000.00 APDD (GA PL Match) $2,000.00 $2,000.00 FHWA (SC PL) $800.00 $4,800.00 $5,600.00 ACPDD (SC PL Match) $200.00 $1,200.00 $1,400.00 TOTAL $11,000.00 $6,000.00 $17,000.00 34 TASK 4.2 - Congestion Management Process Purpose: To implement existing congestion mitigation strategies and projects identified in the 2020 CMP Update, MTP and travel data collection. This work element will be integrated with Performance Based Planning. CMP is an integral transportation planning task in the ARTS planning area. The purpose of the ARTS CMP is to document traffic congestion on major transportation corridors in the study area; identify and implement strategies for reducing or eliminating the congestion; and track and/or program the implementation of congestion mitigation projects. Activities under this work element will include: completing the annual traffic congestion data collection and spatial analysis of travel data using the National Performance Management Research Data Set (NPMRDS) and/or HERE data. Previous Work: 1. Completion of the CMP 2019 by VHB Inc., in March 2019. This update quantified transportation system performance; identified the root causes of traffic congestion and laid the foundation for recommending and financing possible solutions. CMP 2019 report was completed and distributed. 2. VHB Inc., presented a report on best practices for measuring congestion and updated the methodology used to the TNSC and TCC. 3. VHB Inc., identified data resources, data gaps and availability and initiated data collection 4. VHB Inc., edited and analyzed existing congested corridors in the ARTS study area. 5. VHB Inc., provided input to update the following transportation planning elements: Regional Transportation System Database Index Report; Performance Based Planning and Programming; Traffic Safety; and, Socioeconomic Demographics Growth Trends including monitoring land use and development data. FY 2020 Work Activities and Schedule: Staff will continue work to develop a regional transportation system database to include data to effectively monitor traffic congestion, develop and monitor performance measures applied to congested corridors and congestion mitigation strategies. Much of the data will come from the NPMRDS. ARTS membership of the I-95 Corridor Coalition will provide access to HERE Traffic Data. Both HERE and NPMRDS (accessed online) provide fine-resolution travel-time data of passenger autos and trucks operating on the nation’s highways. Travel time surveys are conducted on selected transportation corridors in the ARTS planning area each year to validate NPMRDS data. Congested corridors and/or intersections are determined based on Level of Service (LOS) or other accepted measure of congestion. Congestion mitigation strategies are then identified for each route or intersection and tracked before and after implementation. The MPO is responsible for coordinating all CMP activities including surveying and validating the CMP routes in the ARTS planning area. CMP results are included in the final report. The MPO and ACPDD continuously monitor transportation facilities for congestion levels and appropriate mitigation strategies. The MPO will review the existing CMP and its application within the ARTS planning process and the MTP. Any updates or changes will be made to the CMP as a result of this review to meet mandated requirements. ARTS staff will coordinate and collaborate with ACPDD, Aiken County Engineering Department, City of Aiken Public Works Department; City of North Augusta Engineering Department; Columbia 35 County Engineering Department; and, Richmond County Engineering Department to facilitate and validate NPMRDS and HERE data and congestion on regional corridors. ACTIVITIES EXPECTED COMPLETION DATE Determine routes to be surveyed based on CMP data collection schedule, NPMRDS and/or HERE data and status of congestion mitigation projects January 2020 Conduct travel time validation surveys of selected congested routes determined by NPMRDS and/or HERE data February - April 2020 Document status of mitigation projects included in previous year’s CMP report by VHB Inc. May 2020 Complete segment speed worksheets based on results of NPMRDS and/or HERE data May 2020 Identify congestion mitigation strategies for the surveyed routes May 2020 Prepare draft CMP report May 2020 Present results of CMP to ARTS committees June 2020 Prepare and publish final CMP June 2020 Amend MTP and / or TIP by incorporating any new congestion mitigation projects resulting from the CMP On-going/As needed Evaluate CMP Work Plan and amend based on experience gained from yearly update On-going/As needed Product(s): Complete travel time validation surveys for the ARTS CMP; publishing of the annual ARTS CMP Report; implementation of specific congestion management strategies identified in the CMP Report; Update Transportation System GIS Database, traffic volume GIS Map and current year LOS analyses. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD) and Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $20,000.00 $20,000.00 APDD (GA PL Match) $5,000.00 $5,000.00 FHWA (SC PL) $800.00 $3,200.00 $4,000.00 ACPDD (SC PL Match) $200.00 $800.00 $1,000.00 TOTAL $26,000.00 $4,000.00 $30,000.00 36 TASK 4.3 - Intermodal Planning Purpose: To incorporate bicycle, pedestrian, public transit, freight and non-motorized transportation planning activities into the overall ARTS transportation planning process. To implement projects that resolve conflicts between modes of transportation, such as rail/highway conflicts, and projects that improve connections and travel alternatives among modes of transportation. This work element will be used to foster a transportation system that accommodates bicycle, pedestrian, public transit, freight and other non-motorized means of transportation. Activity under this work element will focus on evaluating the highway and rail conflicts in the ARTS area; to address the efficient movement of freight; to identify possible solutions to problem locations related to intermodal connections, and to improve safety for non-motorized travel. Through the implementation of the Regional Bicycle and Pedestrian plan, the ARTS transportation system will be more intermodal. This plan prioritized proposed projects based on numerous factors identified by local stakeholders. The plan recommends local governments strengthen policies related to: 1. Bicycle paths and parking 2. Pedestrian facilities 3. Regional connectivity 4. Bicycle and Pedestrian Safety and Educational Outreach The implementation of the Regional Bicycle and Pedestrian Plan will be pursued by ARTS MPO committees as projects in the TIP progress preliminary engineering and all subsequent phases of work during the project implementation. Previous Work 1. The 2050 MTP and FY 2019-2023 TIP updates include future transportation projects on routes/corridors serving freight traffic. 2. ARTS Bicycle and Pedestrian Plan (Implementation and monitoring Transportation Alternatives Program (TAP) projects). 3. Aiken County Bicycle and Pedestrian Plan (Implementation and monitoring TAP projects). 4. ARTS staff continued work compiling data to assess Sidewalk and Bus Stop/Shelter Gap Analysis based on the Americans with Disabilities Act (ADA) Self Evaluation Plan for Richmond County. 5. ARTS staff released a solicitation for Transportation Alternatives (TA) Set-aside grant applications. FY 2020 Work Activities and Schedule ACTIVITIES EXPECTED COMPLETION DATE 1. Complete Streets Policy Technical Report January 31, 2020 2. Education and outreach materials for bicycle and pedestrian safety February 15, 2020 3. Collect data to create GIS map Critical Freight Corridors April 2020 4. Collect and analyze traffic conflicts at railroad crossings June 30, 2020 37 ACTIVITIES EXPECTED COMPLETION DATE 5. Regional Alternative Travel Demand Management Program and Marketing Plan including Bike/Pedestrian Safety Education Outreach Program and ARTS-MPO Re-branding Monthly in FY 2020 Product(s) 1. Complete Streets Policy Technical Report. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD) and Aiken County Planning and Development Department (ACPDD), and Columbia County Planning Division (CCPD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $20,000.00 $20,000.00 APDD (GA PL Match) $5,000.00 $5,000.00 FHWA (SC PL) $400.00 $3,200.00 $3,600.00 ACPDD (SC PL Match) $100.00 $800.00 $900.00 TOTAL $25,500.00 $4,000.00 $29,500.00 38 TASK 4.4 SPECIAL TRANSPORTATION STUDIES TASK 4.4.1 – Washington Road Corridor Pedestrian Study Purpose: The Washington Road corridor (SR 104 from E. Vineland Road to Davis Road) is one of the most heavily trafficked corridors in the ARTS planning area. Dominated by strip malls, eateries, motor vehicle dealerships and the Augusta National Golf Course; traversing across or along the corridor is problematic and dangerous for pedestrians and bicyclists. The study’s primary goal is to create a set of acceptable improvements (design scenarios) that emphasize pedestrian and bicyclist safety, mobility and connectivity along and across Washington Road while maintaining corridor operational efficiency and economic vitality. Study themes will include the following: •Walking and bicycling audit and general observations •Inventory of existing conditions and facilities •Pedestrian and bicyclist access management and safety assessment •Identification and assessment of corridor scenarios that better serve pedestrians andbicyclists Previous Work: None. However, this study will dovetail with the Central Martinez Area Access Management Plan study of Columbia County commenced in FY 2019. FY 2020 Work Activities and Schedule: APDD with assistance from the City of Augusta Procurement Department will lead the procurement process to secure a professional consultant/s. ARTS staff will assist APDD with Project Management and Technical oversight. This project will be integrated with the 2050 MTP Performance Based Multimodal Plan. ACTIVITIES EXPECTED COMPLETION DATE 1.Contract award and Notice to Proceed September 2019 2.Task #1 - Walking and bicycling audit of Washington Road Corridor October 2019 3.Task #2 – Development of public involvement and stakeholderoutreach and participation strategy October - November 2019 4.Task #3 - Existing conditions inventory November - December 2019 5.Task #4 - Access Management and safety assessment January - February 2020 6.Task #5 - Identification and assessment of needs and issues February - March 2020 7.Task #6 - Scenario identification, assessment and evaluation February - March 2020 8.Task #7 - Development of draft and final corridor pedestrian andbicycle plan March 2020 Product(s): FY 2020 ARTS Washington Road Corridor Pedestrian Study Responsible Agencies: Augusta Planning and Development Department (APDD) 39 TASK 4.4.2 – Aiken County Access Management Plan Purpose: The purpose of Access Management is to control or restrict roadway access through limiting or consolidating vehicular access points. The benefit of this access strategy improves transportation operations and safety along a roadway for all users. Access management improves safety by reducing the number and improving the spacing of conflict points along a roadway or corridor. Access Management also pays careful consideration to the interaction between automobile access points and the non-motorized (pedestrian and bicycle) and transit facilities along a roadway. This work task proposes to hire a consultant/s to conduct the Aiken County Access Management Plan. The project will include but is not limited to: land use development policies, identification of access management practices, traffic analyses, capacity analyses, micro-simulation modeling, and the creation of concept drawings suitable for presentations to stakeholders, business and property owners, local and state elected officials and the public. This study will produce recommendations of access management improvement projects to present to the ARTS MPO committees and SCDOT to amend the 2050 MTP. Study Area: The county-wide study area includes CMP corridors and highways in Aiken County SC. FY 2020 Work Activities and Schedule: APDD with assistance from the City of Augusta Procurement Department will lead the procurement process to secure professional consultants. ACPDD staff will assist APDD with Project Management and Technical oversight. This project will be integrated with the 2050 MTP Performance Based Multimodal Plan. ACTIVITIES EXPECTED COMPLETION DATE 1. Contract award and notice to proceed September 2019 2. Task I - Define Aiken County Access Management Study area; and define Goals and Objectives. October – November 2019 3. Task II – Develop Public Participation and Stakeholder Outreach October – November 2019 4. Task III – Review existing access management policies and plans; collect analyze data; develop corridor traffic conditions; create GIS maps and database files. December 2019 – January 2020 5. Task IV – Conduct Corridor Analyses - identify issues and needs. Consideration be given for CMP Integration, Performance Measures and Freight Movement. January – February 2020 6. Task V - Develop sketch concept-level access management Improvements as well as land development strategies and project prioritization. February – March 2020 7. Task VI – Develop Draft and Final Aiken County Access Management Plan. Conduct final public meetings and ARTS MPO Committee meeting. March 2020 Product(s): FY 2020 Aiken County Access Management Plan Responsible Agency: Aiken County Planning and Development Department (ACPDD) 40 TASK 4.4.3 – US 1 Corridor Study Purpose: U.S. Route 1 (US 1) is a north–south highway in the state of South Carolina. In Aiken County US 1 connects the cities of North Augusta and Aiken. Aiken County Council has commissioned a corridor study of US 1 to evaluate its functionality and roadway and adjacent land use interactions; and, make recommendations for improvements that would address congestion, economic development and highway safety. The intent of this study is to assist ACPDD in the analysis of existing conditions, surrounding growth trends, greenspace and traffic patterns as well as determining the next steps for improvements. This study will also include an evaluation of alternatives in the management of existing and future traffic flows along the US 1 Corridor Gateway. Alternatives may include lane re-configurations, access management, intersection control options, alternative intersection designs, and pedestrian connectivity within the various land use districts along the US 1 Corridor Gateway. Previous Work: None. FY 2020 Work Activities and Schedule: ACTIVITIES EXPECTED COMPLETION DATE 1. Task #1: Project Preparation and Initiation January 2020 2. Task #2 Existing Condition Assessment and Analysis. This will include: Review of existing land uses; analysis of existing facilities; analysis and compilation of crash data; and, traffic operations analysis. January - February 2020 3. Task #3: Public Meetings and Stakeholder Engagement January – March 2020 4. Task #4: Access management analysis; assessment of environmental and social impacts; and, examining impacts to freight movements along and through the corridor. March – April 2020 5. Task #5: Alternatives Analysis which will include: Evaluation of advantages and disadvantages and cost comparisons of the various alternatives; Impacts of the alternatives on regional and county roadway systems; Analysis of resulting capacity and LOS at major intersections; and, Investigation of the feasibility of the construction of alternatives. April – May 2020 6. Task #6: Draft Corridor Study Document to include: Scenario implementation plan with cost estimates May 2020 7. Task #7: Corridor Study Final Report June 2020 Product(s): FY 2020 ARTS US 1 Corridor Gateway Report COST ESTIMATES AND PROPOSED FUNDING SOURCES FOR 4.4.1, 4.4.2 AND 4.4.3 41 Responsible Agencies: Augusta Planning and Development Department (APDD), Aiken County Planning and Development Department (ACPDD) FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $112,563.20 $112,563.20 APDD (GA PL Match) $28,140.80 $28,140.80 FHWA (SC PL) $150,000.00 $150,000.00 ACPDD (SC PL Match) $37,500.00 $37,500.00 TOTAL $140,704.00 $187,500.00 $328,204.00 42 TASK 4.5 - Air Quality Issues Purpose: To monitor relevant air quality data and regulations, restart and coordinate the work of the CSRA Air Quality Alliance (or other regional/local air quality advocacy nonprofit organization), help implement local and regional air quality initiatives, keep local stakeholders informed about air quality issues and participate in air quality training. ARTS will focus work on efforts to improve Air Quality by increasing access to public transit, connecting public transit to bicycle paths and installing bicycle racks in activity centers, and linking public transit to park-and-ride lots throughout the region. Rideshare and carpool programs are being researched to promote and market to regional businesses and universities. Previous Work: ARTS staff continue to monitor and dialogue with industry leaders, regional, state and local government officials, local school officials, the Bureau of Air Quality with South Carolina Department of Health and Environmental Control (SCDHEC), local Chambers of Commerce, Economic Development agencies, and local citizens in order to stay abreast of and disseminate pertinent information regarding air quality and regional initiatives. Other types of activities undertaken by ARTS staff include: 1. Maintained ARTS web site and updated information pertaining to Air Quality from SCDHEC. 2. Distributed Air quality information at special events in the Augusta-Aiken area. 3. Attended, coordinated and hosted periodic meetings discussing air quality issues. 4. Continued to monitor air quality data and changes in federal air quality regulations. 5. Provided ARTS committees and other stakeholders with regular updates on the Air Quality Alliance and air quality issues and initiatives. 6. Disseminated information on air quality issues and tips for improving air quality through the ARTS newsletter and the website. ARTS staff attend state Air Quality Summits conducted by SCDHEC and share best practices with other Air Quality Alliances/advocacy groups. These best practices include ways to promote alternative transportation options and energy conservation such as: 1. Carpooling, ridesharing, and combining trips and limiting unnecessary trips; 2. Trip-chaining or combining errands to reduce daily number of trips ; 3. Keeping personal motor vehicles properly maintained, tires properly inflated and saving electricity; 4. Walking or riding a bike on short trips and avoid driving during peak hours; 5. Don’t drive above the speed limit; and, 6. Take the bus. 43 FY 2020 Work Activities and Schedule: ACTIVITIES EXPECTED COMPLETION DATE 1.ARTS staff will explore participation in the Environmental ProtectionAgency (EPA) Advance Program (EPA Region 4) to position the regionto remain in attainment.December 2020 2.Prepare Technical Memorandum on the Review of EPA AdvanceProgram and ARTS Action steps.December 2020 3.Participate in local and regional air quality initiatives and activities On-Going 4.Pursue viable air quality initiatives made available throughout thefiscal year to Aiken County by the SCDHEC On-Going 5.Monitor relevant air quality data On-Going 6.Coordinate the work of a localized air quality advocacy group On-Going 7.Monitor developments related to federal air quality regulations andrequirements On-Going 8.Attend air quality training workshops On-Going 9.Work with other stakeholders to maintain an air quality action planand disseminate information to stakeholders in the study area On-Going Product(s): A technical memorandum documenting the review of EPA Advance Program will be completed to assess future action by ARTS and presented to MPO committees. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD), Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $14,000.00 $14,000.00 APDD (GA PL Match) $3,500.00 $3,500.00 FHWA (SC PL) $1,600.00 $3,600.00 $5,200.00 ACPDD (SC PL Match) $400.00 $900.00 $1,300.00 TOTAL $19,500.00 $4,500.00 $24,000.00 44 WORK ELEMENT 5 - PUBLIC TRANSIT / PARATRANSIT TASK 5.1 - Program Support and Administration (44.21.00) Purpose: To provide planning and administrative assistance to Augusta Public Transit and LSCOG. Under this work element, the MPO staff will provide assistance to Augusta Public Transit (APT) and Best Friend Express in preparing financial and operation's reports required by the MAP 21/ FAST legislation. Assistance in the preparation of the National Transit Database (NTD) reports will also continue. Additional administrative assistance will include: Preparing required certifications; Updating annual Title VI assurances; Providing opportunity for public hearings on grant applications and fare/service changes; Processing procurements involving Federal and State funds; Assisting in planning for transit system capital investments that will lead to increased security for the transit system; Monitoring requirements of the grant process (e.g. labor certifications, third party contracting, bidding and award process; Developing the Georgia public transportation portion of the Unified Planning Work Program; and providing technical assistance on any transit related issues facing APT. For LSCOG and the Best Friend Express their staff will also engage in employee training and education; participation in, and attendance at, all ARTS committees; community outreach and marketing; multiple grant(s) development and grant administration; grant reporting; DBE reporting; procurement; service provider contracting and oversight Previous Work 1. Assisted with the production of COA of APT’s transit operations; and with the siting of the new site for APT’s new Transit Bus Maintenance and Administration facility. 2. Grant management for implementing FTA Section 5310 Enhanced Mobility for the Elderly and Disabled persons for LSCOG. 