Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout07-15-2013-Packet
Joe Lockwood, Mayor
CITY COUNCIL
Karen Thurman
Matt Kunz
Bill Lusk
Burt Hewitt
Joe Longoria
Lance Large
CITY COUNCIL CHAMBERS
City Hall, Suite 107E
Monday, July 15, 2013 Regular Council Meeting Agenda 6:00 PM
INVOCATION - Reverend Monsignor Peter J. Rau, St. Peter Chanel Catholic Church,
Roswell, Georgia
CALL TO ORDER
1) ROLL CALL
2) PLEDGE OF ALLEGIANCE (Led by Mayor Joe Lockwood)
3) APPROVAL OF MEETING AGENDA (Add or remove items from the agenda)
(Agenda Item No. 13-165)
4) PUBLIC COMMENT
MILTON CITY COUNCIL REGULAR COUNCIL MEETING JULY 15, 2013
Page 2 of 3
Persons needing special accommodations in order to participate in any City
meeting should call 678-242-2500.
5) CONSENT AGENDA
1. Approval of the July 1, 2013 Regular City Council Meeting Minutes.
(Agenda Item No. 13-166)
(Sudie Gordon, City Clerk)
2. Approval of the July 8, 2013 Work Session Council Meeting Minutes.
(Agenda Item No. 13-167)
(Sudie Gordon, City Clerk)
3. Approval of a Professional Services Agreement between the City of Milton and the
Environmental Quality Company for a Milton Household Paint and Chemicals
Collections Event on August 3, 2013.
(Agenda Item No. 13-168)
(Cindy Eade, Sustainability Coordinator)
4. Approval of a Professional Services Agreement between the City of Milton and Kittelson
& Associates, Inc. for Birmingham Road at Hopewell Road Roundabout Peer Review.
(Agenda Item No. 13-169)
(Carter Lucas, Public Works Director)
6) REPORTS AND PRESENTATIONS
1. Proclamation Recognizing George Ragsdale.
(Presented by Mayor Joe Lockwood)
7) FIRST PRESENTATION
1. Consideration of an Ordinance of the Mayor and Council of the City of Milton, Georgia,
to Establish the Ad Valorem Tax Rate of the City of Milton for Fiscal Year 2013; and for
Other Purposes.
(Agenda Item No. 13-170)
(Stacey Inglis, Assistant City Manager)
8) PUBLIC HEARING (None)
9) ZONING AGENDA
1. Consideration of RZ13-14 – 13175 Hopewell Road, Duke Land Group, LLC, to Rezone
from AG-1 (Agricultural) to R-3 (Residential) to Develop 11 Single Family Lots on 9.04
Acres.
(Agenda Item No. 13-160)
(First Presentation at July 1, 2013 Regular Council Meeting)
(Kathleen Field, Community Development Director)
MILTON CITY COUNCIL REGULAR COUNCIL MEETING JULY 15, 2013
Page 3 of 3
Persons needing special accommodations in order to participate in any City
meeting should call 678-242-2500.
10) UNFINISHED BUSINESS
1. An Ordinance To Amend Chapter 54, Telecommunications Sections 54-3, 54-5(A), 54-
6(f), 54-7(a)(1), and 54-7(a)(2) to Include the Definition of “Modification(s)”, to Revise
Maximum Telecommunication Tower Heights, and to Provide for an Expedited Variance
Process.
(Agenda Item No. 13-162)
(First Presentation at July 1, 2013 Regular Council Meeting)
(Discussed at Work Session on July 8, 2013)
(Ken Jarrard, City Attorney)
2. Consideration of an Ordinance to Amend Chapter 10, Buildings and Building
Regulations, to Provide for Enforcement of Certain Applicable Codes Relative to the
Safe Use of Real Property in Accordance with Georgia Law; to Repeal any Conflicting
Provisions; and for Other Purposes.
(Agenda Item No. 13-161)
(First Presentation at July 1, 2013 Regular Council Meeting)
(Discussed at Work Session on July 8, 2013)
(Ken Jarrard, City Attorney)
11) NEW BUSINESS
1. Approval of a Construction Services Agreement between the City of Milton and Baldwin
Paving Company, Inc. for the FY13 Road Reconstruction and Resurfacing Projects.
(Agenda Item No. 13-171)
(Carter Lucas, Public Works Director)
2. Approval of a Construction Services Agreement between the City of Milton and Baldwin
Paving Company, Inc. for the Construction of a Roundabout at the Hopewell
Road/Cogburn Road at Francis Road/Hopewell Road Intersection.