3. Assisted with transit service area GIS mapping and geo-coding address matching. FY 2020 Work Activities and Schedule: In previous years, the MPO staff have provided assistance to APT on an as-needed basis in preparing the transit planning, coordinated public involvement, financial and operations reports. ACTIVITIES EXPECTED COMPLETION DATE 1. Preparing Triennial Review. June - July 2020 2. Update the Annual Title VI Monitoring Report. June - July 2020 3. Update socioeconomic demographic GIS data analysis for EJ. July 2020 - March 2021 4. Conduct public meetings for review and comment period for Program of Projects related to grant applications and fare/service changes, MTP & special studies. As Needed 45 ACTIVITIES EXPECTED COMPLETION DATE 5. Assist in planning for transit system capital investments that will lead to increased security for the transit system. As Needed 6. Develop UPWP and Georgia 5303 Grant Application. Oct - Dec 2020 7. Provide technical transit planning and grant management assistance related to Coordinated Human Services Transportation, ADA accessibility, transit service operational improvements, land use and transportation, transit-oriented development and other issues. Quarterly 8. FY 2020 FTA 5303 Quarterly Reports to GDOT and SCDOT. Oct, Jan, Apr, Jun 9. Facilitate MPO committee meetings for transit planning tasks. Quarterly 10. Prepare split grant funding tables and assist with grant submission for 5307 and 5339 split allocation for APT and LSCOG. January 31, - April 1, 2020 11. FY 2020 Invoices and Milestone Progress Reports (MPR) reporting for Section 5310 Program. Monthly by the 5th 12. Assist with POP and transit funding tables in TIP for APT and LSCOG. June & July 2019 13. FTA Section 5307 Grant Application SC June 1, 2020 14. Procurement and Contract Execution for Best Friend Express (BFE)/Dial-A-Ride (DAR) SC June 30, 2020 15. FTA Section 5310 Sub-recipient Application SC February 15, 2020 16. Procurement and Contract Execution for 5310 Service SC June 30, 2020 17. Semi-annual Disadvantaged Business Enterprise (DBE) Reporting for Urban Transit Services SC Dec. & June 2019/2020 18. FTA Required MPR and Federal Financial Reports (FFR) Reporting for Grants in TrAMS SC Annually 19. Quarterly Reporting for 5303 Planning Services SC Quarterly 20. State Application to SCDOT for State Mass Transit Funds (SMTF) funding SC March 30, 2020 21. Monthly Reporting to SCDOT for the SMTF Grant Supporting the BFE Fixed Route SC Monthly 22. Monthly Invoicing to MPO for 5310 Transit Service SC Monthly 23. Attendance and Report Presentation to all ARTS Committees SC Quarterly 24. LSCOG Newsletter Aug 19, Nov 19, & Feb 20 25. Applications for Funding to be used as Local Match SC Annually 26. FTA Triennial Workshops As Needed 27. SCDOT Public Transportation Workshop SEPT 2020 28. Transportation Association of South Carolina (TASC) conference Spring 2020 29. South Carolina Annual MPO/COG Workshop TBD 30. National Transit Institute webinars On-Going 46 ACTIVITIES EXPECTED COMPLETION DATE 31. Assist with Program of Projects and transit funding tables On-Going 32. Perform Transit Service Provider Contract Oversight On-Going 33. Participate in the Coordinated Human Services Transportation planning efforts On-Going 34. Assist with the application development of FTA Section 5310 for urban transportation On-Going 35. Prepare for any funding reviews and the Triennial Reviews as they become due. On-Going Product(s) 1. Grant administration activities for FTA Section 5310 Submission of a grant application on behalf of APT for capital and operating assistance. 2. Preparation of the GA UPWP public transit elements. 3. Various Grant Applications and Funding Requests. 4. Various Monthly, Quarterly and Annual Reports. 5. Attendance and Presentation to all Four ARTS Committees (each held quarterly). COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agency: Augusta Planning and Development Department (APDD), Augusta Public Transit Department (APT) and Lower Savannah Council of Governments (LSCOG). FUNDING SOURCE APDD LSCOG TOTAL FTA (FHWA GA SEC 5303) $25,085.00 $25,085.00 GA DOT (SEC 5303 Match) $3,135.00 $3,135.00 APDD (SEC 5303 Match) $3,135.00 $3,135.00 FTA (FHWA SC SEC 5303 ) $26,040.00 $26,040.00 LSCOG (SEC 5303 Match) $6,510.00 $6,510.00 TOTALS $31,355.00 $32,550.00 $63,905.00 47 TASK 5.2 – Metropolitan Transportation Planning (System Level) (44.23.01) Purpose: To provide and/or create current data annually that is utilized in the Metropolitan Transportation Planning (MTP) and Analysis. These data sets include Socioeconomic Data/Environmental Justice; Land Use Monitoring; Transportation Surveys, Models and Analysis; GIS Development and Application; Long Range Transit Planning; Performance Based Planning; Congestion Management; Air Quality Issues; Public Administration; and Intermodal Planning. Community Outreach and Education is performed as part of this task to disseminate the new information. To successfully respond to public transit requirements for Transit Asset Management (TAM) Plans and for Safety. To review the ten year planning horizon for the Best Friend Express’s transit development plan (TDP). Previous Work 1. Updated Financial Capacity Assessment and COA. 2. Assisted with public involvement for the COA. 3. Developed framework for FTA Section 5310 Enhanced Mobility for seniors and Individuals with Disabilities which included service operation strategy, grant administration and mobility management for travel training. 4. LSCOG assisted with the development and implementation of the FTA Section 5310 urban program for residents of Aiken County who are 60+ or a person with a disability. 5. Completed the ten year Transit Development Plan for the BFE transit system. 6. Developed GIS mapping for address matching for transit service zones to schedule mobility trips and reservations for ADA complementary trips. FY 2020 Work Activities and Schedule ACTIVITIES ESTIMATED COMPLETION DATES 1. Continue assessing the financial capability of APT and BFE and continue to secure other funding sources to implement recommendations from the COA. On-Going 2. Update GIS mapping for address matching for transit service zones to schedule mobility trips and reservations for FTA Section 5310 Enhanced Mobility for Seniors and Individuals with Disabilities. July 16, 2019; January 16, 2020 3. Review transit system performance data reported to NTD. October 30, 2019 4. Staff tasks related to 2050 MTP Performance Based Multimodal Plan Update – Socioeconomic data, GIS analysis and mapping, community outreach, regional travel model for transit. July 2019 – June 30, 2020 5. Develop Tech Staff Report on performance measures for public transit. November 15, 2019 6. Implementation Action Plan for recommendations in the Transit Development Plan (TDP). December 15, 2019 7. Administration of FTA 5310 Grant for APT and LSCOG. Monthly ridership report and invoices submitted to Central Savannah River Area Regional Council (CSRA-RC). Monthly on the 5th 48 8. Develop Coordinated Human Services Framework for ARTS urbanized area served by APT and LSCOG. August 30, 2019 9. LSCOG Updates and Amendments to the MTP SC. As needed 10. Participate in Performance Based Planning for the Transit System. On-Going Product(s): 1. ARTS will continue all tasks activities for FTA Section 5310 Enhance Mobility for Seniors and Individuals with Disabilities, service operation strategy and regional Coordinated Human Services Transportation Framework. 2. 2050 MTP Performance Based Multimodal Plan Update – socioeconomic data, land use development data collection and analysis, GIS analysis and mapping, community outreach, regional travel model for transit. 3. Corridor Plans – application of Land use and Access Management and Complete Streets policies to increase transit ridership and ADA safety 4. Performance Measures – Public Transit 5. GIS map and address matching for transit service zones to schedule mobility trips and reservations for ADA complementary trips. COST ESTIMATES AND PROPOSED FUNDING SOURCES FUNDING SOURCE APDD LSCOG TOTAL FTA (FHWA GA SEC 5303) $46,454.00 $46,454.00 GA DOT (SEC 5303 Match) $5,807.00 $5,807.00 APDD (SEC 5303 Match) $5,807.00 $5,807.00 FTA (FHWA SC SEC 5303 ) $2,000.00 $2,000.00 LSCOG (SEC 5303 Match) $500.00 $500.00 TOTALS $58,068.00 $2,500.00 $60,568.00 49 TASK 5.3 - Short-Range Transportation Planning (44.24.00) Purpose: To perform tasks that are immediate in nature and are reviewed for implementation within the next 3-5 years. APDD will assist APT with the task of monitoring performance and the implementation of existing plans on a short term basis. LSCOG staff will undertake their required short-range transit planning activities. This includes preparing the necessary operations reports, periodically evaluating the level of transit service, monitoring requirements of the grant process, preparing the annual NTD report, preparing the annual update to the Title VI assurances, and helping prepare the next year’s UPWP. Previous Work 1. The annual update of the complementary paratransit plan for APT and Aiken County Transit was prepared. FY 2020 Work Activities and Schedule ACTIVITIES EXPECTED COMPLETION DATE 1. Monitor, update and program grant funds for buses and/or vans for ADA complementary services including purchase or lease of new transit vehicles accessible to and usable by individuals with disabilities, including individuals who use wheelchairs. On-Going 2. Review ridership data and address matching for reservations on ADA demand response service. December 31, 2019 3. Update of Complementary Paratransit Plan December 31, 2019 4. Perform the Triennial Update to the BFE/LSCOG Title VI Plan with LSCOG Board Approval; March 31, 2020 5. Review all demand response/paratransit services offered by LSCOG for Contractor’s current capacity and for unmet needs in the community. Annually no later than June 30, 2020 6. Participate with ARTS/MPO in a review and update, if needed, of any Regional Human Services Coordination Plan On-Going or as requested from the MPO 7. Marketing of any New or Revised Service On-Going 8. Respond to Requests for Presentations to the Public or Agencies On-Going 9. Annual NTD Report and Validation Response December 31, 2019 10. Attorney and Executive Director Signatures on Annual Certification & Assurances for FTA March 1, 2020 11. Capital Vehicle Acquisition Planning April 2020 12. Updates to Transit Asset Management (TAM) Plan May 2020 13. Update to Safety and Security Documents and Planning June 2020 14. Review the TDP for Possible Implementation of Previous Recommendations June 2020 50 Product(s): 1. Annual update of the complementary paratransit plan for Augusta Public Transit. 2. Annual NTD Report 3. Annual Certifications and Assurances 4. TAM Plan Updates 5. Transit section of UPWP completed COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agency: Augusta Planning and Development Department (APDD), Augusta Public Transit Department (APT) and Lower Savannah Council of Governments (LSCOG). FUNDING SOURCE APDD LSCOG TOTALS FTA (SEC 5303) $33,701.00 $33,701.00 GA DOT (SEC 5303 Match) $4,213.00 $4,213.00 APDD (GA PL Match) $4,213.00 $4,213.00 FTA (SEC 5303) $15,960.00 $15,960.00 LSCOG (SEC 5303 Match) $3,990.00 $3,990.00 TOTAL $42,127.00 $19,950.00 $62,077.00 51 TASK 5.4 - Transportation Improvement Program (44.25.00) Purpose: APT and LSCOG will participate with the ARTS MPO in the completion of the TIP and its updates; coordinate with the MPO for the split allocation letters for Section 5307 funding; assist with the additional programming of FTA Section 5339 and urban 5310. Previous Work 1. Continued assessment of the financial capability of APT and to secure other possible funding sources to implement recommendations from the COA. FY 2020 Work Activities and Schedule ACTIVITIES ESTIMATED COMPLETION DATES 1. Prepare and submit to the ARTS MPO the annual updates to the TIP. June 31, 2020 2. Review SC STIP and follow up with APDD to make sure LSCOG programming has made It to South Carolina DOT. Programming may include, but not limited to, Section 5307, 5339 and 5310. November 1, 2019 3. Update the text in the TIP regarding Program of Projects and Financial Plan for the Best Friend Express transit system. On-going Product(s): 1. Completed TIP document reviewed and adopted by the ARTS Committees. 2. SCDOT STIP reflecting accurate programming information for Aiken County Transit. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agency: Augusta Planning and Development Department (APDD), Augusta Public Transit Department (APT) and, Lower Savannah Council of Governments (LSCOG). FUNDING SOURCE APDD LSCOG TOTALS FTA (FHWA GA SEC 5303) $32,159.00 $32,159.00 GA DOT (SEC 5303 Match) $4,020.00 $4,020.00 APDD (SEC 5303 Match) $4,020.00 $4,020.00 FTA (FHWA SC SEC 5303) $4,000.00 $4,000.00 LSCOG (SEC 5303 Match) $1,000.00 $1,000.00 TOTAL $40,199.00 $5,000.00 $45,199.00 52 WORK ELEMENT 6 – PERFORMANCE BASED PLANNING TASK 6.1 - Performance Based Planning Purpose: PBPP refers to the application of performance management principles within the planning and programming processes of transportation agencies to achieve desired performance outcomes for the multimodal transportation system. PBPP attempts to ensure that transportation investment decisions are made – in both the long term MTP and short-term TIP programming of projects – based on MPO goals and objectives for improving the overall transportation system. The work activities and products in this work element will be coordinated with Work Elements: 2.1- Community Outreach; 3.3- Transportation Surveys; Model and Analysis; 3.5- GIS Development and Applications; 4.1- Metropolitan Transportation Plan; 4.2- Congestion Management Process, 4.3-Public Transit; and. 5.4- Transportation Improvement Program. The FAST Act established performance measures in seven (7) areas: 1. Safety 2. Infrastructure Condition 3. Congestion Reduction 4. System Reliability 5. Freight Mobility and Economic Vitality 6. Environmental Sustainability 7. Reduced Project Delivery Delays Previous Work 1. ARTS staff worked with Richmond and Columbia Counties to identify traffic data and travel time data from the Intelligent Transportation System (ITS) and NPMRDS and HERE datasets. 2. ARTS staff worked with APT to identify transit system performance data that will be utilized to develop performance measures related to public transit operations. 3. Adoption of FY 2019 Safety Measures from GDOT and SCDOT. FY 2020 Work Activities and Schedule: The ARTS MPO intends to develop a performance assessment process that encompasses the federally set performance metrics, performance measurements required as part of the CMP, and other, locally relevant performance metrics. The MPO’s goal is to develop a system whereby projects will be directly evaluated to determine their effectiveness at meeting regional goals. 53 ACTIVITIES EXPECTED COMPLETION DATE 1. State targets reported in baseline report from National Highway System (NHS) & FHWA. October 1 2019 2. Initial TAM plans due for transit providers/TAM plan sponsors. October 1, 2019 3. TAM Performance Measure elements added to TIP/MTP after 10/1/19 adopted by TCC. October 12, 2019 4. TAM Performance Measure elements added to TIP/MTP after 10/1/2019; adopted by CAC. November 14, 2019 5. Include TAM Performance Measure elements in TIP/MTP after 10/1/2018; adopted by PC. December 6, 2019 6. MPO executes updated planning agreements – SCDOT. 2019 - 4th Quarter 7. TAM - Submit Asset Inventory and Condition Report to NTD. January 31, 2020 8. Pavement, Bridge, System Performance and Freight – MPO 4-year targets due to GDOT and SCDOT. 2019 - 4th Quarter or March 29, 2020 9. Pavement/Bridge/System Performance/Freight Performance Measures added to TIP/MTP after 5/20/2020, adopted by TCC. August 12, 2020 10. Pavement/bridge/system performance/freight Performance Measures added to TIP/MTP after 5/20/2020, adopted by CAC. August 12, 2020 11. Pavement/bridge/system performance/freight Performance Measures added to TIP/MTP after 5/20/2020, adopted by PC. September 3, 2020 12. Collection, editing and processing data for performance measures: occurs concurrently with other deliverables: CMS, and Intersection and Traffic Crash Analysis Report. Data collected throughout FY 2020 13. Collection and editing of data resources from federal and state data. Dates subject to change based on data release dates. National Highway Performance Monitoring System (NHPMS) releases data around October for previous year. Data collected throughout FY 2020 14. Yearly update of Performance Measures with 2050 MTP Goals and objectives. Develop draft Performance Measures Data Matrix, Methodology Summary Report. November 2019 15. Coordinate and collaborate with FHWA, FTA, GDOT, SCDOT and ARTS MPO Committees methodology for data analysis and target setting process. On-Going 16. Present GDOT and SCDOT Safety Measures and targets to ARTS MPO committees for approval and adoption by PC. December 3, 2019 17. Update documentation of Data collection methodology and final performance measures and targets in coordination with ARTS MPO committees, GDOT and SCDOT. On-Going 18. Public review and comment of performance measures and targets. As Needed 19. ARTS Traffic Safety Improvement Report Semi-Annual Update. Dec 2019 54 Product(s): Updated Performance Measures and Goals Matrix for each transportation mode, highway, freight, public transit, bike and pedestrian, traffic safety and congestion. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD), Aiken County Planning and Development Department (ACPDD), and Columbia County Planning Division (CCPD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $18,400.00 $18,400.00 APDD (GA PL Match) $4,600.00 $4,600.00 FHWA (SC PL) $9,600.00 $9,600.00 ACPDD (SC PL Match) $2,400.00 $2,400.00 TOTAL $23,000.00 $12,000.00 $35,000.00 55 WORK ELEMENT 7 – TRANSPORTATION IMPROVMENT PROGRAM TASK 7.1 - Transportation Improvement Program (TIP) Purpose: Update the ARTS TIP in conformance with Federal regulations. This work element involves the annual update of the TIP. The TIP covers a four-year programming period in the Georgia part of the study area and six years on the South Carolina side. Updates involve the removal of projects that have advanced to construction; the development, or update of project descriptions or cost estimates; and, the prioritization of projects. The TIP is developed with public input and is coordinated with other transportation providers. Documentation of the effort is submitted for review and adoption by ARTS committees and goes through a public involvement process. Previous Work: 1. The ARTS TIP was updated based on amendments and administrative modifications during the previous fiscal year. 2. ARTS staff released a solicitation for new TA Set-aside Projects for FY 2019-2020 funds for Richmond and Columbia Counties, GA. Project implementation is ongoing for existing projects. FY 2020 Work Activities and Schedule: TIP updates and amendments will be integrated with work element 6.1- Performance Based Planning. ACTIVITIES EXPECTED COMPLETION DATE 1. Public comments on Draft FY 2019 – 2024 TIP (GDOT State Transportation Improvement Program (STIP) update) September 2019 2. TIP Update and Performance Based Planning Integration Dec 2019 – Jan 2020 3. Develop Draft TIP March 2020 4. Test Transportation Network March 2020 5. TIP Update and Performance Based Planning Integration for TIP amendments April 2020 6. Draft ARTS FY 2019 – 2024 TIP (SCDOT - Adopt 2020 – 2025 TIP) April 2020 7. Adopt Draft TIP June 2020 8. Complete Public Review and Agency Consultation July 2020 9. Adopt Final TIP September 2020 10. Implement TIP On-Going 11. Update List of Administrative Modification to TIP On-Going 56 Product(s): 1. Updated ARTS Transportation Improvement Program (TIP); 2. Updated GIS Interactive online map MTP/TIP Maps and GIS attribute database. COST ESTIMATES AND PROPOSED FUNDING SOURCES Responsible Agencies: Augusta Planning and Development Department (APDD), Georgia Department of Transportation (GDOT), South Carolina Department of Transportation (SCDOT) and Aiken County Planning and Development Department (ACPDD). FUNDING SOURCE APDD ACPDD TOTALS FHWA (GA PL) $32,000.00 $32,000.00 APDD (GA PL Match) $8,000.00 $8,000.00 FHWA (SC PL) $1,600.00 $5,200.00 $6,800.00 ACPDD (SC PL Match) $400.00 $1,300.00 $1,700.00 TOTAL $42,000.00 $6,500.00 $48,500.00 57 UNFUNDED PRIORITIES – TRANSPORTATION Unfunded Priorities – Transportation Planning Tasks Purpose: The purpose of corridor planning is to analyze traffic and travel conditions along major transportation corridors and its impact on development and land use patterns. In addition to determining the potential growth and transportation needs for short and long-term improvements, important study themes include the following: 1. Reduce/mitigate congestion and improve traffic safety 2. Increasing mobility during peak travel times 3. Optimizing the relationship between land use and transportation 4. Determine the location and feasibility of other multimodal systems 5. Evaluate existing and future travel 6. Analyze the need and location for intersection improvements 7. Freight Movement reliability 8. Bicycle and Pedestrian Planning – Regional Connectivity and Safety Promoting the concentration of future employment and other activity centers along existing and planned major travel corridors is one of several goals contained in the ARTS 2040 Metropolitan Transportation Plan (Goal 2.2.1.6 Land Use and Transportation Integration). Corridor planning assists ARTS achieve this objective by integrating land use decisions in the transportation planning process. Corridor planning also plays in important role in congestion management, a vital component of the 2050 MTP. FY 2020 Work Activities and Schedule: ARTS staff will prepare and submit a MPO Planning (PL) funding application during the fiscal year as local matching funds are budgeted by Augusta Richmond County. APDD contracted a consultant to develop a Performance Measures Indicator and Tracking Dashboard; and, coordinate corridor planning in Richmond County. The APDD will work with the Engineering Department for Augusta Richmond County. Products: Performance Measures Indicator and Tracking Dashboard; Bicycle and Pedestrian Plan Update and Freight Plan Update. Gordon Highway Multimodal Corridor Plan and Peach Orchard Multimodal Corridor Plan. Work Schedule: July 1, 2018 to June 30, 2020 Responsible Agency: Augusta Planning and Development Department (APDD) COST ESTIMATE AND PROPOSED FUNDING SOURCE: Freight Plan Update = $150,000 Bicycle and Pedestrian Plan Update = $175,000 Performance Measures Indicator and Tracking Dashboard = $150,000 Richmond County Corridor Planning Budget = $400,000 58 (This page left blank intentionally) FIGURE 3 ARTS FY 2020 UPWP FTA SEC 5303 SEC 5303 FTA SEC 5303 WORK ELEMENTS BY FUNDING SOURCE FHWA APDD FHWA ACPDD SEC 5303 GA STATE APDD FHWA ACPDD SEC 5303 LSCOG GA PL MATCH SC PL MATCH FUNDS MATCH MATCH SC PL MATCH SC PL MATCH 1.1 Program Coordination/Administration $48,000.00 $12,000.00 $6,000.00 $1,500.00 $0.00 $0.00 $0.00 $45,000.00 $11,250.00 $0.00 $0.00 $123,750.00 1.2 Training/Employee Education $31,200.00 $7,800.00 $0.00 $0.00 $0.00 $0.00 $0.00 $6,000.00 $1,500.00 $0.00 $0.00 $46,500.001.3 UPWP $8,000.00 $2,000.00 $800.00 $200.00 $0.