(Agenda Item No. 13-172)
(Carter Lucas, Public Works Director)
12) MAYOR AND COUNCIL REPORTS
13) STAFF REPORTS
14) EXECUTIVE SESSION (if needed)
15) ADJOURNMENT
(Agenda Item No. 13-173)
The minutes will be
Provided
electronically
R
HOME OF `THE HEST QUALITY OF LIFE IN GEORGIA'
MItTON%
TO: City Council
ESTABLIS i €F€) 2006
CITY COUNCIL AGENDA ITEM
DATE: July 8, 2013
FROM: City Manager
AGENDA ITEM: Approval of a Professional Services Agreement between the City of
Milton and the Environmental Quality Company for a Milton Household
Paint and Chemicals Collections Event on August 3, 2013.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BYCITY MANAGER: XAPPROVED {) NOTAPPROVED
CITY ATTORNEY APPROVAL REQUIRED: (YES {) NO
C1 TY A TTORNEY REVIEW REQUIRED: {YES (J NO
APPROVAL BY CITY ATTORNEY kAPPROVED () NOT APPROVED
PLACED ON AGENDA FOR.-
REMARKS
OR:REMARKS
91 You �
xm * Ccrccd * roj loo
PHONE: 678.242-25001 FAX: 678.242.2499 �„ Green
czy„r
€nfoUcityofmiltonga.us I www.cifyofmiltonga.us Community Ech;cs A
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004 - 4eRT"`r° UF1 '�;
To: Honorable Mayor and City Council Members
From: Cindy Eade, Sustainability Coordinator
Date: Submitted on July 8, 2013 for the July 15, 2013 Regular Council Meeting
Agenda Item: Approval of a Professional Services Agreement between the City of Milton and
EQ The Environmental Quality Company for Milton’s Household Paint and
Chemicals Collections Event (HPCC) on August 3, 2013
______________________________________________________________________________
Department Recommendation:
Staff is recommending approval of the Professional Services Agreement.
Executive Summary:
This agreement is to provide services for a one day Household Paint and Chemical collection
event to collect and properly dispose of paint, chemicals and other hazardous materials from
Milton residents. The budget should allow us to serve 200 Milton residents and the event will be
managed by use of a pre-registration process to pre-qualify residency and determine quantities.
In accordance with the city procurement procedures, an invitation to bid was issued by the
city. The city received four qualified bids for the proposed work which are summarized in
Table 1. EQ – The Environmental Quality Company was selected based on having a local
facility in Georgia and was highly recommended by the cities of Alpharetta and Roswell
who have utilized EQ for several successful similar events. Staff is recommending approval
of a lump sum for the Professional Services Agreement with EQ The Environmental Quality
Company, in the amount of $10,979.00.
Table 1. Bid Summary
Firm Bid
EQ – The Environmental Quality Co.. $10,979.00
Clean Harbors $10,997.00
EcoFlo $10,907.50
Tradebe $17,248.00
Page 2 of 2
Funding and Fiscal Impact:
This event has been budgeted for $10,979.00 plus $1,000 in advertising and miscellaneous fees
(cost of dumpster and signage) within the FY2013 budget.
Alternatives:
N/A
Legal Review:
Paul Higbee – Jarrard & Davis (July 2, 2013)
Concurrent Review:
Chris Lagerbloom, City Manager
Kathleen Field, Community Development Director
Attachment(s):
Professional Services Agreement
HOME OF'"FE BEY GUAL11Y ItFG ih GEORGIA'
IESI'nE[f5HED2 6
PROFESSIONAL SERVICES AGREEMENT — SHORT FORM
Household Paint and Chemicals Collections Event (HPCC)
This Professional Services Agreement (the "Agreement") is made and entered into this day of
, 201_, by and between the CITY OF MILTON, GEORGIA (hereinafter referred to as
the "City"), and EQ THE ENVIRONMENTAL QUALITY COMPANY (hereinafter referred to as the
"Contractor").
WITNESSETH THAT:
WHEREAS, the City desires to employ a Contractor to perform the services described herein (the
"Work"); and
WHEREAS, Contractor has familiarized itself with the Contract Documents, as defined below, the Work,
and with all local conditions and applicable federal, state and local laws, ordinances, rules and regulations.
NOW THEREFORE, the City and Contractor, in consideration of the mutual promises contained herein
and other good and valuable consideration, the sufficiency of which is hereby acknowledged, agree as
follows:
Section 1. Contract Documents: This Agreement and the following named Exhibits, attached hereto
and incorporated herein by reference, constitute the "Contract Documents":
EXHIBIT A WORK DESCRIPTION
EXHIBIT B INSURANCE CERTIFICATE
EXHIBIT C CONTRACTOR AFFIDAVIT AND AGREEMENT
EXHIBIT D SUBCONTRACTOR AFFIDAVIT
To the extent that there may be any conflict among the Contract Documents, the provision operating most
to the benefit of the City shall govern.
Section 2. The Work: Contractor shall provide all Work described in the Contract Documents.
Unless otherwise stated in the Contract Documents, the Work shall include Contractor's provision of
materials, labor, expenses, and any other cost or item necessary to complete the Work, which is generally
described as "Household paint and chemicals collections event (commonly referred to as a household
hazardous waste collection event) at Bell Memorial Park located in the City of Milton."
Section 3. Contract Time: Contractor understands that time is of the essence of this Agreement and
warrants that it will perform the Work in a prompt manner, which shall not impose delays on the progress
of the Work. It shall commence Work pursuant to this Agreement on a date to be specified on a written
"Notice to Proceed" from the City and shall fully complete the Work on the date specified.
Section 4. Work Changes: Any changes to the Work requiring an increase in the Contract Price, as
defined below, shall require a written change order executed by the City in accordance with its purchasing
regulations.
Section 5. Compensation and Method of Payment: City agrees to pay Contractor for the services
performed and costs incurred by Contractor upon the City's certification that the services were actually
performed and costs actually incurred in accordance with this Agreement. Compensation for services
Page 1 of 5
performed and, if applicable, reimbursement for costs incurred shall be paid to Contractor upon the City's
receipt and approval of an invoice, submitted upon completion of the Work, setting forth in detail the
services performed and costs incurred. Invoices shall reflect charges incurred versus charges budgeted.
The total amount paid under this Agreement for the Work shall not, in any case, exceed $10,984.00 (the
"Contract Price"), except as outlined in Section 4 above. Contractor shall take no calculated risk in the
performance of the Work. Specifically, Contractor agrees that in the event it cannot perform the Work
within the budgetary limitations established without disregarding sound principles of Contractor's
industry, Contractor will give written notice thereof immediately to the City.
Section 6. Covenants of Contractor
A. Assignment of Agreement: Contractor covenants and agrees not to assign or transfer any interest
in, nor delegate any duties of this Agreement, without the prior express written consent of the
City.
B. Responsibility of Contractor and Indemnification of City: Contractor covenants and agrees to
take and assume all responsibility for the services rendered in connection with the Work.
Contractor shall bear all losses and damages directly resulting to it on account of the negligent
performance or character of the services rendered pursuant to this Agreement. Contractor shall
defend, indemnify and hold harmless the City, its officers, boards, commissions, elected and
appointed officials, employees and agents from and against any and all claims, suits, actions,
liability, judgments, damages, losses, fines, penalties, and expenses, including but not limited to,
reasonable attorney's fees, which are the result of willful or negligent acts, or tortious conduct to
the extent arising out of the negligent performance of contracted services, or operations by
Contractor, any sub -Contractor, anyone directly employed by Contractor or sub -Contractor or
anyone for whose negligent acts Contractor or sub -Contractor may be liable, regardless of
whether or not the negligent act is caused in part by a party indemnified hereunder. Contractor
shall not be required to indemnify the City or its officers, boards, commissions, elected or
appointed officials, employees or agents against liability or claims for damages, losses, or
expenses, including attorney fees, arising out of bodily injury to persons, death, or damage to
property caused by or resulting from the sole negligence of the City or its officers, boards,
commissions, elected or appointed officials, employees or agents.
C. Independent Contractor: Contractor hereby covenants and declares that it is engaged in an
independent business and agrees to perform the Work as an independent Contractor, not as agent
or employee of City. Inasmuch as City and Contractor are parties independent of one another,
neither has the authority to bind the other to any third person or otherwise to act in any way as
the representative of the other, unless otherwise expressly agreed to in writing by both parties.
Contractor agrees not to represent itself as City's agent for any purpose to any party or to allow
any employee to do so, unless specifically authorized, in advance and in writing, and then only
for the limited purpose stated in such authorization. Contractor shall assume full liability for any
contracts or agreements Contractor enters into on behalf of City without the express knowledge
and prior written consent of City.
D. Insurance: Contractor shall have and maintain in full force and effect for the duration of this
Agreement, insurance approved by the City as shown on Exhibit B.
E. Licenses. Certifications and Permits: Contractor covenants and declares that it has obtained and
will maintain all diplomas, certificates, licenses, permits or the like required by any national,
state, regional, City, and local boards, agencies, commissions, committees or other regulatory
bodies to perform the Work. Contractor shall comply with applicable legal requirements and
Page 2 of 5
meet the standard of quality ordinarily expected of its industry. Contractor understands that the
Work includes the proper handling, transportation, and recycling or disposal of hazardous wastes
and materials, and Contractor warrants that it is expertly familiar with and agrees to comply with
all applicable federal, state, and local laws and regulations in the performance of the Work.