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $0.00 $13,500.00 Subtotal: Program Administration $87,200.00 $21,800.00 $6,800.00 $1,700.00 $0.00 $0.00 $0.00 $53,000.00 $13,250.00 $0.00 $0.00 $183,750.00 2.1 Community Outreach / Education $16,000.00 $4,000.00 $2,000.00 $500.00 $0.00 $0.00 $0.00 $5,000.00 $1,250.00 $0.00 $0.00 $28,750.00 Subtotal: Public Involvement $16,000.00 $4,000.00 $2,000.00 $500.00 $0.00 $0.00 $0.00 $5,000.00 $1,250.00 $0.00 $0.00 $28,750.00 3.1 Environmental Justice & Socioeconomic Data $14,000.00 $3,500.00 $1,200.00 $300.00 $0.00 $0.00 $0.00 $2,400.00 $600.00 $0.00 $0.00 $22,000.00 3.2 Land Use Monitoring $3,200.00 $800.00 $0.00 $0.00 $0.00 $0.00 $0.00 $5,200.00 $1,300.00 $0.00 $0.00 $10,500.00 3.3 Transportation Surveys, Models & Analysis $12,000.00 $3,000.00 $400.00 $100.00 $0.00 $0.00 $0.00 $2,400.00 $600.00 $0.00 $0.00 $18,500.003.4 Environmental Justice / Title VI $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,400.00 $600.00 $0.00 $0.00 $3,000.00 3.5 GIS Development & Applications $16,400.00 $4,100.00 $0.00 $0.00 $0.00 $0.00 $0.00 $40,000.00 $10,000.00 $0.00 $0.00 $70,500.00 Subtotal: Data Collection $45,600.00 $11,400.00 $1,600.00 $400.00 $0.00 $0.00 $0.00 $52,400.00 $13,100.00 $0.00 $0.00 $124,500.00 4.1 Metropolitan Transportation Plan $8,000.00 $2,000.00 $800.00 $200.00 $0.00 $0.00 $0.00 $4,800.00 $1,200.00 $0.00 $0.00 $17,000.004.2 Congestion Management $20,000.00 $5,000.00 $800.00 $200.00 $0.00 $0.00 $0.00 $3,200.00 $800.00 $0.00 $0.00 $30,000.004.3 Intermodal Planning $20,000.00 $5,000.00 $400.00 $100.00 $0.00 $0.00 $0.00 $3,200.00 $800.00 $0.00 $0.00 $29,500.00 4.4.1 Special Study- Washington Road Corridor Pedestrian Study $112,563.20 $28,140.80 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $140,704.00 4.4.2 Special Study- Aiken County Access Management Plan $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $50,000.00 $12,500.00 $0.00 $0.00 $62,500.00 4.4.3 US 1 Corridor Study $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $100,000.00 $25,000.00 $0.00 $0.00 $125,000.004.5 Air Quality Issues $14,000.00 $3,500.00 $1,600.00 $400.00 $0.00 $0.00 $0.00 $3,600.00 $900.00 $0.00 $0.00 $24,000.00 SUBTOTAL: Transportation System Planning $174,563.20 $43,640.80 $3,600.00 $900.00 $0.00 $0.00 $0.00 $164,800.00 $41,200.00 $0.00 $0.00 $428,704.00 5.1 Program Support and Administration $0.00 $0.00 $0.00 $0.00 $25,085.00 $3,135.00 $3,135.00 $0.00 $0.00 $26,040.00 $6,510.00 $63,905.00 5.2 Long-Range Transportation Planning $0.00 $0.00 $0.00 $0.00 $46,454.00 $5,807.00 $5,807.00 $0.00 $0.00 $2,000.00 $500.00 $60,568.005.3 Short -Range Transportation Planning $0.00 $0.00 $0.00 $0.00 $33,701.00 $4,213.00 $4,213.00 $0.00 $0.00 $15,960.00 $3,990.00 $62,077.00 5.4 Transportation Improvement Program $0.00 $0.00 $0.00 $0.00 $32,159.00 $4,020.00 $4,020.00 $0.00 $0.00 $4,000.00 $1,000.00 $45,199.00 SUBTOTAL: Transportation System Planning $0.00 $0.00 $0.00 $0.00 $137,399.00 $17,175.00 $17,175.00 $0.00 $0.00 $48,000.00 $12,000.00 $231,749.00 6.1 Performance Based Planning $18,400.00 $4,600.00 $0.00 $0.00 $0.00 $0.00 $0.00 $9,600.00 $2,400.00 $0.00 $0.00 $35,000.00 SUBTOTAL: Performance Based Planning $18,400.00 $4,600.00 $0.00 $0.00 $0.00 $0.00 $0.00 $9,600.00 $2,400.00 $0.00 $0.00 $35,000.00 7.1 Transportation Improvement Program $32,000.00 $8,000.00 $1,600.00 $400.00 $0.00 $0.00 $0.00 $5,200.00 $1,300.00 $0.00 $0.00 $48,500.00 SUBTOTAL: Transportation Improvement Program $32,000.00 $8,000.00 $1,600.00 $400.00 $0.00 $0.00 $0.00 $5,200.00 $1,300.00 $0.00 $0.00 $48,500.00 GRAND TOTAL $373,763.20 $93,440.80 $15,600.00 $3,900.00 $137,399.00 $17,175.00 $17,175.00 $290,000.00 $72,500.00 $48,000.00 $12,000.00 $1,080,953.00 SUBTOTAL: Unfunded -MPO Supplemental GA PL Funds $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Cental Martinez Cooridor Study- GAMPO & Columbia Co. Funds & in-kind $400,000.00 $135,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $535,000.00 2050 MTP Study - FY2019 GAMPO & Aiken County Funds $216,000.00 $54,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $64,000.00 $16,000.00 $0.00 $0.00 $350,000.00 Freight Study $160,000.00 $40,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $200,000.00 TOTAL AIKEN CO PLANNING & DEVELOPMENT LOWER SAVANNAH COUNCIL OF GOVERNMENTS (LSCOG -ACT) AUGUSTA PLANNING & DEVELOPMENT DEPARTMENT Revised 3/27/2019 Figure 3 - FY 2020 UPWP Budget 59 60 UPWP FY 2020 1/22/2019 GA & SC ARTS FTA SUMMARY SECTION 5303 FTA LSCOG Total SC FTA GA DOT APDD Total GA Work Element SEC 5303 Match SEC 5303 SEC 5303 Match Match SEC 5303 5.1 Program Support and Administration (44.21.00)$26,040.00 $6,510.00 $32,550.00 $25,085.00 $3,135.00 $3,135.00 $31,355.00 5.2 Long-Range Transportation Planning (44.23.01)$2,000.00 $500.00 $2,500.00 $46,454.00 $5,807.00 $5,807.00 $58,068.00 5.3 Short-Range Transportation Planning (44.24.00)$15,960.00 $3,990.00 $19,950.00 $33,701.00 $4,213.00 $4,213.00 $42,127.00 5.4 Transportation Improvement Program (44.25.00)$4,000.00 $1,000.00 $5,000.00 $32,159.00 $4,020.00 $4,020.00 $40,199.00 Total $48,000.00 $12,000.00 $60,000.00 $137,399.00 $17,175.00 $17,175.00 $171,749.00 LSCOG APDD 61 APPENDIX A – TITLE VI 62 63 APPENDIX A The text below, in its entirety, is in all contracts entered into by AUGUSTA GEORGIA. All of the text except the final section, entitled “Incorporation of Provisions,” should be included in any contract entered into by any AUGUSTA GEORGIA contractor. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agree as follows: 1. Compliance with Regulations The Contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation (hereinafter referred to as DOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, or national origin. 4. Information and Reports The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by Augusta Georgia or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to Augusta Georgia, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance In the event of the Contractor’s noncompliance with the nondiscrimination provisions of this contract, Augusta Georgia shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 64 a. Withholding of payments to the Contractor under the contract until the Contractor complies; and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions The Contractor shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontractor or procurement as Augusta Georgia or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request Augusta Georgia enter into such litigation to protect the interests of the state and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 65 APPENDIX B The following clauses shall be included in any and all deeds affecting or recording the transfer of real property, structures, or improvements thereon, or interest therein from the United States. Granting Clause NOW, THEREFORE, Augusta Georgia—as authorized by law, and upon the condition that the state of Georgia will accept title to the lands and maintain the project constructed thereon, in accordance with and in compliance with Title 23, United States Code, the Regulations for the Administration of Federal Aid for Highways; the policies and procedures prescribed by the Federal Highway Administration of the Department of Transportation; and all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation (hereinafter referred to as the Regulations) pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252: 42 USC 2000d to 2000d-4)—does hereby remise, release, quitclaim, and convey unto the state of Georgia all the right, title, and interest of AUGUSTA GEORGIA in and to said land described in Exhibit A attached hereto and made a part thereof. Habendum Clause TO HAVE AND TO HOLD said lands and interests therein unto the state of Georgia, and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which the federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and shall be binding on the state of Georgia, its successors, and assigns. The state of Georgia , in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree, as a covenant running with the land for itself, its successors and assigns, that (1) no person shall, on the grounds of race, color, sex, disability, national origin, age, or religion, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed*, (2) that the state of Georgia shall use the lands, and interests in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21, Nondiscrimination of Federally Assisted Programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended, (3) that in the event of breach of any of the above mentioned nondiscrimination conditions, the agency shall have a right to reenter said lands and facilities on said land, and the above described land and facilities shall thereon revert to and vest in, and become the absolute property of, AUGUSTA GEORGIA and its assigns as such interest existed prior to this instruction.¹ 66 APPENDIX C The following clauses shall be included in all deeds, licenses, leases, permits, or similar instruments entered into by AUGUSTA GEORGIA pursuant to the provisions of Assurance 7. The LESSEE, for himself or herself, his or her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree as a covenant running with the land, that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this lease, for a purpose for which AUGUSTA GEORGIA program or activity is extended, or for another purpose involving the provision of similar services or benefits, the LESSEE shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964, as said Regulations may be amended. That in the event of breach of any of the above nondiscrimination covenants, the STATE shall have the right to terminate the lease, and to reenter and repossess said land and the facilities thereon, and hold the same as if said lease had never been made or issued. The following shall be included in all deeds, licenses, leases, permits, or similar agreements entered into by AUGUSTA GEORGIA pursuant to the provisions of Assurance 7. The LESSEE, for himself or herself, his or her personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant, and agree as a covenant running with the land, that (1) no person, on the grounds of race, color, sex, or national origin, shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and furnishing of services thereon, no person on the grounds of race, color, sex, and national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the LESSEE shall use the premises in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation— Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations may be amended. That in the event of breach of any of the above nondiscrimination covenants, the STATE shall have the right to terminate the [license, lease, permit, etc.] and to reenter and repossess said land and the facilities thereon, and hold the same as if said [license, lease, permit, etc.] had never been made or issued. *[Include in deeds subject to a reverter clause]. That in the event of breach of any of the above nondiscrimination covenants, the STATE shall have the right to reenter said land and facilities there-on, and the above described lands and facilities shall thereupon revert to and vest in and become the absolute property of the STATE and its assigns. __________________ ¹ Reverter Clause and related language to be used only when it is determined that such a clause is necessary in order to effectuate the purpose of Title VI of Civil Rights Act of 1964. 67 68 69 APPENDIX B – MPO CERTIFICATIONS MPO Certification CERTIFICATION OF THE AUGUSTA REGIONAL TRANSPORTATION STUDY Be it known to all, the below signees do hereby endorse and certify the Metropolitan Planning Process for the Augusta Regional Transportation Study (ARTS), and further certify that the Metropolitan Planning Process is being conducted in accordance with all applicable requirements of: I. 23 U.S.C. 134, 49 U.S.C. 5305, and this subpart o Agreements are in place to address responsibilities of each MPO for its share of the overall Metropolitan Planning Area (MPA), where multiple Metropolitan Planning Organizations share geographic portions of a Transportation Management Area (TMA). o All major modes of transportation are members of the MPO o Any changes to the MPA boundaries were reflected in the Policy Board representation. o Agreements or memorandums are signed and in place for identification of planning responsibilities among the MPO, GDOT, public transit operator(s), air quality agency (ies), or other agencies involved in the planning process. o Roles and responsibilities are defined for the development of the Metropolitan Transportation Plan (MTP), Transportation Improvement Program (TIP), Unified Planning Work Program (UPWP) and other related planning documents. UPWP o The UPWP documents in detail the activities to be performed with Title 23 and the Federal Transit Act. o The UPWP activities are developed, selected and prioritized with input from the State and public transit agency (ies). o The UPWP provides funding for the professional development of MPO staff. o The final UPWP is submitted in a timely manner to GDOT with authorization occurring by before the MPO’s fiscal year begins. o Amendments to the UPWP are developed and processed in accordance with procedures outlined in the MPO’s Participation Plan. o Planning activities and status reports are submitted quarterly by the MPO to GDOT. MTP o The MTP incorporates a minimum 20-year planning horizon. o The MTP identifies both long-range and short-range strategies and actions leading to the development of an intermodal transportation system. o The MTP is fiscally constrained. 70 o The development of the MTP and the TIP are coordinated with other providers of transportation (e.g. regional airports, maritime port operators) o All of the Moving Ahead for Progress in the 21st Century Act (MAP-21) planning factors were considered in the planning process. o The MTP includes a discussion of types of potential environmental mitigation activities and potential areas to carry out these activities in consultation with federal, state and tribal land management and regulatory agencies. o The Congestion Management Process (CMP) was developed as part of the MTP in TMA’s. o The MPO approves the MTP in a timely manner without entering into a planning lapse. o Amendments to the MTP/STIP/TIP follow the approved Amendment Process. o The MPO approves MTP amendments in accordance with procedures outlined in the MPO’s Participation Plan. o The transit authority’s planning process is coordinated with the MPO’s planning process. o In non-attainment and maintenance areas the MPO, as well as FHWA and FTA, must make a conformity determination on any updated or amended MTP in accordance with 40 CFR Part 93. TIP o The TIP is updates at least every 4 years, on a schedule compatible with STIP development. o Each project included in the TIP is consistent with the MTP. o The MPO, GDOT and the transit operator collaborate on the development of the TIP. o The TIP contains all projects to be funded under Title 23 U.S.C. and Title 49 U.S.C. Chapter 53. o The TIP is financially constrained by year and revenue estimates reflect reasonable assumptions. o The MPO TIP is included in the STIP by reference, without modification. o Amendments to the MTP/STIP/TIP follow the approved Amendment Process. o In non-attainment and maintenance areas, the MPO as well as the FHWA and FTA must make a conformity determination on any updated or amended TIP in accordance with 40 CFR Part 93. Participation Plan o A 45-day comment period was provided before the Participation Plan process was adopted/revised. o Transportation plans, programs and projects provide timely information about transportation issues and processes to citizens and others who may be affected. o Opportunities are provided for participation for local, State, and federal environmental resource and permit agencies where appropriate. o The public involvement process demonstrates explicit consideration and responsiveness to public input received during the planning and program development process. o The transportation planning process identifies and addresses the needs of those traditionally underserved, including low-income and minority households. 71 o The disposition of comments and changes in the final MTP and /or TIP are documented and reported when significant comments are submitted. o Additional time is provided if the “final” document is significantly different from the draft originally made for public review. o The MPO undertakes a periodic review of the public involvement process to determine if the process is efficient and provides full an open access for all. CMP (applies to TMAs) o In TMA’s, the planning process includes the development of a CMP that provides for effective management of new and existing transportation facilities through the use of travel demand reduction and operational management strategies, thus meeting the requirements of 23 CFR Part 500. o The CMP is fully integrated into the overall metropolitan planning process. o The CMP has established performance measures. o The MPO has a process for periodically evaluating the effectiveness of the CMP. o The CMP is updated on a periodic basis to reevaluate network strategies and projects. o The CMP work activities are included in the UPWP. List of Obligated Projects o The MPO provides a listing for all projects for which funds are obligated each year, including bicycle and pedestrian facilities. o The annual listing is made available to the public via the TIP or the MTP. II. In non-attainment and maintenance areas, sections 174 and 176(c) and (d) of the Clean Air Act, as amended (42 U.S.C. 7504, 7506(c) and (d)) and 40 CFR part 93 o The MPO’s UPWP incorporates all of the metropolitan transportation-related air quality planning activities addressing air quality goals, including those not funded by FHWA/FTA. o Agreements exist to outline the process for cooperative planning within full nonattainment/maintenance areas that are not designated by the MPO planning area. o The MPO coordinates the development of the MTP with SIP development and the development of Transportation Control Measures (TCM) if applicable. o The MTP includes design concept and scope descriptions of all existing and proposed transportation facilities in sufficient detail, regardless of funding source, to permit conformity determinations. o The MPO’s TIP includes all proposed federally and non-federally funded regionally significant transportation projects, including intermodal facilities. o If applicable, the MPO ensures priority programming and expeditious implementation of TCMP from the STIP. III. Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d-1) and 49 CFR part 21 72 o The MPO has adopted goals, policies, approaches and measurements to address Title VI and related requirements. o The public involvement process is consistent with Title VI of the Civil Rights Act of 1964 and the Title VI assurance execution by the State. o The MPO has processes, procedures, guidelines, and/or policies that address Title VI, ADA, and DBE. o The MPO has a documented policy on how Title VI complaints will be handled. o The MPO has a demographic profile of the Metropolitan Planning Area (MPA) that includes identification of the locations of protected populations. o As appropriate, the planning process identifies/considers/addresses the needs of protected/traditionally underserved populations (low-income/minority as defined by the U.S. Census Bureau). IV. 49 U.S.C. 5332, prohibiting discrimination on the basis of race, color, creed, national origin, sex, or age in employment of business opportunity o The MPO adheres to all requirements prohibiting discrimination against a person under, a project, program, or activity receiving financial assistance under because of race, color, creed, national origin, sex, or age. V. Section 1101(b) of MAP-21 (Pub. L. 112-141) and 49 CFR part 26 regarding the involvement of disadvantaged business enterprises in USDOT funded projects o The GDOT establishes overall goals for the percentage of work to be performed by DBE’s based on the projections of the number and types of federal-aid highway contracts to be awarded and the number and types of DBE’s likely to be available to compete for the contracts. VI. 23 CFR part 230, regarding the implementation of an equal employment opportunity program on Federal and Federal-aid highway construction contracts o The MPO as required by Title VII of the Civil Rights Act of 1964, does not discriminate on employment opportunities based on race, color, religion, sex, or national origin; VII. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) and 49 CFR parts 27, 37, and 38 o The MPO as required by 49 U.S.C. 5332 prohibits discrimination on the basis of race, color, creed, national origin, sex, or age, and prohibits discrimination in employment or business opportunity, otherwise known as Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d, and U.S. DOT regulations, “Nondiscrimination in Federally-Assisted Programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act,” 49 CFR part 21 at 21.7. VIII. The Older Americans Act, as amended (42 U.S.C. 6101), prohibiting discrimination on the basis of age in programs or activities receiving Federal financial assistance 73 o The MPO has identified strategies and services to meet the needs of older persons’ needs for transportation planning and programming. IX. Section 324 of title 23 U.S.C. regarding the prohibition of discrimination based on gender o The MPO adheres to the Act on Equality between women and men and prohibits both direct and indirect discrimination based on gender. o The MPO adheres to the Equal Pay Act of 1963 (EPA), which protects men and women who perform substantially equal work in the same establishment from sex-based wage discrimination; X. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and 49 CFR part 27 regarding discrimination against individuals with disabilities. o The MPO adheres to Title I and Title V of the Americans with Disabilities Act of 1990 (ADA), which prohibits employment discrimination against qualified individuals with disabilities in the private sector, and in state and local governments 74 (This page left blank intentionally) Commission Meeting Agenda 5/21/2019 2:00 PM FY20 Unified Planning Work Program Department:Planning & Development - MPO/ARTS Department:Planning & Development - MPO/ARTS Caption:Motion to approve the adoption of the FY2020 UPWP for the MPO/ARTS annual budget. (Approved by Public Services Committee May 14, 2019) Background:The Metropolitan Planning Organization and the Augusta Regional Transportation Study conduct research and analysis bi- state to four counties. This data is used to create transportation decisions within the jurisdiction. Analysis:The budget outlines tasks that must be completely annually as well as Special Transportation Studies, Transportation Improvement Plan, Transportation Alternative Program and the Metropolitan Transportation Plan. Financial Impact:This budget is funded by GDOT, SCDOT, FTA,FHWA, Augusta Planning, Development and Aiken County Planning Department and Lower Savannah Council of Governments through 5303 and 5310 with an 80/20 match. Alternatives:Without adoption by the Commission, the MPO/ARTS can not receive the grant funding and will cease to exist. Recommendation:The recommendation is for approval. Funds are Available in the Following Accounts: See Figure 3 on pg 62 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM James Brown Birthday Bash Department: Department: Caption:Motion to approve tasking the Recreation Department Interim Director and Special Events Coordinator with coordinating with the Miller Theater to hold a two-day James Brown Birthday Event for next year and report back to the committee their recommendations in 60-90 days. (Approved by Public Services Committee May 14, 2019) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/21/2019 2:00 PM Rescind Bid Award & Contract All South Roofing Department:Augusta Regional Airport Department:Augusta Regional Airport Caption:Motion to approve the rescinding of bid award and contract as approved by the Aviation Commission on March 28, 2019 to ALL SOUTH ROOFING and award to ROOFING PROFESSIONALS, INC. as approved by the Aviation Commission on March 28, 2019.