F. Ownership of Work: All reports, drawings, specifications, and other items prepared or in the
process of being prepared for the Work by Contractor ("materials") shall be the property of the
City and the City shall be entitled to full access and copies of all materials. All copyrightable
subject matter in all materials is hereby assigned to the City and Contractor agrees to execute
any additional documents necessary to evidence such assignment.
G. Contractor's Representative: [INSERT NAME OF CONTRACTOR'S CONTACT PERSON]
shall be authorized to act on Contractor's behalf with respect to the Work as Contractor's
designated representative.
H. Confidentiality: Contractor acknowledges that it may receive confidential information of the
City and that it will protect the confidentiality of any such confidential information and will
require any of its sub -Contractors, Contractors, and/or staff to likewise protect such confidential
information.
1. Meetings: Contractor shall meet with City's personnel or designated representatives to resolve
technical or contractual problems that may occur during the term of the contract, at no additional
cost to City.
Section 7. Standard of Care: In providing services under this Agreement, the Contractor shall
perform in a manner consistent with that degree of care and skill ordinarily exercised by members of the
same profession currently practicing under similar circumstances at the same time and in the same or
similar locality.
Section S. Termination: The City may terminate this Agreement for convenience at any time upon
written notice to Contractor. Provided that no damages are due to the City for Contractor's breach of this
Agreement, the City shall pay Contractor for Work performed to date in accordance with Section 5 herein.
Section 9. Miscellaneous
A. Governing Law. This Agreement shall be governed by the laws of the State of Georgia.
B. Counterparts. This Agreement may be executed in any number of counterparts, each of which
shall be deemed to be an original, but all of which together shall constitute one and the same
instrument.
C. Sovereign Immunity. Nothing contained in this Agreement shall be construed to be a waiver of the City's
sovereign immunity or any individual's qualified good faith or official immunities.
D. E -Verify Affidavits. It is the policy of City that unauthorized aliens shall not be employed to perform
work on City contracts involving the physical performance of services. Therefore, the City shall not enter
into a contract for the physical performance of services within the State of Georgia unless:
(1) the Contractor shall provide evidence on City -provided forms, attached hereto as Exhibits "C" and
"D" (affidavits regarding compliance with the E -Verify program to be swom under oath under
criminal penalty of false swearing pursuant to O.C.G.A. § 16-10-71), that it and Contractor's
subcontractors have conducted a verification, under the federal Employment Eligibility Verification
Page 3 of 5
("EEV" or "E -Verify") program, of the social security numbers, or other identifying information
now or hereafter accepted by the E -Verify program, of all employees who will perform work on the
City contract to ensure that no unauthorized aliens will be employed; or
(2) the Contractor provides evidence that it is not required to provide an affidavit because it is licensed
pursuant to Title 26 or Title 43 or by the State Bar of Georgia and is in good standing as of the date
when the contract for services is to be rendered.
The Contractor hereby verifies that it has, prior to executing this Agreement, executed a notarized affidavit, the
form of which is provided in Exhibit "C", and submitted such affidavit to City or provided the City with evidence
that it is not required to provide such an affidavit because it is licensed and in good standing as noted in subsection
(2) above. Further, Contractor hereby agrees to comply with the requirements of the federal Immigration Reform
and Control Act of 1986 (IBCA), P.L. 99-603, O.C.G.A. § 13-10-91 and Rule 300-10-1-.02.
In the event the Contractor employs or contracts with any subcontractor(s) in connection with the covered contract,
the Contractor agrees to secure from such subcontractor(s) attestation of the subcontractor's compliance with
O.C.G.A. § 13-10-91 and Rule 300-10-1-.02 by the subcontractor's execution of the subcontractor affidavit, the
form of which is attached hereto as Exhibit "D", which subcontractor affidavit shall become part of the
contractor/subcontractor agreement, or evidence that the subcontractor is not required to provide such an affidavit
because it is licensed and in good standing as noted in subsection (2) above. If a subcontractor affidavit is obtained,
Contractor agrees to provide a completed copy to the City within five (5) business days of receipt from any
subcontractor.
Where Contractor is required to provide an affidavit pursuant to O.C.G.A. § 13-10-91, the City Manager or his/her
designee shall be authorized to conduct an inspection of the Contractor's and Contractor's subcontractors'
verification process at any time to determine that the verification was correct and complete. The Contractor and
Contractor's subcontractors shall retain all documents and records of their respective verification process for a
period of three (3) years following completion of the contract. Further, where Contractor is required to provide an
affidavit pursuant to O.C.G.A. § 13-10-91, the City Manager or his/her designee shall further be authorized to
conduct periodic inspections to ensure that no City Contractor or Contractor's subcontractors employ unauthorized
aliens on City contracts. By entering into a contract with the City, the Contractor and Contractor's subcontractors
agree to cooperate with any such investigation by making their records and personnel available upon reasonable
notice for inspection and questioning. Where a Contractor or Contractor's subcontractors are found to have
employed an unauthorized alien, the City Manager or his/her designee may report same to the Department of
Homeland Security. The Contractor's failure to cooperate with the investigation may be sanctioned by termination
of the contract, and the Contractor shall be liable for all damages and delays occasioned by the City thereby.