(Approved by Public Services Committee May 14, 2019) Background:This contract was originally awarded to All South Roofing, and was approved by the Aviation Commission and Augusta Commission. The Contractor failed to provide necessary documentation for security badges to work the project. Roofing Professionals, Inc. has agreed to perform this same work for the same price of $64579.00. Analysis:This is for the renovations to Hangar One. Financial Impact: Alternatives:To deny Recommendation:To approve rescinding the bid award and contract to All South Roofing for failure to perform and award to Roofing Professionals, Inc. Funds are Available in the Following Accounts: Fund: 551 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Abandoned vehicle Department: Department: Caption:Motion to approve getting an update on Tuesday (May 21st) from the Marshal's Office and Code Enforcement regarding whether the VIN verification process has begun relative to the "Notice of Violation" for 1901- 15th Street regarding abandoned/stripped vehicles. (Approved by Public Services Committee May 14, 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 Friday, February 15, 2019 @ 11:00 a.m. for furnishing: Bid Item #19-140 2019 6500GVWR Pickup Truck – 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 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 1, 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 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 January 10, 17, 24, 31, 2019 Metro Courier January 10, 2019 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Attachment B YES YES NO BID Yes E-Verify Number 314470 94460 933751 SAVE Form YES YES Yes 5.01 2019 Pickup Truck (1/2 ton), 6500 GVWR, Regular Cab, 6 Cyl, 4x2, SWB $19,789.00 $19,987.00 $19,449.00 6.01 5.0L V8 Flex Fuel Engine $1,825.00 $1,836.00 $1,895.00 6.02 3.5L V6 EcoBoost $2,388.00 $2,388.00 $2,445.00 6.03 2.7L V6 EcoBoost $925.00 $916.00 Standard 6.04 Long Bed (8ft)$287.00 $285.00 $300.00 6.05 Extended range fuel tank $407.00 $410.00 $420.00 6.06 Super Cab (6.5ft bed)$20,703.00 $1,716.00 $4,400.00 6.07 Super Cab (8ft bed)$21,943.00 $3,375.00 N/A 6.08 4X4 Option (All Models) $4,436.00 $1,995.00 $4,900.00 6.09 Skid Plates $146.00 $155.00 $150.00 6.10 Fog Lights $127.00 $135.00 $130.00 6.11 Crew Cab XL SWB $22,995.00 $3,365.00 $6,700.00 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 VEHICLE/OPTIONS REQUIRED 6.00 MANUFACTURER OPTIONS Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. Page 1 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 6.12 Crew Cab XL LWB $23,935.00 $5,325.00 N/A 6.13 Limited Slip Axle $519.00 $525.00 $530.00 6.14 Tilt / Cruise $210.00 $215.00 $210.00 6.15 Cab Steps $232.00 $262.00 $300.00 6.16 Daytime Running Lights $41.00 $42.00 $42.00 6.17 Power Windows/Locks/Mirrors $1,069.00 $1,088.00 $890.00 6.18 Power Seat $322.00 $345.00 $322.00 6.19 Class IV Hitch (w/o tow pkg)$95.00 $100.00 $89.00 6.20 Trailer Tow Pkg $920.00 $555.00 $554.00 6.21 Trailer Tow Pkg (w/101A pkg)$1,202.00 $916.00 $915.00 6.22 Tow Mirrors w/ spotlights $397.00 $495.00 $440.00 6.23 XL w/Power W-L-M, SYNC, AM/FM/CD, Cruise Control $2,252.00 $2,075.00 $1,220.00 6.24 Cruise Control & SYNC $597.00 $690.00 $595.00 6.25 40-20-40 Cloth Split Bench No Charge No Charge $150.00 6.26 Cloth Buckets w/Console $305.00 $275.00 $275.00 6.27 Electric Brake Controller $265.00 $265.00 $260.00 6.28 Carpet w/Mats $151.00 $140.00 $135.00 Page 2 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 6.29 XL SSV Package $46.00 $49.00 $48.00 6.30 XLT Package $4,100.00 $4,763.00 $5,560.00 6.31 Rear window defroster & Bumpers $205.00 $305.00 $93.00 6.32 Aluminum Wheels & Bumpers Included $740.00 $715.00 6.33 Box Side Steps $299.00 $305.00 $300.00 6.34 Tailgate Step $346.00 $355.00 $351.00 6.35 Reverse Sensing $250.00 $255.00 $260.00 6.36 Spray-In $549.00 $375.00 $400.00 6.37 Exterior Color Not Included in Base Price Color: ___________ $601.00 $950.00 No Charge 6.38 Exterior Color Not Included in Base Price Color: ___________ $601.00 No Charge No Charge 6.39 Exterior Color Not Included in Base Price Color: ___________ $601.00 N/A No Charge 6.40 Interior Color Not Included in Base Price Color: ___________ $601.00 N/A No Charge 6.41 Interior Color Not Included in Base Price Color: ___________ No Charge N/A No Charge Page 3 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 6.42 Interior Color Not Included in Base Price Color: ___________ No Charge N/A N/A 6.43 Delivery Fee per Vehicle No Charge $125.00 $50.00 7.01 Fire extinguisher $51.00 $55.00 $50.00 7.02 Outlet receptacle $65.00 $70.00 $65.00 7.03 Toolbox – aluminum box with lockable door(s), $392.00 $475.00 $400.00 7.04 Trailer hitch – Class IV connection, $325.00 $50.00 $150.00 7.05 Trailer wiring $65.00 Included Included 7.06 Trailer ball – 2 inch hitch ball $38.00 $25.00 $22.00 7.07 Window tint, regular cab $155.00 $125.00 $150.00 7.08 Window tint, extended cab $155.00 $145.00 $160.00 7.09 Window tint, crew cab $165.00 $165.00 $160.00 7.10 Add on step – single, tube metal type $590.00 $185.00 $230.00 7.11 Backup alarm $85.00 $80.00 $75.00 7.12 Drill Free Light Bar Cab Mount (part #: 8895150, $647.00 $690.00 $647.00 7.13 LED top mount light $542.00 $650.00 $537.00 7.00 OUTFITTER’S SPECIALTY ITEMS Page 4 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 7.14 County Emergency Equipment Package $782.00 $825.00 $778.00 7.15 Fire Emergency Equipment Package $1,741.00 $1,795.00 $1,728.00 Year 2019 2019 2019 Make Ford Ford Ford Model F150 F150 F150XL Approximate Delivery Time 12 Weeks ARO 90-120 DAYS 90 DAYS ARO 2019 6500 GVWR PICKUP TRUCK Page 5 of 5 Commission Meeting Agenda 5/21/2019 2:00 PM 2019 - General Fund F-150s Department:Central Services Department - Fleet Management Division Department:Central Services Department - Fleet Management Division Caption:Motion to approve Central Services Department - Fleet Management Division request the purchase of 7 Pickup Trucks for various departments in the General Fund. Bid Item 19-140 - Gerald Jones Ford. (Approved by Administrative Services Committee May 14, 2019) Background:The Engineering Department - Maintenance Division is requesting the replacement of a 1999 Ford F150, asset number 994179, with 176,240 miles for a 2019 Ford F150. The Recreation Department is requesting the replacement of three trucks; asset number 206055, a 2006 Ford F150 with 174,003 miles, asset number 994170, a 1999 Ford Ranger that was totaled in an accident and asset number 206052, a 2006 Ford Ranger with 146,546miles. The Central Services Department - Construction Division is requesting the replacement of a 2005 Ford F150, asset number 204344, with 108,043miles that needs a new transmission and the cost to repair exceeds the value of the vehicle. The Planning and Development Department - Code Enforcement Division is requesting the replacement of two 2001 Ford Rangers. Asset number 204324 with 170,176miles and Asset number F00087 with 169,158miles. Bid Tab Sheets and vehicle evaluations are attached. Analysis:The Procurement Department published a competitive bid using the Demand Star application for 2019 6500 GVWR Pick-up Truck (Bid #19-140). Invitations to Bid were sent to 24 vendors with four vendors responding and two being non-compliant. Bid tab sheets are attached for your review. Bid# 19-140: 2019 Ford F150 – Gerald Jones – $23,433 – Allan Vigil Ford - $24,297 Bid# 19-140: 2019 Ford F150 – Allan Vigil Ford - $26,198 - Gerald Jones – $28,114 GJF accepted the Local Vendor Preference Option at $26,198 Bid# 19-140: 2019 Ford F150 – Allan Vigil Ford - $21,878 - Gerald Jones – $22,529 Bid# 19- 140: 2019 Ford F150 – Allan Vigil Ford - $22,978 - Gerald Jones – $23,832 Bid# 19-140: 2019 Ford F150 – Allan Vigil Ford - $25,827 - Gerald Jones – $27,878 GJF accepted the Local Vendor Preference Option at $25,827 Financial Impact:2 – 2019 Ford F150 @ $23,433 each; 1 – 2019 Ford F150 @ $26,198; 2 – 2019 Ford F150 @ $21,878 each; 1 – 2019 Ford F150 @ $22,978 each; 1 – 2019 Ford F150 @ $25,827 each;. The total purchase orders designated to Gerald Jones Ford is $165,625. The vehicles will be purchased using Capital Outlay Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 7 - Ford F150s for General Fund Departments. Funds are Available in the Following Accounts: 2019 Capital Outlay - 272-01-6440/54.22210 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Invitation to Bid Sealed bids will be received at this office until Friday, February 15, 2019 @ 11:00 a.m. for furnishing: Bid Item #19-140 2019 6500GVWR Pickup Truck – 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 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 1, 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 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 January 10, 17, 24, 31, 2019 Metro Courier January 10, 2019 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Attachment B YES YES NO BID Yes E-Verify Number 314470 94460 933751 SAVE Form YES YES Yes 5.01 2019 Pickup Truck (1/2 ton), 6500 GVWR, Regular Cab, 6 Cyl, 4x2, SWB $19,789.00 $19,987.00 $19,449.00 6.01 5.0L V8 Flex Fuel Engine $1,825.00 $1,836.00 $1,895.00 6.02 3.5L V6 EcoBoost $2,388.00 $2,388.00 $2,445.00 6.03 2.7L V6 EcoBoost $925.00 $916.00 Standard 6.04 Long Bed (8ft)$287.00 $285.00 $300.00 6.05 Extended range fuel tank $407.00 $410.00 $420.00 6.06 Super Cab (6.5ft bed)$20,703.00 $1,716.00 $4,400.00 6.07 Super Cab (8ft bed)$21,943.00 $3,375.00 N/A 6.08 4X4 Option (All Models) $4,436.00 $1,995.00 $4,900.00 6.09 Skid Plates $146.00 $155.00 $150.00 6.10 Fog Lights $127.00 $135.00 $130.00 6.11 Crew Cab XL SWB $22,995.00 $3,365.00 $6,700.00 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 VEHICLE/OPTIONS REQUIRED 6.00 MANUFACTURER OPTIONS Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. Page 1 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 6.12 Crew Cab XL LWB $23,935.00 $5,325.00 N/A 6.13 Limited Slip Axle $519.00 $525.00 $530.00 6.14 Tilt / Cruise $210.00 $215.00 $210.00 6.15 Cab Steps $232.00 $262.00 $300.00 6.16 Daytime Running Lights $41.00 $42.00 $42.00 6.17 Power Windows/Locks/Mirrors $1,069.00 $1,088.00 $890.00 6.18 Power Seat $322.00 $345.00 $322.00 6.19 Class IV Hitch (w/o tow pkg)$95.00 $100.00 $89.00 6.20 Trailer Tow Pkg $920.00 $555.00 $554.00 6.21 Trailer Tow Pkg (w/101A pkg)$1,202.00 $916.00 $915.00 6.22 Tow Mirrors w/ spotlights $397.00 $495.00 $440.00 6.23 XL w/Power W-L-M, SYNC, AM/FM/CD, Cruise Control $2,252.00 $2,075.00 $1,220.00 6.24 Cruise Control & SYNC $597.00 $690.00 $595.00 6.25 40-20-40 Cloth Split Bench No Charge No Charge $150.00 6.26 Cloth Buckets w/Console $305.00 $275.00 $275.00 6.27 Electric Brake Controller $265.00 $265.00 $260.00 6.28 Carpet w/Mats $151.00 $140.00 $135.00 Page 2 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 6.29 XL SSV Package $46.00 $49.00 $48.00 6.30 XLT Package $4,100.00 $4,763.00 $5,560.00 6.31 Rear window defroster & Bumpers $205.00 $305.00 $93.00 6.32 Aluminum Wheels & Bumpers Included $740.00 $715.00 6.33 Box Side Steps $299.00 $305.00 $300.00 6.34 Tailgate Step $346.00 $355.00 $351.00 6.35 Reverse Sensing $250.00 $255.00 $260.00 6.36 Spray-In $549.00 $375.00 $400.00 6.37 Exterior Color Not Included in Base Price Color: ___________ $601.00 $950.00 No Charge 6.38 Exterior Color Not Included in Base Price Color: ___________ $601.00 No Charge No Charge 6.39 Exterior Color Not Included in Base Price Color: ___________ $601.00 N/A No Charge 6.40 Interior Color Not Included in Base Price Color: ___________ $601.00 N/A No Charge 6.41 Interior Color Not Included in Base Price Color: ___________ No Charge N/A No Charge Page 3 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 6.42 Interior Color Not Included in Base Price Color: ___________ No Charge N/A N/A 6.43 Delivery Fee per Vehicle No Charge $125.00 $50.00 7.01 Fire extinguisher $51.00 $55.00 $50.00 7.02 Outlet receptacle $65.00 $70.00 $65.00 7.03 Toolbox – aluminum box with lockable door(s), $392.00 $475.00 $400.00 7.04 Trailer hitch – Class IV connection, $325.00 $50.00 $150.00 7.05 Trailer wiring $65.00 Included Included 7.06 Trailer ball – 2 inch hitch ball $38.00 $25.00 $22.00 7.07 Window tint, regular cab $155.00 $125.00 $150.00 7.08 Window tint, extended cab $155.00 $145.00 $160.00 7.09 Window tint, crew cab $165.00 $165.00 $160.00 7.10 Add on step – single, tube metal type $590.00 $185.00 $230.00 7.11 Backup alarm $85.00 $80.00 $75.00 7.12 Drill Free Light Bar Cab Mount (part #: 8895150, $647.00 $690.00 $647.00 7.13 LED top mount light $542.00 $650.00 $537.00 7.00 OUTFITTER’S SPECIALTY ITEMS Page 4 of 5 OFFICIAL VENDORS WADE FORD INC 3860 S COBB DRIVE SE SMYRNA, GA 30080 ALLEN VIGIL FORD (Bob Burtner) 6790 MT. ZION BLVD MORROW, GA 30260 NICHOLS FLEET EQUIPMENT 2401 EAST 31ST STREET CHATTANOOGA, TN. 37407 GERALD JONES FORD 3480 WRIGHTSBORO RD AUGUSTA, GA 30909 Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 54 Mandatory Pre-Bid/Telephone Conference: N/A Total packages submitted: 3 Total Non-Compliant: 0 Bid Opening Item #19-140 - 2019 6500 GVWR Pick-Up for Augusta, Georgia- Central Services Department- Fleet Maintenance Division Bid Due: Friday, February 15, 2019 @ 11:00 a.m. 7.14 County Emergency Equipment Package $782.00 $825.00 $778.00 7.15 Fire Emergency Equipment Package $1,741.00 $1,795.00 $1,728.00 Year 2019 2019 2019 Make Ford Ford Ford Model F150 F150 F150XL Approximate Delivery Time 12 Weeks ARO 90-120 DAYS 90 DAYS ARO 2019 6500 GVWR PICKUP TRUCK Page 5 of 5 Commission Meeting Agenda 5/21/2019 2:00 PM 2019 - Utilities F150s Department:Central Services Department - Fleet Management Division Department:Central Services Department - Fleet Management Division Caption:Motion to approve the Utilities Department request to purchase 11 Pickup Trucks for various divisions. (Approved by Administrative Services Committee May 14, 2019) Background:The Utilities Customer Service Division is requesting the replacement of a 2011 Ford Ranger, asset number 210165, which was totaled in October 2018 due to an accident. Customer Service is also requesting the purchase of one new Ford F150 that will be used to transport two new employees with computers and a mobile unit. The Utilities Max Hicks Filter Plant is requesting the replacement of three 2009 Ford Rangers; asset number 209109 with 200,652 miles, asset number 209108 with 190,006 miles, and asset number 209107 with 160,906 miles. The Utilities Construction and Maintenance Division is requesting the replacement of a 2001 Dodge Ram, asset number F00143 with 143,264, and the purchase of a new Ford F150 for field operations. In February 2019, the Dodge Ram was determined to be uneconomically repairable and the vehicle was taken out of service. The Utilities Raw Water Pump Station is requesting the replacement of a 2003 Ford Explorer, asset number F02061 with 125,714 miles. The current Ford Explorer does not meet the needs for this division and will be relocated within the department. The Utilities Facilities Maintenance Division is requesting the purchase of three new Ford F150s that will be used for the new fiber optic crew. The trucks will be used to haul equipment and trailers for laying fiber optics. Bid Tab Sheets and vehicle evaluations are attached. Analysis:The Procurement Department published a competitive bid using the Demand Star application for a 2019 6500GVWR Pick-up Truck (Bid# 19-140). Invitations to Bid were sent to 24 vendors and resulted in two valid responses. Bid tab sheets are attached for your review. Bid 19-140; 2019 6500 GVWR Pickup Truck: 2019 Ford F150 – Gerald Jones – $22,978 –Allan Vigil Ford - $23,832 2019 Ford F150 – Allan Vigil Ford - $24,948 -Gerald Jones- $26,828 ($24,948, local vendor match) GJF Accepted the Local Vendor Preference Option at $24,948 2019 Ford F150 – Allan Vigil Ford - $29,829 - Gerald Jones – $34,708 2019 Ford F150 – Allan Vigil Ford - $27,838 - Gerald Jones – $32,663 2019 Ford F150 – Allan Vigil Ford - $29,614 - Gerald Jones – $34,498 Financial Impact:4 – 2019 Ford F150 @ $22,978 each; 1 – 2019 Ford F150 @ $24,948; the total for purchase orders designated to Gerald Jones Ford is $116,860. 2 – 2019 Ford F150 @ $29,829 each; 1 – 2019 Ford F150 @ $27,838 each; 3 – 2019 Ford F150 @ $29,614 each; the total for purchase orders designated to Allan Vigil Ford is $176,338. The vehicles will be purchased using the GMA Lease Program. Alternatives:(1) Approve the request; (2) Do not approve the request Recommendation:Approve the purchase of 11 - Ford F150s for the Utilities Department Funds are Available in the Following Accounts: Customer Service 506043210-5422210; Max Hicks Plant 506043540-5422210; Construction & Maint 506043410- 5422210; Raw Water 506043510-5422210; Facilities Maint 506043580-5422210 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Homeownership Assistance MOU Page 1 of 5 Memorandum of Understanding By and Between Augusta, Georgia , and the Non Profit Entity FY 2019 Background and Intent This Memorandum of Understanding (MOU) clarifies the roles, responsibilities and Augusta, Georgia Homeownership Program. This Agreement, is made and entered into as of the ______day of ________ 2019 (“the effective date”) by and between Augusta, Georgia, acting through the Housing and Community Development Department (hereinafter referred to as “HCD”) – with principal offices at 925 Laney Walker Blvd, 3rd Floor, Augusta, Georgia, as party of the first part, hereinafter called “Augusta and CSRA Economic Opportunity Authority, a Georgia nonprofit organization with an expertise in homeownership counseling and homebuyer assistance and HUD Certified, organized pursuant to the Laws of the State of Georgia, hereinafter called “CSRA EOA” as party in the second. WHEREAS, the sole purpose of this MOU is to encourage cooperation between Augusta, Georgia, CSRA EOA] and to further detail the separate and distinct roles and responsibilities of each party in the HAP program of Housing and Community Development: WHEREAS, there is a growing mismatch between the local workforce and the local housing stock affordable to them, and; WHEREAS, Employers, such as Housing and Community Development, are looking at ways to improve their workforce’s access to local homeownership opportunities to reduce long commutes and the resulting tardiness, turnover and recruitment costs, and; WHEREAS, CSRA EOA, has the expertise to provide quality and efficient services to Augusta, Georgia in assisting their residents purchase homes through counseling sessions and linkages with appropriate lenders, and; WHEREAS, CSRA EOA supports such linkages between residents and housing organizations as part of its objective of increasing the workforce housing stock while strategically increasing the constituency of affordable housing advocates, and; WHEREAS, CSRA EOA have worked with the Housing and Community Development (HCD) to develop additional tools to strengthen employer-assisted housing initiatives, and; WHEREAS, the residents will participate only on a voluntary basis in the HAP program put forward by Augusta, Georgia; WHEREAS, CSRA EOA agrees to work with other local nonprofits such as Sand Hills Urban Development and East Augusta CDC in administering other select counseling programs; Homeownership Assistance MOU Page 2 of 5 THEREFORE, Augusta Housing and Community Development and CSRA Economic Opportunity Authority agree that it is in the best interest of all concerned to enter into this MOU. Eligibility Determinations Residents will be received on a first-come, first-serve basis. To be eligible for services through the HAP program, ranging from homebuyer education and counseling from CSRA EOA to down payment/closing cost assistance, applicants will have to meet the following criteria: a) Household income must not exceed the following household income limits (80% of AMI): 1 PERSON 2 PERSON 3 PERSON 4 PERSON 5 PERSON 6 PERSON $34,750 $39,700 $44,650 $49,600 $53,600 $57,550 b) Be interested in purchasing a home within Augusta, Georgia city limits. c) Able and willing to contribute at least $500/$1000 of their own money towards their home purchase (depending on income). d) Maintain home as principal residency throughout the affordability period of said property. e) Be interested in purchasing a home within Augusta, Georgia city limits. f) Such other conditions as may be required by the parties hereto. Roles and Responsibilities It is understood that HCD and CSRA EOA must work together as a team to effectively meet the housing needs of Augusta, GA’s residents. This level of collaboration will require thorough and timely communication between all parties. However, the parties to this MOU understand their separate and distinct responsibilities, including but not limited to the following: Augusta, GA is committed to make housing a viable option for residents who wish to live in the city Accordingly, HCD agrees to: 1. Partner with CSRA EOA and incorporate and market the HAP program to the residents. 2. Provide to residents funds for down payment/closing cost assistance and homebuyer subsidy. 3. Provide to CSRA EOA, a $1000 annual stipend, at $250 per quarter. These fees are for the administration of the program and provision of homebuyer education and individualized follow-up services to eligible employees. 4. Distribute marketing materials to employees. HCD shall have no obligations under this Memorandum of Understanding other than those outlined above. Homeownership Assistance MOU Page 3 of 5 CSRA EOA will coordinate and fully administer the HAP Program, and will consult, advise and assist HCD and its interested residents in every aspect of the HAP Program. Without limitation of the foregoing, CSRA EOA will: 1) Provide credit counseling and homebuyer education to residents. 2) Partner with the HCD Affordable Housing staff and Sand Hills Urban Development and East Augusta CDC to incorporate and market the HAP program. 3) Promote quality program administration and accountability to HCD. 4) Provide residents assistance in selecting their professional team of local lenders, realtors, and/or home inspectors. 