Contractor agrees that the employee -number category designated below is applicable to the Contractor.
[Information only required if a contractor affidavit is required pursuant to O.C.G.A. § 13-10-91.]
500 or more employees.
100 or more employees.
Fewer than 100 employees.
Contractor hereby agrees that, in the event Contractor employs or contracts with any subcontractor(s) in connection
with this Agreement and where the subcontractor is required to provide an affidavit pursuant to O.C.G.A. § 13-10-
91, the Contractor will secure from the subcontractor(s) such subcontractor(s') indication of the above employee -
number category that is applicable to the subcontractor.
The above requirements shall be in addition to the requirements of State and federal law, and shall be construed
to be in conformity with those laws.
E. Nondiscrimination. hi accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §
2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102,
Page 4 of 5
section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and all other
provisions of Federal law, the Contractor agrees that, during performance of this Agreement,
Contractor, for itself, its assignees and successors in interest, will not discriminate against any
employee or applicant for employment, any subcontractor, or any supplier because of race, color,
creed, national origin, gender, age or disability. In addition, Contractor agrees to comply with
all applicable implementing regulations and shall include the provisions of this Section IV(R) in
every subcontract for services contemplated under this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed under seal as of the date first
above written.
[SIGNATURES ON THE FOLLOWING PAGE]
Page 5 of 5
EQ THE ENVIRONMENTAL QUALITY COMPANY
Signature: Printed Name:
Title:
[AFFIX CORPORATE SEAL]
CITY OF MILTON, GEORGIA
Joe Lockwood, Mayor
Page 6 of 5
Exhibit "A"
Work Description
Request for Proposal and Response
Milton HPCC RFP
13-CD02. pdf
HPCC EQ RFP
6-2013.pdf
iT ON
ss asusnmmw
REQUEST FOR PROPOSAL
(RFP 13-CD02)
FOR
Household Paint and Chemicals Collections Event (HPCC)
CITY OF MILTON, GEORGIA
City of Milton, Georgia requests qualified individuals and sums with experience in household
hazardous waste events to submit a quotation for a household paint and chemicals collections
event (commonly referred to as a household hazardous waste collection event) that will be held
on Saturday, August 3, 2013 at Bell Memorial Park located in the City of Milton. It will include
services to collect, handle, pack, lawfully transport, recycle, reuse, treat, and/or dispose (at a
permitted disposal facility) household hazardous waste (HHW) material for the City of Milton,
Georgia.
Questions regarding the RFP should be emailed to Cindy Eade (Sustainability Coordinator) by
May 31, 2013.
email: cindy.eadeC&cityofmiltonga.us.
The City will provide official written answers, by email, to all questions on or about June 7,
2013.
Sealed proposals will be received no later than 2:00 PM Local Time on June 13th, 2013.
Sealed proposals shall be submitted to: City of Milton Attn: Cindy Eade, 13000 Deerfield Parkway,
Suite 107G, Milton, Ga. 30004. Proposals will not be accepted by email.
City of Milton reserves the right to cancel or reject any and all proposals and to waive any
technicalities or irregularities, and to award the contract based on the highest evaluation and in
best interest of the City of Milton.
13-CD02 Pagel
I. INTRODUCTION
Household Hazardous Waste (HHW)
Defined as hazardous by 40 CFR part 261 and regulated as hazardous waste by the United
States Environmental Protection Agency (EPA) under Subtitle D to the Resource
Conservation and Recovery Act (RCRA) of 1976,42 U.S.C.SS 6901 et seq., as amended by
the Hazardous and Solid Waste Amendments of 1984, the Toxic Substance Control Act,
15, U.S.C. 9601 et seq., as amended by the Superfund Amendments and Reauthorization
Act of 1986, or any other federal statute or regulation governing the treatment, storage,
handling, or disposal of waste, materials or substances which impose special handling or
disposal requirements similar to those required by Subtitle C of RCRA; or
A substance that is either found on one of several lists of hazardous wastes in the federal
regulations or exhibits one of the four following hazardous waste characteristics:
corrosivity (damaging to living tissue); ignitable (catches fire under certain conditions);
toxic (causing injury or death if eaten or swallowed); or reactive (capable of causing an
explosion).
City of Milton desires to offer a program for the collection, packaging, lawful
transportation, recycling, reuse, treatment, and/or disposal (at a permitted facility) of
household hazardous waste (HHW) materials as defined herein from residents throughout
the City of Milton. It is believed that the disposal of HHW in municipal solids waste
(MSW) landfills, sewers, septic systems, groundwater or other environmentally
inappropriate sites poses a potential threat to the public health and safety.
The purpose of the HPCC collection program is three -fold:
1. To increase the public's awareness as to what constitutes HEW and potential dangers
with improper disposal of these wastes,
2. To educate the public on recycling, reusing, treating, and/or disposing (at a permitted
facility) HHW, and
3. To provide for the safe collection, handling, packing, lawful transportation, recycling,
reuse, treatment, and/or disposal (at a permitted facility) of as much H11W as may
be collected at the time of the event based on budget and participation.
The collection event is planned to occur at Bell Memorial Park, 15245 Bell Park Road
Milton, GA 30004 on Saturday, August 3, 8:00 a.m. —12:00 p.m. The facility has convenient access
for citizens bringing HHW for recycling, reuse, treatment, or disposal at a RCRA approved disposal
facility. The site will provide controlled access to the general public and will provide sufficiently
paved area for staging vehicles bringing the material and for having multiple moving lines to an area
where the material can be removed for analysis, inventory, and appropriate handling by the
Contractor. Residents and householders of the City of Milton will be permitted to deliver HHW
between the hours of 8 a.m. — 12 p.m. The City of Milton reserves the right to change the collection
site location provided at least fifteen (15) days written notice prior to the scheduled date is provided
to the Contractor.
13-CD02 Page
11. SCOPE OF WORK
A. Tasks
1. The Contractor shall manage all U14W delivered to the site by the general public.
This includes providing an appropriate number of qualified chemists, technicians and
appropriate staff to lawfully receive, identify, sort, package, label, load and transport waste
received, as well as, enough general labor to expedite receiving materials during the event.
Other events suggest that a staff capable of unloading 2 vehicles at a time (at a minimum) is
needed as participants should remain in their vehicles. Responsibilities shall include,
without limitation, the unloading of HHW from the general public's vehicles, identifying
the materials delivered, inventorying each item, packaging the material for safe
transportation and storage, manifesting the HHW and loading the material onto Contractor
vehicles for ultimate processing through recycling, reuse, treatment, and/ or disposal at a
RCRA approved disposal facility.
2. The Contractor shall be the "generator" of the HEW from the standpoint of the
United States Environmental Protection Agency (EPA) and the Georgia Department of
Natural Resources Environmental Protection Division (GA-EPD). The Contractor shall
comply with all municipal, state and federal regulations and laws, ordinances, rules and
regulations. The Contractor shall obtain, at his own expense, all permits and licenses
required by federal, state, or local law or ordinance, rule or regulation and maintain same in
full force and effect. Waste acceptance, ownership and responsibility for necessary
handling, packing, lawful transportation, storage, recycling, beneficial reuse, treatment,
and/or disposal of wastes received at the collection site shall pass to the Contractor from the
party delivering the acceptable waste at the time that parry delivers to the collection event;
Contractor must offer for each material accepted (when applicable):
First -Recycle
Second -Fuel blend or reuse
Third -Treatment
Fourth-RCRA incineration
Last Option- Land disposal
B. Mobilization:
1. The Contractor shall assemble all of the necessary personnel and equipment on the site
of the collection effort no later than 7:00 a.m. on the day of the collection, so as to be
ready to begin the processing of the vehicles bringing HHW promptly at 8:00 a.m.
C. Site Operations:
13-CD02 Page 3
1. The Contractor shall be responsible for all site operations from the point where the
general public vehicles containing the HHW move to the unloading area until the
general public vehicles leave the unloading area. Upon arrival at the collection point
the Contractor personnel, upon permission, shall open the doors of the vehicle and
remove the HHW.
2. The Contractor shall have sufficient personnel to promptly handle at least two (2)
vehicles at one time, leaving any non -acceptable materials in each vehicle and taking
the acceptable materials to an area established for positive identification.
3. The collection day will be terminated at 12:00 p.m. or sooner at the direction of the
Sustainability Coordinator, Cindy Eade or her designee, at which time the public will
not be allowed to enter the collection area.
4. The HHW Contractor will monitor the intake of materials and estimate the volume and
costs during the event to ensure compliance with the budget.
5. At the end of the collection event, the Contractor shall provide to the City of Milton an
estimated total weight for all HHW collected from residents/households.