5) Comply with all laws and ordinances connected with housing counseling. 6) Provide quarterly reports to HCD on the progress of the HAP program. See attached Reports. Confidentiality All parties agree that by virtue of entering into this MOU they will have access to certain confidential information regarding the other party’s operations related to this project. None of the parties bound in this MOU will at any time disclose confidential information and/or material without the consent of the subject party unless such disclosure is authorized by this MOU or required by law or court order. Unauthorized disclosure of confidential information shall be considered a material breach of this MOU. Where appropriate, releases will be secured before confidential information is exchanged. Confidential information will be handled with the utmost discretion and judgment. This confidentiality paragraph shall survive the termination of this MOU. Nondiscrimination There shall be no discrimination of any person or group of persons on account of race, color, creed, religion, sex, marital status, sexual orientation, age, handicap, ancestry or national origin in the implementation of the housing policies described in this MOU. Modification This MOU may not be modified or amended except by written agreement executed by the parties hereto. Counterparts This MOU may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Severability The parties hereto intend and believe that each provision in this MOU comports with all applicable local, state and federal laws and judicial decisions. However, if any provision in this MOU is found by a court of law to be in violation of any applicable ordinance, statute, law, administrative or judicial decision, or public policy, and if such court should declare such provision to be illegal, void or unenforceable as written, then such provision shall be given force to the fullest possible extent that the same is legal, valid and enforceable and the remainder of this MOU shall be construed as if such provision was not contained therein. Construction The headings of the MOU are for convenience only and shall not define or limit the provisions hereof. Where the context so requires, words used in singular shall include the plural and vice versa, and words of Homeownership Assistance MOU Page 4 of 5 one gender shall include all other genders. In the event of a conflict between the terms and conditions of any other agreement and the terms and conditions of this MOU, the terms and conditions of this MOU shall prevail. Legal Review The parties hereto acknowledge that they have been advised by legal counsel of their choice in connection with the interpretation, negotiation, drafting and effect of this MOU and they are satisfied with such legal counsel and the advice which they have received. Applicable Law This MOU shall be governed by, and construed in accordance with, the laws of the State of Illinois, without regard to conflict of laws principles. Term The term of this MOU shall be for 1 year (FY 2019), provided that this MOU is terminable at will in writing, at any earlier time, for any reason, by HCD; provided that HCD shall pay CSRA EOA for any and all services performed prior to termination. Homeownership Assistance MOU Page 5 of 5 ARTICLE XVII. COUNTERPARTS This Agreement is executed in two (2) counterparts – each of which shall be deemed an original and together shall constitute one and the same Agreement with one counterpart being delivered to each party hereto. IN WITNESS WHEREOF, the parties have set their hands and seals as of the date first written above: ATTEST: AUGUSTA, GEORGIA (Augusta) SEAL By: ___________________ _____ Hardie Davis, Jr. Date As Its Mayor ______________________________ Lena Bonner Clerk of Commission ______________________ ____ Jarvis Sims Date Interim Administrator ____________________ _______ Hawthorne Welcher, Jr. Date Director, HCD ATTEST: CSRA Economic Opportunity Authority (Grantee) SEAL: By: ________________________ Its:_________________________ _______________________ (Plain witness) Commission Meeting Agenda 5/21/2019 2:00 PM Financial Literacy Program_ MOU and Financial Stipend Approval Request Department:HCD Department:HCD Caption:Motion to approve Memorandum of Understanding and Financial Stipend for Financial Literacy Program. (Approved by the Administrative Services Committee May 14, 2019) Background:Housing and Community Development partners with CSRA Economic Opportunity Authority (EOA) as the HUD Approved Housing Counseling Agency to provide homebuyer education classes and credit counseling to citizens preparing for homeownership. CSRA EOA collaborates with HCD staff, Sand Hills Urban Development and East Augusta CDC to incorporate various counseling classes such as Preparing for Homeownership, Post Homeownership, Savvy Seniors and Financial Fitness, and Student Loan Recovery to assist citizens in preparing to become homeowners or to obtain knowledge to assist them in becoming productive citizens. Through the Community Development Block Grant Program (CDBG), HCD can provide an annual stipend to each as follows: CSRA Economic Opportunity Authority (HUD Certified & Approved Counseling Agency)- $1,000 annually at $250 per quarter East Augusta CDC (Certified by Georgia Department of Community Affairs and NeighborWorks America) - $500 annually at $125 per quarter Sand Hills Urban Development (Certified by Georgia Dept. of Community Affairs and NeighborWorks America) - $500 annually at $125 per quarter Funding can be utilized to defray the cost of time and materials. Analysis:The approval of funding will allow Augusta Housing and Community Development (HCD) to continue to provide homebuyer education, credit counseling, and various other counseling to citizens. Financial Impact:HCD will utilize Community Development Block Grant (CDBG) funding received through its annual allocation from U.S. Department of Housing and Urban Development (HUD) in the amount of $2,000 to assist in defraying the cost to the agencies. Alternatives:Do not approve the funding for Financial Literacy to agencies. Recommendation:Motion to approve Memorandum of Understanding and Financial Stipend for Financial Literacy Program. Funds are Available in the Following Accounts: U.S. Department of Housing and Urban Development (HUD) Funds: Community Development Block Grant (CDBG) funds. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Laney Walker/Bethlehem Site Surveys (3) Department:HCD Department:HCD Caption:Motion to approve Housing and Community Development Department’s (HCD's) request to provide Laney Walker/Bethlehem Bond Funding to contract with Cranston Engineering for site Surveys of three (3) areas within the Laney Walker/Bethlehem neighborhoods for the purpose of redistribution of narrow lots to accommodate slightly wider homes. (Approved by Administrative Services Committee May 14, 2019) Background:In 2008, the Augusta Commission passed legislation supporting community development in Laney Walker/Bethlehem. Since that time, the Augusta Housing & Community Development Department has developed a master plan and development guidelines for the area, set up financial incentive programs for developers and home buyers, selected a team of development partners to focus on catalytic change, and created a marketing strategy to promote the overall effort. This project involves site surveys for three (3) areas within Laney Walker / Bethlehem. 1. Site one (Perry Ave.): Site one is located on Perry Avenue between 12th and 13th Street. Cranston will survey lots 1216, 1218, 1220 and 1222, combine and redistribute to 3 equal width lots. 2. Site two (Twiggs Street): Site two is located on Twiggs Street west of Ash Street. Cranston will survey lots 1508, 1510 and 1512, combine and redistribute to 2 equal width lots. 3. Site three (Eleventh Street): Site three is located on Eleventh Street. Cranston will survey lots 1352, 1354 and 1356, combine and redistribute into 2 equal width lots. Analysis:The approval of the contract will allow for pre-development activities on these sites to begin. Financial Impact:Augusta Housing and Community Development receives annual allocations from Laney Walker Bethlehem Project which will fund this contract. Contract Amount: $6,700.00 Alternatives:Do not approve HCD’s Request. Recommendation:Motion to approve Housing and Community Development Department’s (HCD's) request to provide Laney Walker Bethlehem Bond Funding to contract with Cranston Engineering for site Surveys of three (3) areas within Laney Walker/Bethlehem neighborhoods for the purpose of redistribution of narrow lots to accommodate slightly wider homes. Funds are Available in the Following Accounts: Laney Walker/Bethlehem Revitalization Project Bond Funds. Fund 221 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Damaged East Wall Central Services Department Records Retention Division Stained Concrete Floor with Sheetrock Wall Sheetrock Wall and Damaged Wall Computer Docking Station Office Main Hallway with Exit Door Commission Meeting Agenda 5/21/2019 2:00 PM Renovate Former Offices for Records Retention - Change Order #3 Department:Central Services - Facilities Department:Central Services - Facilities Caption:Motion to approve change order #3 to the contract to Renovate Former Offices for Records Retention in the amount of $42,845.00. (Approved by Administrative Services Committee May 14, 2019) Background:The contract to renovate the former License and Inspection Building at 1815 Marvin Griffin Road to serve as space for records archive storage and Augusta Mosquito Control was awarded to R. W. Allen in 2018. The project is nearing completion. Work under the scope of this project involved significant demolition of the offices previously in the building. The extensive demolition revealed conditions which need to be corrected, but were unknown at the time of construction specification solicitation, and therefore not included in the initial scope of work. Attempts were made to remedy the unsightly conditions, to no avail. The photographs included in this agenda item show current conditions at the rear and end walls, which were covered with wood studs and paneling prior to demolition. The work included under this change order is to install light gage framing and painted drywall to cover the exposed structural components, insulation and bare metal exterior panels. This addition will make the storage space walls seamless with the remainder of the building. Previous Change Orders were as follows: #1 $17,522.00 Replace corroded structural framing behind the mansard panels. #2 $ 4,887.00 Re-establish electrical service to vehicle storage shed and replace corroded light fixtures Analysis:Staff investigated several options to cover the exposed components listed above. It was determined that light gage framing and drywall would be the most cost effective means for accomplishing the goal. The project architect has reviewed the cost proposal and found the pricing to be in line with current market prices. Financial Impact:The change amount is $42,845.00 Alternatives:1. Approve change order #3 to the contract to Renovate Former Offices for Records Retention in the amount of $42,845.00. 2. Do not approve Recommendation:Approve change order #3 to the contract to Renovate Former Offices for Records Retention in the amount of $42,845.00. Funds are Available in the Following Accounts: This project is funded through SPLOST 7. 329-05-1120 (JL 216057904)/5413120 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Request for Proposals will be received at this office until Wednesday, January 23, 2019 @ 11:00 a.m. for furnishing: RFP Item # 19-123A Architectural/Engineering Design Services for Lucy Craft Laney Museum for Augusta, GA RFP’s will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Mandatory Pre Proposal Conference will be held on Monday, January 7, 2019, @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. 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 Wednesday, January 9, 2019, @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 60 days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base their 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 December 13, 20, 27, 2018, January 3, 2019 Metro Courier December 31, 2018 cc: Janice Allen Jackson Administrator Christine Miller Betts Lucy Craft Laney Museum Director Leon Maben Lucy Craft Laney Museum Board Member Linda Johnson Lucy Craft Laney Museum Board Member Ed Sheppard Lucy Craft Laney Museum Board Member Revised: 1/12/2015 OFFICIAL VENDORS Attachment "B" E-Verify Number SAVE Form Addendum 1 & 2 Fee Proposal Original 8 Copies POND & COMPANY 621 NW FRONTAGE RD SUITE 320 AUGUSTA, GA 30907 DICKINSON ARCHITECTS 771 BROAD STREET SUITE 200 Yes 67757 Yes Yes Yes Yes Yes POSEY HOME IMPROVEMENTS 453 COLUMBIA IND BLVD SUITE 3 EVANS, GA 30809 Yes 465980 Yes Yes Yes Yes Yes 2KM ARCHITECTS 529 GREENE STREET AUGUSTA, GA 30901 Yes 312290 Yes Yes Yes Yes Yes VETERANS 1ST ARCHITECTURE 110-A N. LOUISVILLE ST HARLEM, GA 30814 STUDIO 3 DESIGN GROUP 1617 WALTON WAY AUGUSTA, GA 30904 Yes 194106 Yes Yes Yes Yes Yes MORTON CONST. GROUP 4708 BROAD OAK CT AUGUSTA, GA 30906 RFP #19-123A Architectural/Engineering Design Services Lucy Craft Laney Museum-for Augusta, GA RFP Due: Wednesday, January 23, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 40 Total Number Specifications Download (Demandstar): 17 Total Electronic Notifications (Demandstar): 266 Total Nubmer Specifications Mailed to Local Vendors: 19 Mandatory PreProposa Conference Attendees: 8 Total packages submitted: 4 Total Noncompliant: 0 Page 1 of 1 DICKINSON ARCHITECTS 771 BROAD STREET SUITE 200 AUGUSTA, GA 30901 2KM ARCHITECTS 529 GREENE STREET AUGUSTA, GA 30901 STUDIO 3 DESIGN GROUP 1617 WALTON WAY AUGUSTA, GA 30904 POSEY HOME IMPROVEMENTS 453 COLUMBIA IND BLVD SUITE 3 EVANS, GA 30809 DICKINSON ARCHITECTS 771 BROAD STREET SUITE 200 AUGUSTA, GA 30901 2KM ARCHITECTS 529 GREENE STREET AUGUSTA, GA 30901 STUDIO 3 DESIGN GROUP 1617 WALTON WAY AUGUSTA, GA 30904 POSEY HOME IMPROVEMENTS 453 COLUMBIA IND BLVD SUITE 3 EVANS, GA 30809 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 FAIL PASS PASS PASS FAIL 2. Qualifications & Experience (0-5)20 4.4 4.9 4.2 87.5 97.5 83.8 3. Organization & Approach (0-5)15 4.5 4.6 4.4 67.5 69.4 65.6 4. Scope of Services • Recent experience of the project team with comparable pre- design services assisting local governments with historical properties within the last five years • Project design schedule and ability to meet schedules and deadlines • Ability to establish sound and appropriate construction cost and post-construction operating costs as well as methods of estimating costs (0-5)15 4.4 4.9 4.4 65.6 73.1 66.6 5. Financial Stability (0-5)10 4.3 2.9 4.3 42.5 28.8 42.5 6. References (0-5)5 4.3 4.3 4.1 21.3 21.3 20.6 Within Richmond County 5 10 5 5 5 50 50 50 Within CSRA 5 6 0 0 0 Within Georgia 5 4 0 0 0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0  All Others 5 1 0 0 0 26.8 26.5 26.4 334.4 340.0 329.1 8. Presentation by Team (0-5)10 3.5 4.7 3.8 35.0 46.7 38.3 9 Q&A Response to Panel Questions (0-5)5 3.7 4.7 4.0 18.3 23.3 20.0 Lowest Fees 5 10 5 0.0 0.0 50.0 Second 5 6 5 0.0 30.0 0.0 Third 5 4 0.0 0.0 0.0 Forth 5 2 0.0 0.0 0.0 Fifth 5 1 0.0 0.0 0.0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 7.2 14.3 12.8 53.3 100.0 108.3 33.9 40.8 39.2 387.7 440.0 437.4 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Phase 1 Total - (Total Maximum Ranking 30 - Maximum Weighted Total Possible 375) Phase 1 RFP #19-123A Architectural/Engineering Design Services for Lucy Craft Laney Museum for Augusta, GA Evaluation Meeting: Friday, February 1, 2019 @ 3:00 p.m. Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5)Weighted Scores Procurement DepartmentRepresentative:____________Nancy Williams_________________________________ Procurement Department Completion Date: 3/4/19 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: 3/4/19 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) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) DICKINSON ARCHITECTS 771 BROAD STREET SUITE 200 AUGUSTA, GA 30901 2KM ARCHITECTS 529 GREENE STREET AUGUSTA, GA 30901 STUDIO 3 DESIGN GROUP 1617 WALTON WAY AUGUSTA, GA 30904 POSEY HOME IMPROVEMENTS 453 COLUMBIA IND BLVD SUITE 3 EVANS, GA 30809 DICKINSON ARCHITECTS 771 BROAD STREET SUITE 200 AUGUSTA, GA 30901 2KM ARCHITECTS 529 GREENE STREET AUGUSTA, GA 30901 STUDIO 3 DESIGN GROUP 1617 WALTON WAY AUGUSTA, GA 30904 POSEY HOME IMPROVEMENTS 453 COLUMBIA IND BLVD SUITE 3 EVANS, GA 30809 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 FAIL PASS PASS PASS FAIL 2. Qualifications & Experience (0-5)20 4.4 4.9 4.2 87.5 97.5 83.8 3. Organization & Approach (0-5)15 4.5 4.6 4.4 67.5 69.4 65.6 4. Scope of Services • Recent experience of the project team with comparable pre- design services assisting local governments with historical properties within the last five years • Project design schedule and ability to meet schedules and deadlines • Ability to establish sound and appropriate construction cost and post-construction operating costs as well as methods of estimating costs (0-5)15 4.4 4.9 4.4 65.6 73.1 66.6 5. Financial Stability (0-5)10 4.3 2.9 4.3 42.5 28.8 42.5 6. References (0-5)5 4.3 4.3 4.1 21.3 21.3 20.6 Within Richmond County 5 10 5 5 5 50 50 50 Within CSRA 5 6 0 0 0 Within Georgia 5 4 0 0 0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0  All Others 5 1 0 0 0 26.8 26.5 26.4 334.4 340.0 329.1 8. Presentation by Team (0-5)10 3.5 4.7 3.8 35.0 46.7 38.3 9 Q&A Response to Panel Questions (0-5)5 3.7 4.7 4.0 18.3 23.3 20.0 Lowest Fees 5 10 5 0.0 0.0 50.0 Second 5 6 5 0.0 30.0 0.0 Third 5 4 0.0 0.0 0.0 Forth 5 2 0.0 0.0 0.0 Fifth 5 1 0.0 0.0 0.0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 7.2 14.3 12.8 53.3 100.0 108.3 33.9 40.8 39.2 387.7 440.0 437.4 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Phase 1 Total - (Total Maximum Ranking 30 - Maximum Weighted Total Possible 375) Phase 1 RFP #19-123A Architectural/Engineering Design Services for Lucy Craft Laney Museum for Augusta, GA Evaluation Meeting: Friday, February 1, 2019 @ 3:00 p.m. Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5)Weighted Scores Procurement DepartmentRepresentative:____________Nancy Williams_________________________________ Procurement Department Completion Date: 3/4/19 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: 3/4/19 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) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Commission Meeting Agenda 5/21/2019 2:00 PM RFP 19-123A Architectural/Engineering Design Services for Lucy Craft Laney Museum Department:Procurement Department Department:Procurement Department Caption:Motion to approve bid award of RFP #19-123A Architectural/Engineering Design Services for the Lucy Craft Laney Museum (2019) to 2 KM Architects, Inc., as the qualified and selected architectural/engineering firm. (Approved by Administrative Services Committee May 14, 2019) Background:The Lucy Craft Laney Museum is in receipt of SPLOST funds for the renovations of the Historical Lucy Craft Laney Museum of Black History. The Board Members through the Augusta Procurement Office submitted an RFP to acquire an Architectural/Engineering Design Firm to assist the board members in reviewing the condition of the museum and to prioritize the needed renovations. The Architectural firm will be able to complete an analysis of the museum building to include the conference center and the administration building. The firm will also assist the Board Members on submitting bids for work and help them determine the priority of the needed renovations. Analysis:Four (4) firms responded to the RFP. The evaluation committee met and reviewed the submittals and also viewed presentations from the three (3) shortlisted firms. The committee is recommending the award to 2KM Architect's for a fee not to exceed $50,000.00. This fee will include Phase One -the analysis of the conditions and Phase II -the preparation of specifications for the recommended renovations. Financial Impact:The funds are available for this project from SPLOST VI. Alternatives:Rejection of this RFP Architect Firm selection would delay the Lucy Craft Laney Museum Board Member's ability to execute planned and emergency renovations to the museum, conference center and the administration building. Recommendation:Recommend the approval of RFP #19-123A: Architectural/Engineering Design Services for the Lucy Craft Laney Museum in the amount not to exceed $50,000.00. Funds are Available in the Following Accounts: SPLOST VI REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Request for Proposal Request for Proposals will be received at this office until Tuesday, February 26, 2019 @ 11:00 a.m. for furnishing: RFP Item #19-163 911 Logging Recorder Project For Augusta, GA – 911 Dispatch RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Mandatory Pre-Proposal Conference will be held on Friday, February 8, 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 Tuesday, February 12, 2019 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of ninety (90) days after bids have been opened, pending the execution of contract with the successful bidder(s). A 100% performance bond and a 100% payment bond will be required for award. Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base their 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 17, 24, 31, February 7, 2019 Metro Courier January 17, 2019 OFFICIAL VENDORS Attachment "B"E-Verify #Addendum 1 SAVE Form Original 7 Copies Fee Proposal EQUATURE 18311 W. 10 MILE RD SOUTHFIELD, MI 48075 YES 72760 YES YES YES YES YES REPLAY SYSTEMS 6555 NW 9TH AVE SUITE 105 FT. LAUDERDALE, FL 33309 YES 340789 YES YES YES YES YES MOTOROLA SOLUTIONS 1700 BELLE MEADE CT Suite 100 LAWRENCEVILLE, GA 30043 YES 63100 YES YES YES YES YES QUALITY RECORDING SOLUTIONS 780 KINGRIDGE DR ROSWELL, GA 30075 YES 332042 YES YES YES YES YES LOUDOUN COMMUNICATIONS 5680 STITCHER CT DOUGLASVILLE, GA 30134 RFP Item #19-163 911 Logging Recorder Project for Augusta, Georgia - 911 Dispatch RFP Date: Tuesday, February 26, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 18 Total Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar): 10 Mandatory Pre-Proposal/Telephone Conference Attendees: 5 Total packages submitted: 4 Total Noncompliant: 0 Page 1 of 1 EQUATURE 18311 W. 10 MILE RD SOUTHFIELD, MI 48075 REPLAY SYSTEMS 6555 NW 9TH AVE SUITE 105 FT. LAUDERDALE, FL 33309 MOTOROLA SOLUTIONS 1700 BELLE MEADE CT Suite 100 LAWRENCEVILLE, GA 30043 QUALITY RECORDING SOLUTIONS 780 KINGRIDGE DR ROSWELL, GA 30075 EQUATURE 18311 W. 10 MILE RD SOUTHFIELD, MI 48075 REPLAY SYSTEMS 6555 NW 9TH AVE SUITE 105 FT. LAUDERDALE, FL 33309 MOTOROLA SOLUTIONS 1700 BELLE MEADE CT Suite 100 LAWRENCEVILLE, GA 30043 QUALITY RECORDING SOLUTIONS 780 KINGRIDGE DR ROSWELL, GA 30075 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 Failed 2. Qualifications & Experience (0-5)10 2.7 4.0 3.0 2.0 26.7 40.0 30.0 20.0 3. Organization & Approach (0-5)10 2.0 4.3 3.0 2.3 20.0 43.3 30.0 23.3 4.Scope of Services • Service and Support • Technical Compliance • Evidence that responder fully understands Augusta 911 Center project scope (0-5)30 2.0 4.7 3.0 2.0 60.0 140.0 90.0 60.0 5. Financial Stability (0-5)5 2.7 3.3 3.7 2.7 13.3 16.7 18.3 13.3 6. References (0-5)10 2.0 4.7 2.0 3.3 20.0 46.7 20.0 33.3 Within Richmond County 5 10 0 0 0 0 Within CSRA 5 6 0 0 0 0 Within Georgia 5 4 5 5 0 0 20 20 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 5 0 10 0 0  All Others 5 1 5 5 0 0 0 11.3 21.0 14.7 12.3 145.0 296.7 208.3 170.0 8. Presentation by Team (0-5)10 0 0 0 0 9 Q&A Response to Panel Questions (0-5)5 0 0 0 0 Lowest Fees 5 10 5 50 0 0 0 Second 5 6 5 0 30 0 0 Third 5 4 5 0 0 0 20 Forth 5 2 5 0 0 10 0 Fifth 5 1 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 5 5 5 5 50 30 10 20 16.3 26.0 19.7 17.3 195.0 326.7 218.3 190.0 Procurement DepartmentRepresentative:_______Nancy Williams_____________________________________ PA6:N34rocurement Department Completion Date: 3/18/19 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: 3/18/19 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) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) . Vendors Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 375) Phase 1 RFP #19-163 911 Logging Recorder Project for Augusta, Georgia - 911 Dispatch Evaluation Meeting: Monday, March 18, 2019 @ 3:00 p.m. Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5)Weighted Scores Commission Meeting Agenda 5/21/2019 2:00 PM 911 Logging Recorder Project Department:911 Emergency Services Department:911 Emergency Services Caption:Motion to approve the award and contract of RFP #19-163 - 911 Logging Recorder Project to Replay Systems, Inc. (Approved by Public Safety Committee May 14, 2019) Background:The Augusta 911 Communications Center is the primary public safety answering point for all telephone and public safety radio related communications as it relates to police, fire and medical operations. The ability to capture and retain voice and data for 911 calls, other emergency and non-emergency phone calls, and emergency radio communications for emergency service activities are essential in the daily operations of the 911 Center. The current recorder system was procured in 2008, and while server refresh and software updates have been performed since initial installation, the 911 Center needs a technology upgrade on this critical communications system. Analysis:The current logging recorder system is antiquated and does not meet the current technological needs of the 911 Center. The current system is on a single computer server platform, which has potential for recording capabilities to be interrupted without notice. The requested upgrade will be a redundant system with multiple computer servers, as well as functionality to meet Next- Generation 911 (NG911) capabilities. This includes the ability to capture and retain text messages to 911, screen capture of emergency dispatch phones and radio, as well as capabilities for picture and video platforms. The recording solution proposal also includes the vendor performing quality assurance review of emergency incidents, which is vital for feedback and coaching for staff and will assist the 911 Center in achieving accreditation goals. Financial Impact:Project total is $147,710.00 and includes 1 year warranty. In FY2020, an estimated cost of $87,000 for an Application Program Interface (API) for the recorder will be required to capture radio and data communications on the new 800mgz radio system. The interface purchase request will occur at a date closer to the full implementation of the new radio system. Alternatives:N/A Recommendation:Approve the department recommendation to upgrade the 911 recording platform and award the bid and contract to Replay Systems, Inc. Funds are Available in the Following Accounts: This purchase would utilize available 911 fund balance and is an allowable expense of 911 fund balance fees as a capital improvement purchase. REVIEWED AND APPROVED BY: Procurement Finance Law Administrator Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Accountability Court Grant Contracts Department:Richmond County State Court Department:Richmond County State Court Caption:Motion to approve 2 State Court Accountability Court grant contracts for treatment services provided for participants in the DUI and Veterans Court programs.(Approved by Public Safety Committee May 14, 2019) Background:State Court was awarded a SAMHSA grant to provide treatment services for DUI and Veterans Court participants for those who need Intensive treatment services. Analysis:n/a Financial Impact:Inpatient Services - $12,700 per year/per person Medical Assisted Treatment - $22,880 per year/per person Alternatives:None Recommendation:Approve Funds are Available in the Following Accounts: Contractors are paid 100% from the SAMHSA grant. org key: 220022641 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission 1 fy20_LGL70_CountyCap.doc INTERGOVERNMENTAL AGREEMENT BY AND BETWEEN GEORGIA DEPARTMENT OF CORRECTIONS AND AUGUSTA GEORGIA COUNTY CAPACITY THIS AGREEMENT is entered into the 1st day of July, 2019, by and between the GEORGIA DEPARTMENT OF CORRECTIONS, an agency of the State of Georgia (“Department”), and AUGUSTA GEORGIA, a political subdivision of the State of Georgia (“County”), acting by and through its Board of County Commissioners, referred to individually as “Party” or together as “Parties.” WHEREAS, Department desires to contract with County for appropriate care and custody of certain offenders for which Department is responsible, (“State Offenders”); and County desires to provide appropriate care and custody of State Offenders at a correctional institution operated by County (“Services”). NOW, THEREFORE, in consideration of these premises and the mutual promises and agreements hereinafter set forth, the parties hereby agree as follows: 1. Care and Custody. County agrees to provide complete care and custody of up to 230 State Offenders daily, for the Term of this Agreement and in accordance with all applicable state and federal laws, rules, and regulations. Without limiting the generality of the foregoing, County specifically agrees that no State Offender labor shall benefit private persons or corporations. 2. Recording Offender Movement in SCRIBE. County agrees to record any and all movement of State Offenders transferred in and out of the County facility by entering the movement in Department’s SCRIBE system on the same day the movement occurs. Movements that are not entered in SCRIBE on the day the movement occurs will not show as an adjustment and result in an inaccurate daily count. County is solely responsible for implementing procedures to ensure that SCRIBE entries are made accurately and in a timely manner. County is responsible for verifying the State Offender count and all movements in and out of the County facility in SCRIBE on a daily basis to ensure that the count is accurate. County understands that the count reflected in SCRIBE is the official count for purposes of calculating payment under this Agreement. Late documentation, lack of documentation, or inaccurate documentation may result in delayed payment or non- payment under this Agreement. County agrees to grant Department access to County’s records, documentation procedure, and personnel for purposes of auditing SCRIBE entries and verifying State Offender count at any time upon Department’s request. 2 fy20_LGL70_CountyCap.doc 3. Notification of Medical Treatment. County shall notify Department of any State Offender that the County transfers to a hospital for treatment that will require an overnight stay or for whom treatment is likely to cost in excess of One Thousand Dollars ($1,000.00). Said notification shall be provided via telephone contact within Twenty-Four (24) hours of offender being admitted for treatment on an outpatient or inpatient basis. County shall notify Department pursuant to this paragraph by calling the Department’s “On Call Utilization Management Nurse” at 404-863-3079 at any time of day or night. 4. Employee or Offender Misconduct. The County agrees that it will notify the Department within ten (10) business days after terminating an employee of the County correctional institution for misconduct or of the resignation of any employee in connection with an allegation or investigation of misconduct. The County further agrees that it will notify the Department within ten (10) business days if it, one of its employees, or any other law enforcement officer secures a criminal warrant for the arrest or otherwise pursues the prosecution of an offender being housed at the County CI for criminal conduct allegedly committed at the County CI. County agrees that it will not hire any employee terminated by Department for misconduct or who resigns from Department in connection with an allegation or investigation of misconduct. 5. Compensation. Department agrees to pay County the sum of Twenty-Two Dollars ($22.00) per State Offender per day for the duration of this Agreement. County agrees that upon receipt of documentation from the Department showing inmate dates and total amount of payment, County shall validate the accuracy of the documentation in a manner as prescribed by the Department and return the validation of the same to the Business Management Unit within seven (7) business days of receiving the documentation. Department shall endeavor to pay County for Services within Forty-Five (45) days of invoice receipt in approved form. County acknowledges and agrees that the Commissioner of Corrections shall have sole authority with respect to the transfer of State Offenders to and from the County correctional institution and Department shall not incur charges for State Offenders not under the care and custody of County. A State Offender is not under the care and custody of County when a State Offender is not housed at the County facility including when a State Offender is out to court or sent to a Department facility for medical or mental health evaluation. 6. Term of Agreement. The term of this Agreement shall be from July 1, 2019 until 11:59 p.m. on June 30, 2020 (the “Term”). The Parties may, by mutual agreement in writing, extend the Term for additional time periods. 7. Termination. Department may at any time and for any reason terminate this Agreement by providing written notice in advance of such termination to County. In the event of termination under this paragraph, Department shall pay County for Services performed prior to the effective date of termination; provided, however, that payments otherwise due County may be applied by Department against amounts due or claimed to be due to Department. In the event that County fails to comply with the provisions of this Agreement, Department may terminate this Agreement for cause and without notice. If termination is for cause, payments may be withheld by Department on account of the 3 fy20_LGL70_CountyCap.doc Services being deemed deficient and not remedied by County prior to the effective date of termination. County shall be liable to Department for any additional cost incurred by Department as a result of deficiencies in the Services to be provided hereunder. 8. Prison Rape Elimination Act. County agrees that it will adopt and comply with 28 C.F.R. 115, entitled the Prison Rape Elimination Act (“PREA”). As required in 28 C.F.R. 155.12, County further agrees to cooperate with Department in any audit, inspection, or investigation by Department or other entity relating to County’s compliance with PREA. Department shall monitor the County’s compliance with PREA and shall have the right to inspect any documents or records relating to such audit, inspection or investigation, and County will provide such documents or records at Department’s request. County acknowledges that any violation of PREA is a material breach of this Agreement, is cause for termination of this Agreement and may lead to administrative and criminal sanctions. The County shall acknowledge in writing that the Department has advised the County of these matters. 9. Notices. Any notice under this Agreement, other than those referenced in Paragraph 3, “Notification of Medical Treatment,” shall be deemed duly given if delivered by hand (against receipt) or if sent by registered or certified mail, return receipt requested, to a Party hereto at the address set forth below or to such other address as the Parties may designate by notice from time to time in accordance with this Agreement. If to the County: Augusta Georgia Administrator, Board of Commissioners 535 Telfair Street, Ste., 910 Augusta, GA 30901 With a copy to: Richmond County Prison Warden, Evan Joseph 2314 Tobacco Road Augusta, GA 30906 If to the Department: Jennifer Ammons General Counsel Georgia Department of Corrections State Office South, Gibson Hall, 3rd Floor P.O. Box 1529 Forsyth, Georgia 31029 With a copy to: Robert Toole Facilities Director Georgia Department of Corrections State Office South, Gibson Hall, 1st Floor P.O. Box 1529 Forsyth, Georgia 31029 4 fy20_LGL70_CountyCap.doc 10. Reimbursement of Medical Costs. a. Department agrees to reimburse County for certain costs of medical services required for medical conditions which: (1) pose an immediate threat to life or limb, and (2) occur under circumstances in which the State Offender cannot reasonably be placed in a state institution for the receipt of this care (“Emergency Medical Services”). Department’s obligation to reimburse County for the cost of any medical services, to include Emergency Medical Services, arises only when the cost per State Offender per incident exceeds One Thousand Dollars ($1,000.00), and Department shall only be liable for the amount in excess of One Thousand Dollars ($1,000.00), subject to the limitations of this paragraph and other applicable laws and regulations. b. County agrees to invoice Department monthly for the actual cost of Emergency Medical Services paid by County. If there existed any rate agreement between County and the hospital or hospital authority at the time Emergency Medical Services were rendered, the invoice must reflect such rate. All invoices from County must include an invoice or receipt from the hospital that clearly shows the actual cost of Emergency Medical Services paid by County. c. Department is not liable to County for any late fees or charges imposed by the hospital, hospital authority (collectively, “Late Fees”), or other service provider, for late or nonpayment by the County. County agrees to exclude Late Fees from its invoices to Department. d. If Department reasonably determines that there is a difference between the actual cost incurred by County and the invoice sent to Department, Department may assess an administrative fee of one-half (1/2) of the difference to cover the administrative costs incurred by the Department. Department shall send County written notice of any administrative fees, and County shall have Thirty (30) days to make payment or to dispute the fee in writing. If County does not make payment of undisputed administrative fees by the due date, Department is entitled to a setoff of the same amount against future payments owing to County. e. Pursuant to O.C.G.A. § 42-5-2(c), Department shall reimburse County no more than the applicable Georgia Medicaid Rate for Emergency Medical Services provided to a State Offender by a hospital, hospital authority, or other service provider. Department shall not be liable to County for any amount paid by County to a hospital, hospital authority, or other service provider, in excess of the Medicaid Rate for emergency services provided to a State Offender. 11. Entire Agreement. This Agreement constitutes the entire agreement and understanding between the parties hereto and replaces, cancels and supersedes any 5 fy20_LGL70_CountyCap.doc prior agreements and understandings relating to the subject matter hereof, and all prior representations, agreements, understandings and undertakings between the parties hereto with respect to the subject matter hereof are merged herein. 12. Sole Benefit. Department and County enter into this Agreement for their sole benefit. Department and County do not intend to give any rights pursuant to this Agreement to any other parties. 13. Choice of Law and Venue. The Contract shall be governed in all respects by the laws of the State of Georgia. Any lawsuit or other action brought against the Department and the State based upon or arising from this Agreement shall be brought in the Superior Court of Fulton County, Georgia. 14. Amendment. The Parties recognize and agree that it may be necessary or convenient for the Parties to amend this Agreement and the Parties agree to cooperate fully in connection with such amendments if and as necessary. However, no change, modification or amendment to this Agreement shall be effective unless the same is reduced to writing and signed by the Parties. 15. Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original but all of which shall constitute one agreement. No Party shall be bound by this Agreement until all Parties have executed it. IN WITNESS WHEREOF, the parties have caused the authorized representatives of each to execute this Agreement on the day and year first above written. GEORGIA DEPARTMENT OF AUGUSTA, GEORGIA: CORRECTIONS: By: _______________________ By: _______________________ Jennifer Ammons General Counsel Print Name: Hardie Davis, Jr. Title: Mayor Attest:_____________________ FACILITY WARDEN/SUPERINTENDENT By: _______________________ Print Name: Evan Joseph Commission Meeting Agenda 5/21/2019 2:00 PM Augusta-Richmond County FY20 Capacity Agreement Department:Richmond County Correctional Institution Department:Richmond County Correctional Institution Caption:Motion to approve Augusta-Richmond County FY20 Capacity Agreement for state inmates being housed at the Richmond County Correctional Institution (Approved by Public Safety Committee May 14, 2019) . Background:Augusta-Richmond County contracts with the State of Georgia to house two hundred thirty (230) non-violent inmates to perform skilled/non-skilled labor in City Departments. Analysis:The Georgia Department of Corrections pays the City of Augusta a per diem of Twenty Two ($22.00) dollars per day per inmate. Financial Impact:The revenue receive from the State of Georgia is approximately (45%) of the institution's annual budget. Alternatives: Recommendation:Approve the Augusta-Richmond County FY20 Capacity Agreement to house Two Hundred Thirty (230) non-violent inmates. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Information Technology 2019 Replacements Department:Information Technology Department Department:Information Technology Department Caption:Motion to approve the replacement of obsolete computer equipment (laptops, computers, servers, printers, scanners, switches, routers, VOIP phones, other telecommunication devices, uninterrupted power supplies, radios, and MDTs) as well as the purchase of any required computer software upgrades. (Approved by Public Safety Committee May 14, 2019) Background:In an effort to provide the employees of Augusta Richmond County with current technology and to stay in line with the Information Technology Strategic Plan, the Information Technology Department (IT) schedules the replacement of end- of-life equipment that, due to age and capability, is not compatible with current standards and is unable to support current software requirements. Information Technology developed an IT Technology Replacement plan that replaces obsolete computer equipment every 4 to 8 years (the normal life expectancy for the equipment). The replacement of computer and communication equipment will consist of any devices that are not capable of meeting current software or business needs to include the scheduled laptops, computers, servers, printers, scanners, switches, routers, VOIP phones, other telecommunication devices, uninterrupted power supplies, radios, and MDTs, along with necessary software. Information Technology is also continuing with the standardization of current operating systems and Microsoft Office products throughout the organization. Therefore, required software and hardware upgrades may need to be purchased for computers and servers that are not scheduled to be replaced. Regardless of funding source, all technology equipment removed from production will be disposed of in accordance with the technology disposal policy previously approved by the Commission. Inoperable equipment will be taken to the electronic recycling drop point at the Augusta Richmond County Landfill. Qualified equipment that meets determined specifications will either be sold in the Employee Lottery or redistributed to appropriate locations for use in Community Outreach Programs (i.e. Recreation Department Community Centers). All other functional equipment will be taken to the Fleet Department for sale at auction. All data will be erased from any devices using a DOD certified method. In order to make this disposal process both more secure and more efficient, Information Technology will use a hard drive shredder to safely destroy obsolete hard drives and prevent the unauthorized recovery of County data. Analysis:Currently there are approximately 2000+ desktop computers, 500+ laptops and tablets, 400+ MDTs, and 1500+ radios deployed by the city. The life expectancy of a computer is 4-5 years. In some cases, these computers, servers, printers, laptops, radios, and MDTs are incapable of operating the software required by the current business environment. Certain printers in operation are no longer capable of printing documents of acceptable quality. These items will be purchased through the state contract or through some other means that meets current Procurement requirements. (SWC90813-04; 99999-SPD- T20120702; 99999-SPD-T20120501-0011; 99999-SPD- T20120702-0003; GS-35F-0195J; S000546-044; 252-001-09-1; 250-000-09-1; 252-030-09-ACS; SPD-0000021-0005; SWC90814-02; 252-000-09-ACS; and SWC-90813). Financial Impact:The approximate estimated cost for the items identified as needing to be replaced, upgraded or purchased is $375,000.00. Funds for these replacements are included in the Information Technology 2019 Operating and Capital Budget. Alternatives:Leave existing devices in place. However, this will increase the cost of replacements in future budgets and will affect other technology related implementations, projects, and normal business processes. Supporting and maintaining this out-of-date equipment another year could result in unpredictable outcomes, reduced efficiency for certain departments, and an increased risk of failure. Recommendation:Motion to approve the replacement of obsolete computer equipment (laptops, computers, servers, printers, scanners, switches, routers, VOIP phones, other telecommunication devices, uninterrupted power supplies, radios, and MDTs) as well as the purchase of any required computer software upgrades. Funds are Available in the Following Accounts: 272015410-5316220 (Desktops) 272015410-5316230 (Laptops) 272015410-5316260 (Printers) 272015410-5424210 (Servers) 272015410-5316250 (Peripherals) 272015410-5316270 (Radios) 272015410-5424220 (Software) 272015410-5316120 (Telephones) 272015410-5232111 (Telephone-Other) 272015410-5421110 (Machinery) 101015410 (Operating- Maintenance, Small Equipment) REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Ambulance Service Contract Department: Department: Caption:Discuss ambulance service contract between Augusta and Gold Cross Ambulance Service and receive a report from the Commission's Ambulance Services Subcommittee. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: AGENDA ITEM ______________ EDITION ______________ DATE: May 3, 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 Plantation Blood, LLC CAPTION: Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 154-0-023-00-0) 4132 Wallie 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 4,962 square feet of permanent easement and 6,000 square feet of temporary construction easement. The appraised value is $616.00. 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: May 14, 2019 DEPARTMENT FUNDS ARE AVAILABLE IN THE DIRECTOR:_________________________ FOLLOWING ACCOUNTS: G/L 514043490-5411120 ADMINISTRATOR:____________________ J/L 81500100-5411120 FINANCE:__________________________ Commission Meeting Agenda 5/21/2019 2:00 PM Acquisition of Permanent Easement & Temporary Construction Easement to Richmond County, Georgia from Plantation Blood, LLC Department:Utilites Department:Utilites Caption:Motion to authorize condemnation to acquire title of a portion of property for permanent easement and temporary construction easement (Parcel 154-0-023-00-0) 4132 Wallie Drive. (Approved by Engineering Services Committee May 14, 2019) 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 6,000 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 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 Lena Bonner From: Commissioner Sammie Sias Sent: Tuesday, May 14, 2019 8:21 PM To: Lena Bonner Cc: Nancy Morawski Subject: Commission Agenda Item Attachments: 20L90424_L20015jp9; 20L90424_120031jp9; 20190424_120105jp9; Airport Entrance - FBO, Hangers, Service Trucks, Employees.pdf Ms Bonner, Please the following agenda item to the Commission Agenda for 21 May 2019. Thanking you in advance Sammie L. Sias Commissioner, Augusta Richmond County "Failure is not an Option" From: Commissioner Sammie Sias Sent: Wednesday, April24,2019 3:33 pM To: Lena Bonner Cc: Nancy Morawski; Hameed Malik; Herbert Judon; Commissioner Dennis Williams; Jarvis Sims Subject: Fw: IEXTERNAL] Ms Bonner, Please the following item, including the four photos to the Engineering Services Committee agenda for 30 April 20L9. lmprove an extremely dangerous entrance to the Augusta Regional Airport. 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 atrisk. This is especially true during Maters week when we have limousines, passenger vans, car carriers, and a host of other vehicles using this entrance. Sammie L. Sias Commission Meeting Agenda 5/21/2019 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. (Requested by Commissioner Sammie Sias) 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: Commission Meeting Agenda 5/21/2019 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, and May 14, 2019 ) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda Commission Chamber - 5t712019 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 Made Seconded MotionBy By Result Recognition of the April years of Services recipients. Augusta Utilities Department B. National Drinking Water Week" (Requested by Commissioner Marion ItemWilliams) Action: None IB ItemApnrovalsheet.html Motions Motion Motion Textrype lB ItemApprovalsheet.html Motions Y:li"' Motion Textrype Made Seconded MotionBy By 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 Itemmillion in scholarship awards. (Requested by Commissioner Bill Fennoy) Action: None IB 2019-07-05 Jakelia Beker Good news and bad news.pdf lB ItemApprovelSheet.html Motions Motion Motion Text Made Seconded MotionrYPe By By Result Recognition of Ms. Jakelia Baker for her receipt of offers of $1.3 million in scholarship awards. Saint Paul's Church 100th anniversary D. Congratulations! Saint Paul's Church l00th anniriersary. (Requested by Item Commissioner Bill Fennoy) Action: None lB ltemApprovalsheet.html I Motions , Motion rir^1:^_ .t, __L Made Seconded MotionMotion TextType 'rvrruu r var By By Result Presentation is made to St. Paul's Church. Five ($ minute time limit per deleeation DELEGATIONS E. Mr. Bennish Brown, President & CEO Augusta Convention Visitors Bureau Itemregarding lst quarter updated on progress and activities of the ACVB's efforts Action: to promote Augusta. None IB Bennish_Brown ACYB.odf lB ItemAoorovalsheet html Motions Motion rr^r:^-,T,^_.r Made Seconded MotionType Motion Text By By Result Presentation is made by Mr. Brown. F. I\&. Moses Todd regarding the state of the Good and Welfare of Augusta- Item Richmond County, GA Action: None lE Mr. N{oses Todd .{senda Item 45.2.t9.nrtf Made Seconded MotionBy By Result Presentation is made by Mr. Todd. CONSENT AGENDA (Items l-49) PUBLIC SERVICES 1. Motion to approve New Location: A.N. 19-13: request by Alphonso Daggett ltem for an on premise consumption Liquor, Beer & Wine License to be used in Action: connection with Gravity Lounge & Restaurant LLC located at 2510 Peach Approved Orchard Rd Unit G. There will be Dance. District 2. Super District 9. (Approved by Public Services Committee April30,2019) lB aN.l9-l3.oar lB ItemApprovalsheet.html Motions ffi':" Motion Text Made By Seconded By f"ttji; ^ Motion to approve. Commisioner Commissioner D,Approve Motion pasies l0-0. Sean Frantom Mary Davis Passes lB ItemAnnrovalsheet.html Motions Motion Motion Textr ype 2. Motion to approve New Application: A.N. 19-14: A request by Brett ltem Summers for an on premise consumption Liquor, Beer & Wine License to be Action: used in connection with TDT Augusta LLC dba Top Dwag Tavern located at Approved 2821 Washington Rd. There will be Sunday Sales. District 7. Super District 10. (Approved by Public Services Committee April30,2019) B,q,n.l9-ll.odr B ItemApprovalsheet.html Motions X:':"' Motion Text Made By seconded By Motionrype l -------- -., Result ^ Motion to approve. Commisioner CommissionerApprove Motion pasiis l0-0. sean Frantom Mary Davis Passes 3. Motion to approve the award of Bid Item 19-1384 to Hammett Electric Item Company, Inc. for the lump sum bid of $139,788.67. (Approved by Public Action: Services Committee April30,2019) Approved lB Bid Onenins Summarv 19 lJ8A.odf B I9.I38A ITB - SENT To vENDoRS.Ddf lB l9-I38A Denartment Recommendation of Award.odf B Mail Lebels.pdf B ltemAoorovalsheet.html Motions *j:"" Motion Text Made By seconded By MotionrYPe ''--*- -r Result a __.^^--^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Ben Hasan Passes 4. Motion to approve Change Order #3 McCarthy - Taxiway A Project - Item Augusta Regional Airport. (Approved by Public Service Committee April Action:30,2019) Approved E Mccarthv Imnrovement Chanse Order -l - Teviwrw A cnnnoarnr nrr{ B ItemAoorovalsheet.html Motions Motion rr .a:^_7Tt-__a rf,_ r h Motion;---".. Motion Text Made By Seconded Bylype ----- -r Result A _--^_,^ Motion to approve. Commisioner CommissionerApprove Motion pasies 10-0. Sean Frantom Mary Davis Passes 5. Motion to extend the Management Agreement with Cypress Golf ltem Management, LLC for an additional period of sixty (60) months. (Approved Action: by Public Services Committee April 30,2019) Approved [B Cvnress Executed Asreement.odf lB Renewal Letter Sisned.odf lB ItemAonrovalsheet.html Motions Y:11" Motion Text Made By seconded By Motion I YPe ----- -'t Result Motion to approve. Approve Mr. Clarke out. Commissioner Commisioner Motion passes 9-0. Sammie Sias Sean Frantom Passes 6. Motion to approve the award of runway 5123 and airfield pavement Item renovations at Daniel Field Airport. (Bid Item #19-210) Reeves Construction Action: Company. (Approved by Public Services Committee April30,2019) Approved B CnOf TA Letter (l).odf lB Shealv aooroval letter for TA 000l.ndf lB t9-210 ITB to paper.pdf E Oflicial Tab Sheer t9-2l0.pdf B r9-zlo pgc.nor [B Goodwvn Mills Cawood Letter of Recommendation + Cerfifie.t Rirt Toh nrrf lB Recommendation Letter from_Denertment.pdf lB DBE Utiliation Recommendation Letter.pdf lE }lail List and Demandstar Planholders.pdf B Daniel Field Airport Georgia Procurement Reqistn' Vendor Summary.pdf [B ItemApprovalsheet.html Motions Motion Text Made By Seconded By Motion MotionTYPe Result A --_^_-^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 7. Motion to approve the procurement of one additional LED Digital Display ltem Message Board for Lake Olmstead based off of Bid Item 18-204 (approved Action: 8/2112018). (Approved by Public Services Committee April30,20l9i Approved lE 18-204 LED DisitalDisotav Extension.pdf E ltemApprovalsheet.html Motions X:11" Motion Text Made By seconded By Motion I YPe - --'- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. sean Frantom Mary Davis Passes 8. Motion to approve the current preliminary design and proceed to final Itemdesign and bid documents for Lake Olmstead Park Action: improvements. (Approved by Public Services Committee April 30, Rescheduled 20lg') lE Handouts Commission J 8_l8.odf lB 20 I 8-08-1 5 Presentation.pdf lE l8-07.01 Preliminarl Desisn S€t l2-21-20l8.pdf lB ItemAnorovalsheet.html Motions Motion 1:^- 7T!^--r rr r h Motion- ------ Motion Text Made By Seconded By Resuttr ype Motion to refer this Defer item back to Commissioner Commissioner rcommiffee. Ben Hasan M=aryil;i.'-^ Passes Motion Passes 10-0. 9. Motion to approve the Lykins Oil Company Contract for Gas & Diesel ItemSupply - Augusta Regional Airport. Bid Item 19-010 (Approved by public Action: Services Committee April30,2019) Approved B Gas and Oil Supplv Asreement Lvkins.odf IB 19-010 Invitetign to Bid sent to newsDaper - revised.ndf E rAB SHEET oFFICtAL.pdf lB 19-010 Recommendation Letter from Department - Lykins.pdf B Mail List.pdf lB ItemApprovalsheet.html Motions Motion L, .:^- ,T,---L f,- r '- Motionirn.-- Motion Text Made By Seconded By Result A ^*_^,,^ Motion to approve. Commisioner CommissionerApprove , - +:^- -^^l]_ ,., ,, cr^_ - F r -- .--------:--. ---- PassesMotion Passes 10-0. Sean Frantom Mary Davis 10. Motion to approve the Newsome Electrical Contract for LED Lighting at the Item Augusta Regional Airport. (Approved by Public Services Committee Action:April 30,2019) Approved B CONTRACT FOR itb 19-156 selected termina I led lishtins conversion.docx lB Bid-Tab_Lishts.pdf IB ItemApprovalsheet.html Motions X:j*1" Morion Text Made By Seconded By Motion'f'YPe -'"-- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes 10-0. Sean Frantom Mary Davis Passes ADMINISTRATIVE SERVICES 11. Motion to approve Engineering Department - Storm Water Division requests Item the purchase of one new Commercial Street Sweeper. Bid I 8-291 Cheiokee Action: Truck. (Approved by Administrative Services Committee April30,2018) Approved B l8-291 - Tab Sheet -street Sweeper.xlsx lEl lnvitation to Bid Sent to Newsoaner.ndf E I8-29I oFFICIAL TAB SHEET.Ddf [B l8-291 Department Recommendation of Award.pdf lE Nlail List and Demandstnr planholders.pdf B ltemApprovalsheet.html Motions [,o11" Motion Text Made By seconded By MotionIYPe '''--- -r Result ^ Motion to approve. Commissioner CommissionerApprove Motion passes l0-0. Bobby Williams Brandon Garrett Passes 12. Motion to approve request to replace two Ford F250's, funded by General Item Fund Capital Outlay. Bid Item 18-186 - Allan Vigil Ford. (Approved by Action: Administrative services committee April30,3019) Approved IE Eval - 204342 - Ens-Mrint.odf IE Eval - F02315_-_Fleetodf tE 18-186 - Tab Sheet - Ens-Maint.xlsx E tt-lff - Teh Sheei - Flecrxlsv E l8-l8o lrB - sglt to p,qpER.oat E rg-lso oFrtclaL t.4,e sHeer.por E 18-186 Denartment Recommendation of Award.ndf B ntait List and Demandster Planholders^ndf IB Georgia Procurement Resistrv Vendor List.odf E ItemAonrovalSheet.html Motions X:11'" Motion Text Made By Seconded By Motion[YPe -'-"- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 13. Motion to approve Fleet Management request for the replacement of five ltem Marshal's Office vehicles using SPLOST Phase VII Public Safety Action: Vehicles. Bid Item 19-172 Thomson Motor Centre $58,941. (Approved by Approved Administrative Services Committee April 30, 2019) E Eval - ll{arshal.pdf B l9-172 Tab Sheet --lllarshal.pdf @ tq-llZ Adverfisement to Pnnpr ndf E 19-172 oFFrcrAL TAB sHEET.pdf lB l9-172 Derrartment Recommendetion of Award.pdf lB Mail List and Demandstar Phnholders.pdf E Georqia Procurement Reqistry Vendor Summary.pdf IE ItemApprovalsheet.html Motions [-o11" Motion Text Made By seconded By MotionI'ype -.---- -'I -------- -" Result A __-^-.^ Motion to approve. Commisioner CommissionerApprove Motion pasies 10-0. Sean Frantom Mary Davis Passes 14. Motion to approve the Richmond County SherifPs Office request to approve Item the replacement of 24 Road Patrol, 4 Traffrc,6 Civil, 3 Administration and 9 Action: Criminal Investigation vehicles using SPLOST VII - Public Safety Vehicles. Approved Bid Item 19-172 Thomson Motor Centre (Approved by Administrative Services Committee April30, 2018) lB Eval- Sheriff s Office.ndf @ 19-172 Tab Sheet - RP.xlsx B 19-172 Tab Sheet - Traflir.xlsx B 19-172 Tab Sheer - Civil.xlsx (B 19-172 Tab Sheet - Admin Cars.xlsx B l9-l7l Teb Sheef - civil-rlsr B 19-172 Advertisement to Paner.ndf B I9-I72 OFFICIAL TAB sHEtrT.Ddf B l9-172 Department Recommendation of Award,pdf IB llail List and Demandstar planholders.ndf B Georgia Procurement Resistrv Vendor Summarv.ndf E ItemAoorovalsheet.html Motions [,"J:" Motion Text Made By seconded By HrtJiI a _-._.._ Motion to approve. Commisioner Commissioner hApprove Motion passes t0-0. Sean Frantom Md;;;ir'-^ Passes 15. Motion to approve the District Attorney's Office request the purchase of two Item Dodge Chargers. Bid Item 19-172 - Thomson Motor Centre (Approved by Action: Administrative Services Committee April30,2018) Approved E Eval - DA - 209088.odf E 19-172 Trb Sheet - DA.ndf B l9-172 Advertisement to Paper.pdf B 19-172 DeDartment Recommendation of Award^ndf IE Mail List and Demandstar Planholders.odf lB Georsia-Procurement Reqistrv Vendor_Su mmal-v.odf IB ItemAoorovalsheet,html Motions Motion t- .. Motion- ----- Motion Text Made By Seconded By'l'ype - ----- -'t --------- -'I Result A _--^-.^ Motion to approve. Commisioner CommissionerApprove Motion passes 10-0. Sean Frantom Mary Davis Passes 16. Motion to approve recommendations to update the online version of the Item PPPM; 2) make (declare) all hard copies of the PPPM obsolete and to Action: authorize only the use of the online version of the PPPM. (Approved by the Approved Administrative Policy & Procedures Subcommittee March 25r 2019 and Administrative Services Committee April 30, 2019) lE Ban the Box Policv-Procedure-Ordinance,ndf IB Emplovee Aooeals and Disnute Resolution Polirv-Procedrrre-()rdinrnne ndf lE llemAoorovalsheet.html Motions X:11" Motion Text Made By seconded By MotionrYPe ''---- -J Result a _--_-^_,^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 17. Motion to award the contract to provide and install furnishings for the new Item Augusta Transit Operations and Maintenance Facility project to the low Action: bidder, Weinberger's Business Interiors of Augusta, GA, in the amount of Approved B tg-zto ttr - srNt ro paprR.oor B Conv of I9-230_TAB OFFIClAL.pdf B t9-z3o pBc.oor E Recommendation Letter from Deoartment.ndf E ]ttail List end Demendcfqr pronhnrrra-. ^nf lB Georgia Procurement Resistrv Vendnr Srrmmrrw nrtf Sl14,684.09. Bid t9-230 (Approved Committee April 30, 2018) by Administrative Services seconded By Motion Result seconded By Motion Result a __-^__ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. sean Frantom Mary Davis Passes 18. Motion to approve tasking the Law Department to determine if local ltem governments can be involved in growing marijuana for medicinal purposes Action:or if they can lease property to be used for that purpose.(Approved by ApprovedAdministrative Services Committee April 30, 20lg) E ItemAonrovalsheet.html Motions Y:-'i" Motion Textrype E ItemAnnrovalsheet.html Motions il,'r':'" Motion rext Made By Made By A -..-^-_^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 19. Motion to approve appointing the Chair andlor their designee from eachcommittee to serve on the advisory committee for the Lake Olmstead Feasibility Study. (Approved by Administrative Services CommitteeApril30,2018) B ItemApprovalsheet.html Motions Item Action: Approved Motion Motion Text Type Seconded By Motion Result ^ Motion to approve. commisioner commissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 20' Motion to approve tasking the Interim Administrator to develop the Itemevaluation tool for the Commission for direct reports and come back with a Action:recommendation in 30-days. (Approved by Administrative Services Approved Committee April 30, 2018) Motion to approve referring this item to the a.---..- Policies & Procedures commissioner commissionerApprove Subcommittee. Mr. D. Sammie Sias Mary Davis Passes Williams abstains. Motion Passes 9-0 -1. 21. Motion to approve/accept the recommendation of the Administrator Item to cancel the bid award of ITB #18-278 Articulated Dump Truck for the Action: Environmental Services Department and rebid the projeci with enhanced Approved specification and notiff all prospective vendors. (Approved byAdministrative Services Committee April 30, 2019) B t8-zz8 oppIC,q,I- Tan.xls IB l8-278 Department Recommendation of Awrrd.pdf B l8-278 Commision Approlal.lrdf lB tg-ZZS Protest hv Mav llervw I'.drrinmenr ndf IB 18-278 Response to protest.pdf lB l8-278 Protest Appeal - Mav Heavv Eounment-nrtf B ltemAonrovalsheet html Motions Motion Motion TextIVDE seconded Bv MotionMade By E ItemApprovalsheet.html Motions f#:'" Motion rext Motion ResultMade By Seconded By Approve Motion to approve. Commisioner Commissioner passes Motion Passes 10-0. Sean Frantom Mary Davis 22. Motion to approve Housing and Community Development Department's(HCD's) request to amend contracts for construction oi five (5) affordable housing units (single family). (Approved by Administrative Services Committee April 30, 20lg) IB Collaborative Contrect Novrrs Aqendr 4-l(-lonrtf Item Action: Approved lE ltemAoprovalsheet.html Motions Y:t1" Motion Text Made ByI ype Seconded By Motion Result a -....^__- Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 23. Motion to approve bid item #19-183, to award the contract for the ltem Municipal Building Parking Lot Improvements to Contract Management Action: Inc., of Augusta, GA, in the amount of $293,865.00. (Approved by Disapproved Administrative Services Committee April 30, 3019) B l8-80J9 A RC Bldp 5000 pks Improyements-Civil plans 20lg-06-29.pdf B l9-183-Advertisement to paper.pdf E l9-t8J TAB.pdf B lg-tg: upn.nor lB l9-183 Deprrtment Recommendation of Award.pdf lB llail List and Demandstar planholders.odf B Georgia Procurement Resistrv Vendor Summarv.odf E Comoliance Information.ndf lB ItemAoorovalsheet,html Motions X:'1" Motion Text Made Byrype Deny Motion to deny. Mr. Commissioner B. Williams out. Marion Voting No: Williams Commissioner Seconded By ili:tii Commisioner Passes Sean Frantom 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 ltem the following projects: (Approved by Administrative Services Committee Action:April30,2019) Approved Augusta Records Retention Annex Jeff Maxwell Library Additions and Renovation Augusta Transit Operations and Maintenance Facility lB Records Retention Plaque Draft.xls lB l\Iaxwell Plaque Draft.xls E Transit l\Iaintenance Facilih' Plaoue Draft.xls E Item.{oorovalsheet.html Motions ffit:"t Motion Text Made By Seconded By Motion Result ^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 25. Motion to approve Trane, Inc. to proceed with a Phase I detailed investment Item grade facility assessment to evaluate and assess the overall condition of Action: Augusta, Georgia's various facilities while locating and recommending Approved energy performance savings in the amount of $590,000 as described in RFQ #18-164.(Approved by Administrative Services Committee April 30, 20te) lB 18-16,1 RFO Invitation to Bid.doc IB l8-164 Tab Sheet.pdf [B 18-164 Cumulative Evaluation Sheet .pdf B lS-164 Recommendation Memo.nrtf B Process Repardins RF0s.ndf B r8-tol ntpo.pdr lB l8-164 Planholders List.pdf lB ltemApprovatsheet.html Motions Motion rz^1: _- m , r, r Motion- ----- Motion Text Made By Seconded ByrYPe '.---- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 26. Z'19'06 - Motion to approve allowing the withdrawal of this petition; Item conculrence with the Augusta Planning Commission to deny a petition Action: Joseph Edge, on behalf of Edge Property Management LLC, requesting a Approved 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) B z-19-06.pdf B ltemAnorovalsheet.htmt Motions *11"' Motion Text Made By seconded By MotionlYPe ---- -'1 ---""--- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes 10-0. Sean Frantom Mary Davis Passes PUBLIC SAF'ETY 27. Motion to approve the award of Bid Item #19-154 Cardiac Item Monitor/Defibrillator to Physio-Control, Inc., authorize the Mayor to sign the Action: contract to purchase the Cardiac MonitorslDefibrillators through Physio- Approved 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 April30, 2019) E ltemAnnrovalsheet.html Motions Motion Motion Text Made By seconded By MotionTYPe Result a __-^_-^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 28. Motion to approve the Richmond County Marshal office request to ltem implement new Marshal's Eviction Fee Proposal. (Approved by Public Action: Safety Committee April30, 2019) Approved IE PTv Ordinance sec 3-S-86.docx B ItemAonrovalsheet.html Motions f#:"' Motion Text Made By Seconded By f;tjf Approve passes B sxM cssletqoso2lzzoo.odr lB ItemAoorovalsheet.html Motions X:':' Motion Text Made By seconded MotionlYPe ------ -r By Result Motion to refer this ^ Dies forDefer item back to commissioner committee arion Williams 'etff: Motions Motion Motion Text Made By seconded By HtjiiI vDeJI Motion to approve. Voting No: ^ Commissioner Approve Commissioner uommlssloner Marion williams. Ben Hasan Dennis Passes Williams Motion Passes 9-1. 29. Motion to authorize staff to draft a code amendment to modi$z the personal Item Transportation Vehicle provisions of the Code so as to only require hydraulic Action: brakes on commercially used PTVs.