6. The Contractor shall load all collected material into trucks, clean-up and stow all
equipment at the end of the collection event. The Contractor shall ensure that nothing
is left behind from the collection effort and shall ensure that the site is in as good or
better condition in all respects than it was prior to set-up and preparation for the
collection event.
7. The Contractor shall meet with the Sustainability Coordinator, Cindy Eade on-site to
ensure that the site is fully restored to its original condition. No vehicles or equipment
shall remain at the collection site overnight after the day of collection.
D. Handling, Packaging, Transportation, Reuse, Recycling, Treating and/or Disposal:
1. Contractor shall provide all equipment, staff and materials necessary to provide
efficient collection and handling of all acceptable wastes received, and shall at all times
operate the Collection Site and it Facilities in accordance with Applicable Law.
2. Contractor shall be responsible for lawful transportation, recycling, beneficial reuse,
fuel blend, treatment, storage and/or disposal of all wastes received at the collection site
and must follow all local, district, state, and federal regulations with regard to all
disposal methods;
3. Contractor must provide documentation of where material will be disposed including
location, ID and contact person;
4. All third party disposal companies must be insured by the primary Contractor;
13-CD02 Page 4
5. Contractor shall be responsible for all costs and liabilities associated with a spill or
accident if it occurs during loading and transition to the treatment center;
6. Contractor shall work under the immediate supervision of the City of Milton;
The Contractor shall provide written documentation (i.e., recycling certificate or other
tracking documentation) of the ultimate reuse, recycling, treatment, and/or permitted
approved disposal facilities, for BTIW collected at the collection event. The Contractor
shall also verify that all hazardous substances collected are disposed in a manner that
constitutes strict adherence with EPA regulations.
8. In the unanticipated event any residual materials are left at the collection site after the
event, Contractor agrees to pick up and dispose of materials properly.
E. Recordkeeping, Administration and Reporting:
1. Contractor shall add the City of Milton and employees as additionally insured with
waiver of subrogation for workers compensation;
2. Contractor shall provide an invoice for the event within three days after the
collection.
3. Contractor shall complete and submit the "Record of Operations" within fifteen
(15) calendar days after the event date which shall provide a summary of routine
and extraordinary activities during the collection event. Final payment will be
contingent on receipt and approval of this document
4. The site report shall include, but is not limited to the following:
a) The quantities in units and number of drums of all waste received itemized by
the waste type as listed in Attachment A.
Drum counts shall indicate the packing method (i.e., loose packed,
Lab -Packed, or bulked) and Recycling, Beneficial Reuse or Disposal
method for each drum.
• Lab -Packed drums shall indicate:
i. The actual weight of waste contained in each drum,
ii. The average weight of waste per drum for each waste type, and
iii. The cumulative average weight of waste per drum for each waste
type.
b) A report of the complaints received by the Contractor in connection with the
Contractor's operations under the Contract, with a summary of the Contractor's
response to the complaints, if any.
13-CD02 Page 5
c) An account of any extraordinary occurrences, accidents, or emergencies that
arose during the collection event.
F. City of Milton furnished property/services
City of Milton will furnish traffic control barriers and additional personnel at the
collection site to assist with the event. Before a vehicle reaches the unloading area,
volunteers provided by the City of Milton, will check residency requirements and
direct the resident to the proper unloading area. Additionally, City of Milton
volunteers will distribute any educational and promotional items. Organization and
monitoring of volunteer personnel will be the responsibility of the City of Milton.
The City of Milton will provide signage to direct traffic to the site, site location, and
scheduling. Residents will pre -register for the collection to ensure residency and to
estimate HHW quantities. The City of Milton shall also notify the appropriate
emergency response teams before the collection event.
III. Indemnity and Insurance
The Contractor is an independent Contractor. The Contractor, its officers, agents or
employees are not considered employees of the City of Milton for any purpose. The
Contractor shall be responsible for all federal and/or state tax, industrial insurance
and Social Security liability that may result from the performance of and
compensation for these services and shall make no claim of career service or civil
service rights which may accrue to a City of Milton employee under state of local
law.
2. The City of Milton assumes no responsibility for the payment of any compensation,
wages, benefits, or taxes by or on behalf of the Contractor, its employees and/or
others by reason of the Contract. The Contractor shall protect, indemnify and hold
harmless the City of Milton and its officers, agent and employees for and against any
and all claims, costs and/or losses whatsoever occurring or resulting from (1) the
Contractor's failure to pay any such compensation, wages, benefits or taxes; and/or
(2) the supplying to the Contractor of work, services, materials, and/or supplies by
Contractor employees or other suppliers in connection with or in support of the
performance of the Contract.
3. The Contractor further agrees that it is financially responsible for and will repay the
City of Milton all indicated amounts following an audit examination on which
reveals errors due to the negligence, intentional act and/or failure for any reason to
comply with the terms of the Contract by the Contractor, it officers, employees,
agents and/or representative. The Contractor shall protect, defend, indemnify, and
hold harmless the City of Milton, its officers, employees and agents from any and all
costs, claims, judgments and/or awards of damages, arising out of or in any way
resulting from the negligent acts or omissions of the Contractor, its officers,
employees, and/or agents. The Contractor agrees that its obligations under this
subparagraph extent to any claim, demand, and/or cause of action brought by or on
13-CD02 Page 6
behalf of any employees or agents.
4. Contractor shall procure and maintain for the entire duration of the event insurance
against claims for injuries to persons or damages to property that may arise from, or
in connection with, the performance of work hereunder by the Contractor, its agents,
representatives, employees, and/or Sub -contractors. The Contractor or Sub-
contractor shall pay the cost of such insurance. The Contractor may furnish separate
certificates of insurance and policy endorsements for each Sub -contractor as evidence
of compliance with the insurance requirements of the Contract.
5. Contractor shall provide a copy of public Liability Insurance covering the period of its
occupancy and uses of the premises, obtained from a responsible insurance company
legally licensed and authorized to transact business in the State of Georgia, with
limits of not less than $1,000,000.00 for all damages arising out of bodily injuries or
death of two or more persons in any one accident, and a limit of not less than
$2,000,000.00 for all damages to or destruction of property in any one accident. This
public liability policy shall insure the City and the Licensee against any liability,
damage, claim or demand in any way arising out of or in connection with Licensee's
occupancy or use of the premises under this agreement. Licensee shall furnish the
City with a copy of the policy and evidence of full payment of the premium thereon
prior to occupancy and use of the premises, and said policy shall have a clause
showing that the insurance is in force and cannot be cancelled prior to the occupancy
and use of the premises by the Licensee in the absence of written notice by the
insurer to the City prior to the occupancy and use of the premises.
6. Per our standard contract, the selected Contractor will execute an affidavit referenced
in O.C.G.A. § 50-36-1 (SAVE AFFIDAVIT).
IV. RESPONSE FORMAT
Responders are required to submit their proposals in the following 6 page format.
Page 1. Contractor must provide a brief description of the firm and its specific
expertise in HHW projects. List three references of similar HHW events it was
employed to conduct within the last 5 years, with contact information for the program
manager.
Page 2. Contractor must provide a narrative of the process and procedures
describing the method of handling the HHW at the site and how the various items of
HHW accepted will be inventoried and manifested. Include a typical event set up
13-CD02
Page 7
plan.
Page 3-4. Contractor must provide a Contingency Plan to include the following
elements:
a. Describe provisions for the prevention of environmental contamination,
the management and cleanup necessary, the prevention of explosions, fire
or the release of toxic or hazardous substances. Include provisions on
protecting storm water drains.
b. Describe how the following will be handled: unknown wastes, inclement
weather, spills of hazardous waste and accidents.
c. Provide a typical or generic site health and safety plan. Designate a
Health and Safety Officer to oversee the Health and Safety Plan.
d. List all the emergency equipment and supplies proposed to bring to or
provide at the site; list the names and telephone numbers of local
emergency agencies, and the City of Milton, and federal agencies that
must be contacted in the event of a fire, spill or other release at the
collection site.
e. List all of the equipment and/or supplies the contractor requires or
expects the City of Milton, and other public and private agencies to bring
to or provide at the sites.
f. Describe provisions for material that could be dropped off after the
closure of the event.
Page 5. Contractor must provide pricing of the quantities set forth on the "Proposal
Response Form' (Attachment A). Event costs shall not exceed the budgeted amount of
$11,000.
Page 6. Contractor must provide a narrative of the procedures for monitoring the
quantities of collected materials and adherence to the City of Milton's budget.
A. Qualifications and Experience:
1. The contractor shall demonstrate that it has substantial expertise in all areas relating
to the collection, handling, packing, lawfully transporting, recycling, reusing, treating,
and/or disposal at an approved facility of HHW.
B. Expenses of Preparing Responses to this RFP
The City of Milton accepts no responsibility for any expenses incurred by the responders
to this RFP. Such expenses are to be borne exclusively by the responders. All
information submitted in your response to this RFQ shall be subject to the Georgia Open
Records Act and shall not be deemed to be confidential unless otherwise stated in the
submission by reference to specific provisions that apply as specific exceptions to the
Open Records Act.
13-CD02
Page 8
V. EVALUATION CRITERIA
50% Price (Page 5 of Response Format)
50% Qualifications and proposed plans (Pages 1-4, 6 of Response Format)
THE CITY RESERVES THE