(Approved by Public Safety Approved Committee April 30, 2019) Motion to approve. Commisioner Commissioner Motion Passes 10-0. Sean Frantom Mary Davis 30. Motion to approve the acceptance of the one-time commission bonus check Item in the amount of $35,000 and adjust the budget accordingly. (Approved by Action: Public Safety committee April30,2019) Approved lB RCCI Inmate Telephone Contract.pdf IE ItemAoorovalsheet.html Motions Y:11"' Morion Text Made By seconded By Motion'l'YPe '---- -J Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes 10-0. sean Frantom Mary Davis Passes FINANCE 31. Motion to approve request from Delta House, Inc. which operates the Lucy Item Craft Laney Museum of Black history an extension to complete the Action: renovation of the Museum that will be partially funded with SPLOST VI. Approved (Approved by Finance Committee Aprit 30, 20lg) @ SPLOST Vl contract Delta House. lnc.pdf {B ItemApprovalsheet.html Motions Motion rrr^4:^-'Tt^--1 rr-r n ^ r rh Motion; "-'"" Motion Text Made By Seconded ByI YPe '.--'- -J Result Annrn,,o Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes ENGINEERING SERVICES 32. Motion to authorize condemnation to acquire title of a portion of property Item for permanent easement and temporary construction easement (Parcel 166-0- Action: 381-00-0) 4219 James Drive. (Approved by Engineering Services Approved Committee April 30, 2018) IB Asenda Item - \l'rightsboro24.odf IB ltemAoorovalSheet.html Motion Result ^ - Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 33. Motion to authorrze condemnation to acquire title of a portion of property Item for permanent easement and temporary construction easement (Parcel 153-0- Action: 129-00-0) 2419 Travis Road. (Approved by Engineering Services Approved Committee April 30, 2018) Motions ryJ:"' Motion rext lB Agenda Item - Crawford.pdf B ItemApprovalSheet.html Motions Motion - - --__ Motion Textlype a ----..^___ Motion to approve.APProve Motion passes lo-0. Made By Seconded By Made By Seconded By Commisioner Commissioner Sean Frantom Mary Davis 34. Motion to approve contract with cranston Engineering Group to services related to FERC license as well as design services for the Canal in the amount of $209,380.00.(Approved by Engineering Committee April 30, 2018) Motion Result Passes provide Augusta Services Item Action: Approved lB Draft Eng Senices Contract Cranston FERC l8-l9.pdf Motion Result a ,,. Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 35. Motion to approve contract with Kleinschmidt Associates to provide FERC Item mandated Part 12 Independent Consultant Dam Safety Inspection Services Action:for the Augusta Canal in the amount of $113,500.00. (Approved by Approved Engineering Services Committee April 30, 2013) B ltemApprovalsheet.html Motions Motion Motion TextI ype Made By Seconded By B Draft Eng Services Contract Kleinschnidt FERC Part l2.pdf lB Sole Source Justification Kleinschmidt Associates.pdf E ltemApprovalsheet.html Motions Motion Motion;----- Motion Text Made By Seconded By ResultI ype A ---^_.^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. sean Frantom Mary Davis Passes 36. Motion to approve and award Drainage Study, Stormwater System Item Assessment and Drainage Improvements Engineering Services Agreement to Action: Goodwyne, Mills & Cawood (GMC), Alfred Benesh, Constantine Approved 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) lB lg-148-Drainase Official Tab Sheet.pdf lB ItemAonrovalsheet.html Motions Motion Motion;----- Motion Text Made By Seconded Bylype -'---- -'t Result Motion to approve. Approve Ms. Davis out. Commissioner Commisioner Motion passes 9_0. Marion Williams Sean Frantom Passes 37. Motion to approve and award Streambank Stabilization Design, Permitting Item and Construction Engineering Services Agreement to Goodwyne, Mills & Action: Cawood (GMC), Pond & Company and Johnson Laschober & Associates, Approved PC as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 19-152 (Approved by Engineering Services Committee April30,2018) lE l9-152 Streambank offcial Teb Sheet.pdf B l9-152 RFO sent to newspaper.pdf lB l9-152 Cumulative.pdf IE l9-152 Department Request to Negotilate.pdf lB Process Regarding RFQs.pdf B l9-r52 pec.pdf B l\Iail List and Demandstar planholders.pdf B ItemApprovalsheet.html Motions []11" Motion Text Made By seconded By MotionlYpe - ----- -'t ResultJt - a ., Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 38. Motion to accept/approve proposal from Goodwyn, Mills and Cawood, Inc. Item (GMC) to amend their engineering services contract in the amount of Action: $79,000.00 for Utilities Department's Fort Gordon Cross Basin Lift Station Approved and Force Main project. (Approved by Engineering Services Committee April30,2018) B Fort Gordon Cross Basin LS FM Desipn Amendment - Mao.udf E Fort Gordon Cross Basin LS FM Desisn Amendment_- Prooosal.odf lE Fort Gordon Cross Besin LS FM Desisn Amendment - Prrrnhrsp orrtar nrrf B ItemAoprovalsheet.html Motions *11" Motion Text Made By seconded By MotionrYPe ----'- -'t Result a ___-.._ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 39. Motion to approve authorizing the Engineering Dept. to proceed with a Item temporary solution of installing a left turn lane at an estimated cost of Action: $120,000 to improve an extremely dangerous entrance to the Augusta Disapproved Regional Airport. (Approved by Engineering services committee) lB Airport Entrance - FBO Hanqers Sen'ice Trucks Emplovees.pdf B Aususta Resional 20190424 t200l5,ios tB Aueusta Resional 20190424 t2003l.ips E Augusta Resional 20190424 l20l05.ios lE llemAoorovalsheet.html Motions Motion;"---- Motion Textrype Motion to deny. Voting No: Commissioner John Clarke, CommissionerDeny William Fennoy, Commissioner Sammie Sias, Commissioner Dennis Williams. Motion Fails 5-4. Motions Motion---'-- Motion Text'l'ype Substitute motion to approve. Voting No: Commisioner Sean Frantom, Commissioner ^ Brandon Garrett,Approve ^uommlssloner Ben H san, Commissioner Bobby Williams, Commissioner Marion Williams. Motion Fails 4-5. seconded By Htjil Commissioner Commissioner Made By Marion Williams Made By Commissioner Sammie Sias Bobby Williams Fails Seconded By [:Xfi' Commissioner William Fails Fennoy 40. Motion to approve the deed of dedications, maintenance agreements, and Item road resolutions submitted by the Engineering Department and the Augusta Action: Utilities Department for Haynes Station Phase IX. (Approved by Approved Engineering Services Committee April 30, 2018) B Haynes Station Phase 9.pdf lB Haynes Station Phase 9 Contract.pdf IB Haynes Station Phase 9 Print 2.pdf B Haynes Station Phase 9 Print.pdf lB Havnes Station Phase 9 Proposal.doc IB Location Map Haynes Station Phase 9.pdf lB ItemApprovalsheet.html Motions Y::t1"t Motion Text Made By seconded By Motion'l'ype - ----- -r Result A ---^,.^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 41. Motion to approve entering into a Memorandum of Agreement with the ltem Georgia Department of Transportation for inclusion into the statewide Action: NaviGAtor Program as requested by AED.(Approved by Engineering Approved Services Committee April 30, 2018) IH MOt.l - Augusta Navigator.docx lE ItemAnorovalsheet.html Motions X:'1"' Motion Texr Made By seconded By Motion'f'ype - ----- -" --------- -'l ReSUlt A ---^-.^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 42. Motion to approve $100,000 in Additional Funding for New Savannah Bluff Item Lock and Dam and include periodic updates from the firms Action: involved. (Approved by Engineering Services Committee April30, 2018) Approved lB ItemAoorovalsheet.html Motions Motion rf,^4:^_ ,Tr-__r rr r h Motion-^""'"" Motion Text Made By Seconded By'I'ype '---- -" Result Motion to approve. Approve Ms. Davis out. commissioner commisioner Motion passes 9-0. Ben Hasan 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 Item requested by the AED. Award is contingent upon receipt of signed Action: agreement. RFP 18-266 (Approved by Engineering Services Committee Approved April30, 2018) tB I 8-266_TIA-TelfairPE_Asenda .4 ttachments.pdf lE CPB Telfair Street Impr.ts award Infrastructure 4.04.2019.x1sx E 18-266 TAB oFFICIAL.xts E t8-266 ntpB.ndr lE Eval Cummulative l8-266.xlsx lB 18-266 Denartment Rerommendation of Award.ndf E 18-266 Planholders list pdf E Process Resardins RFPs.ndf B ltemAonrovalsheet.html Motions X:j1" Motion Text Made By seconded By Motion'l'ype ''---- -'t Result A _--^-.^ Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes 44. Motion to approve the installation of thirteen streetlights in Haynes Station Item Section 9 with a cost of $4,056.00 per year. This is also to approve a new Action: lighting tax district for the 45 lots associated with the above section. Funding Approved is available in the Street Lighting budget account #2760416105312310. (Approved by Engineering Services Committee April 30, 2018) IB ItemAporovalsheet,html Motions Hl1" Motion Text Made By Seconded By Motion'l'ype .----- -r "-------- -" Result A _--^_.^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 45. Motion to approve the installation of fifteen streetlights in Spirit Point Item Section 3 with a cost of $2106.00 per year. This is also to approve a new Action: lighting tax district for the 51 lots associated with the above section. Funding Approved is available in the Street Lighting budget account #2760416105312310. (Approved by Engineering Services Committee April 30, 2018) lE ItemAonrovalsheet.html Motions [,ol:Il Motion Text Made By seconded By MotionIYPe ''---- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 46. Motion to approve the reallocation of the SPLOST 4 through 6 funded ltem projects to projects as listed by the Engineering Department. (Approved by Action: Engineering services committee April 30, 2018) Approved B srN,I csscelqosoztzt6o.oar B ltemAoorovalsheet.html Motions r#:" [x,j" Made Bv Seconded Bv ffxil a ,_,_ Motion to Commissioner CommissionerA t nfnrral rlrl/rvvv approve. Dennis Williams Ben Hasan No action is taken on this motion due to the passage rf the substitute motion. Motions |'r'J:"' Motion Text Made By seconded By H:tjii Motion to refer this item back to committee. Ms. Davis out. Voting No:Commissioner Commissioner ADefer William Fennoy, Marion :omm.ts::ner passes Commissioner Williams sammle slas Brandon Garrett, Commissioner Ben Hasan. Motion Passes 6-3. 47. Motion to approve On-Call Engineering Services with Infrastructure ltem Systems Management, LLC with an Initial Budget of $200,000.(Approved Action: by Engineering Services Committee April30,2018) Approved El l8-132 Pre-Oualified Ensineerins Firms.ndf B ISM-Time Mrlerial AI'D 031920t9_t003).pdf B l8-lJ2 RFO sent to newspaper.pdf F t8-t3z omcial npo Tab.ndf IB 18-132 Scores ll{atrix Cumulative - Asende,ndf lB BEO 18-132 Recommendation of Award - Ensineerins Consultant Sen,ices Roster.ndf lB Process_Regardins RFOs.ndf lB l\{ail List and Demandstar Planholders.pdf B ItemApprovalsheet.html Motions []j*1" Motion Text Made By seconded By Motion'I'YPe - ----- -'I -------- -r Result A -_-^_.^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes PETITIONS AND COMMUNICATIONS 48. Motion to approve the minutes of the regular meeting of the Augusta Item Commission held on April 2, 16,2019 and Special Called meeting held April Action:30,2019. Approved lE Reqular Commission Meetinq Aoril 2 20l9.odf B ItemAoprovalsheet.html Motions Motion r{_1! ,- Motion- ------ Motion Text Made By Seconded By'f'YPe "--- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes 10-0. Sean Frantom Mary Davis Passes APPOINTMENT(S) 49. Motion to approve the appointment of Mr. Kelby Walker to the Augusta Item Transit Citizens Advisory Board representing District 5. Action: Approved E sKM cs54el9o4lll3542.pdf lH ItemApprovalsheet.html Motions f#:"' Motion rext Made By Seconded By f*il a .,., , Motion to approve. Commisioner CommissionerApprove Motion pasies l0-0. Sean Frantom Mary Davis Passes ,( * **END CONSENT AGENDA:k r(,k * AUGUSTA COMMISSION 5t7t2019 AUGUSTA COMMISSION REGULAR AGENDA sl7l20t9 (Items 50-55) PUBLIC SERVICES 50. Require the Augusta Transit Department to display the scheduled arrival ltem time of the public transit bus at each posted bus stop". The scheduled Action: time shall be posted at each bus stop within the next 90 days. (Requested Disapproved by Commissioner Sammie Sias) B ltemApprovalsheet.html Motions f#:"' Motion rext Made By seconded By f""rt.lil Approve Motion to approve Commissioner Commissioner Fails and to provide the Sammie Sias William Transit Department Fennoy with the resources to make this happen. 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. Wilfiam Mills to the Richmond Item County Board of Tax Assessors due to the expired term of Mr. Bernard Action: Johnson for a four year term beginning immediately and ending April 25, Approved 1922 representing Senatorial District 221 Commission Districts 9. (Requested by Commissioner Marion Williams) B Wiltiam Mills.doc IE Board of Ter Assessors l9-ndf E ltemAoorovalsheet,html Motions Motion Motion TextI vDe Motion to approve with the ending date of the term being April25, 2022. Mr. B. Williams out. Voting No: Approve Commissioner William Fennoy, Commissioner Sammie Sias, Commissioner Dennis Williams. Motion Passes 6-3. Made By Seconded By Motion Result Commissioner Ben Hasan Commissioner Brandon Garrett Passes 52. Motion to appoint Mr. Robert Bledsoe to the Board of Tax Assessors for Item District 22. (Requested by Commissioner Sammie Sias) Action: None lB Agendr Item Comm Sias 5.7.19.pdf E ItemApprovalsheet.html Motions Motion tr .. Made Seconded Motioniil;- Motion Text By By Resurt No action is taken on this item due to the passage of Item 51. OTHER BUSINESS 53. CONSIDER RESOLUTION FOR TIIE EXEMPTION OF TI{E VEHICLE Item ASSIGNED TO THE MAYOR FROM TFM STATE DECAL STATUTE Action: AND RENEWAL oF EXEMPTION UNDER AUGUSTA DECAL Approved E 2019-05- 7 Draft Resolution Rene$ing the Exemption of Mator s vehicle from Decal Ordinanre.pdf IB 2019-30-4 Min. Public Hearing Exemption of vehicle assigned for the transport of the Mevor.lrdf B Public Notice exemption of the decaling of vehicle assigned to the ma]or.pdf [B ltemApprovalsheet.html Motions []i:Il Morion Text Made By Seconded By f""rtilI ype Motion to approve the exemption of the Mayor's vehicle from having a decal. Mr. M. Williams abstains. Voting No: Commissioner Approve John Clarke, :::':'j'""'"^''' : r.arls^ Ben Hasan Sammie Siasuommlstoner Sean Frantom, Commissioner Brandon Garrett, Commissioner Dennis Williams. Motion Fails 5-4 -1. Motions Motion Motion Text Made By Seconded By MotionTYPe Result Motion to approve reconsidering this item. Mr. M. Williams abstains. Voting No: ^ Commissioner Commissioner CommissionerApprove John clarke, Sammie sias Ben Hasan Passes Commisioner Sean Frantom, Commissioner Dennis Williams. Motion Passes 6-3 -1. Motions Motion tt .. Motion- ----- Motion Text Made By Seconded By'f'ype - ----- -'t --------- -r Result Motion to approve the exemption of Mayor's vehicle from having a decal. Mr. M. Williams abstains. Voting No:^ A Commissioner CommissionerApprove Commrsroner ;_-,,- .--;. ---- :-:;---^----^ Passes. Sammie Sias Ben HasanDean rranlom, Commissioner Brandon Garrett, Commissioner Dennis Williams. Motion Passes 6-3 -1. ADDENDUM 54. Request to approve a two (2) hour extension to regular rental hours for a Item Banjo-B-Que Kickoff event at the Julian Smith Casino on Friday, May 24, Action:2019. Approved B ItemApnrovalsheet html Motions Motion Motion Text Made Seconded MotionlYPe By By Result Unanimous consent is given to add this item to the agenda. Motions Motion r{_a!__-m Motion;----- Motion Text Made By Seconded ByI YPe '''--- -r Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. Sean Frantom Mary Davis Passes 55. Request approval of the installation of public art at Hillside Park and at Item McBean Community Center. Action: Approved IB Public Art Pro.iects approved.pdf B ItemApprovalsheet.html Motions Motion rtr_1!_ m Made Seconded Motion- ----- Motion Text'r'YPe By By Result Unanimous consent is given to add this item to the agenda. Motions X:11" Motion Text Made By seconded By Motion'f'YPe -'---- -J Result ^ Motion to approve. Commisioner CommissionerApprove Motion passes l0-0. sean Frantom 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 www.augustaga.gov CALLED MEETING COMMISSION CHAMBER May 14,2019 Augusta Richmond County Commission convened at 11:00 a.m., Tuesday, May l4,2OIg, the Honorable Hardie Davis, Jr., Mayor, presiding. PRESENT: Hons. B. Williams, Garrett, Sias, Fennoy, Frantom, M. Williams, Davis, D. Williams, Hasan and Clarke, mernbers of Augusta Richmond County Commission. Mr. Mayor: Good moming. The Clerk: Good morning. Mr. Mayor: We'll call this meeting to order. The Chair recognizes Madam Clerk. 1. LEGAL MEETING A. Pending and potential litigation B. Real estate C. Personnel The Clerk: Legal meeting for pending and potential litigation, real estate, personnel. Mr. Mayor: Madam Clerk, during our special called meeting portion there is an item on the agenda, I don't know what the body has done in terms of taking a look at item #3 thatis before us. I had a cursory chance to look at it last night. Okay, all right. The Chair will entertain a motion to go into executive session - Mr. Garrett: So move. Mr. Frantom: Second. Mr. Mayor: Voting. Ms. Davis and Mr. B. Williams out. Motion carries 8-0. IEXECUTTVE SESSTONI Mr. Frantom: All right, I'd like to call this meeting back to order. Attorney Brown. 2. Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Mr. Brown: We request a motion to close the executive meet'ng session. Mr. Sias: So move. Mr. Garrett: Second. Mr. Frantom: Got a motion and a second. please vote. Motion carries 10-0. Mr. Frantom: I'd like to go to Commissioner Sias for a motion. Mr. Sias: Thank you, sir. I move that we approve a five-day internal posting for the General Counsel position of Augusta Richmond County. Mr. Hasan: Second. Mr. Frantom: Got a motion and a second. please vote. Motion carries 10-0. Mr. Frantom: Attorney Brown for a motion. Mr. Brown: Motion to approve a Memorandum of Understanding regarding the Walker Grove, between the Walker Grove and Augusta, Georgia regarding Laney Walker/Bethlehem Revitalization Armstrong Galleria Commercial Bays. This MOU shall provide for the attestation and the signing by the Clerk of Commission in addition to the signatures presently there. Mr. Sias: So move. Mr. M. Williams: Second. Mr. Frantom: Got a motion and a second. please vote. Motion carries 10-0. Mr. Frantom: Attomey Brown for a motion. Mr. Brown: Motion to approve release of lien regarding the property located at1557 Fenwick Street Augusta, Georgia by the Consolidated Government of Augusta. Mr. Hasan: So move. Mr. Sias: Second. Mr. Frantom: Got a motion and a second. please vote. Motion carries 10-0. Mr. Frantom: Attomey Brown for a motion. Mr. Brown: Motion to approve the termination of professional service agreement between Augusta, Georgia and Janice Osei and to task the Administrator to communicate the termination. Mr. Hasan: So move. Mr. D. Williams: Second. Mr. Frantom: Got a motion and a second. Please vote. Motion carries 10-0. Mr. Frantom: Afforney Brown for a motion please. Mr. Brown: Motion to appoint Ron Houck as the Interim Director of Parks and Recreation Department for Augusta, Georgia with a salary increase of l5o/o. Mr. Hasan: So move. . Mr. Fennoy: Second. Mr. Frantom: Got a motion and a second. Please vote. Mr. M. Williams: Can I ask you a question? , Mr. Frantom: Commissioner Williams. I r Mr. M. Williams: I got an answer already. Mr. Frantom: Okay, thank you. Motion carries 10-0. Mr. Frantom: Any further motions from you, Attomey Brown? Mr. Brown: Yes, Mayor Pro Tem. One last motion. Motion to approve service delivery strategy plan between the City of Blythe and the City of Augusta. Mr. Hasan: So move. Mr. Fennoy: Second. Mr. Frantom: Got a motion and a second. Please vote. Motion carries 10-0. Mr. Frantom: Madam Clerk, if we could move to our special called meeting agenda. 3. Motion to approve the RFP award for misdemeanor probation supervision services for Richmond County State and Magistrate Courts. Mr. Frantom: Commissioner Dennis Williams. Mr. D. Williams: So move. Mr. Fennoy: Second. Mr. Frantom: Okay, we've got a motion and a second by Commissioner Fennoy. The Clerk: And for the record, sir, that will be with CSRA Probation Services. Mr. Frantom: Okay, got a motion and a second. Please vote. Motion carries 10-0. Mr. Frantom: Madam Clerk, is there any further business before committees? Mr. M. Williams: Mr. Mayor Pro Tem. Mr. Frantom: Okay, Commissioner Marion Williams. Mr. M. Williams: I want to add if I can, add discussion about the ambulance service contract between Augusta and Gold Cross Services so we can hear from the committee as to what was said in those meetings so we know where we are. Mr. Frantom: And that would take unanimous consent to add that to the agenda. Is that correct? Do we have unanimous consent to add that to the agenda? Mr. Sias: No. Mr. Frantom: We do not have unanimous consent, Commissioner Marion Williams. Mr. M. Williams: Okay. Madam Clerk, would you put this on the next two or three agendas please? Mr. Frantom: All right. Mr. M. Williams: Whatever it takes. Mr. Frantom: Thank you, commissioner williams. committees. The Clerk: Yes, sir, we'll do that. [MEETING ADJOURNED] Lena J. Bonner Clerk of Commission CERTIFICATION: I, Lena J. Bonner, Clerk of Commission, hereby certify that the above is a true and correct copy of the minutes of the Called Meeting of the Augusta Richmond County Commission held on May 14,2019. Clerk of Commission Commission Meeting Agenda 5/21/2019 2:00 PM Minutes Department: Department: Caption:Motion to approve the minutes of the regular meeting of the Augusta Commission held on May 7 2019 and Special Called meeting held May 14, 2019; and correction to the May 7, 2019 minutes-caption read $58,941 should have been $128,060 as listed in the agenda item financial impact. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/21/2019 2:00 PM Appointments Richmond Board of Health Department: Department: Caption:Consider recommendations of appointments/reappointments by the Richmond Board of Health of the following: (Requested by Commissioner Sammie Sias) 1) Deborah Presnell seat #5 Recommendation from the RC BOH (to be re-appointed) If re-appointed, this will be her last term on the Board (Term: 01/01/2019-12/31/22) 2) Cheryl Newman seat #9 Recommendation from the RC BOH (Member-at-large (to be re-appointed) Term: 01/01/2019- 12/31/22) 3) Jack Padgett seat #11 (vacated by Rosa Clemons) Member- at-large (needs to be appointed) (Term: 01/01/2019- 12/31/22) formerly served as Board of Education representative. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Commission Meeting Agenda 5/21/2019 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: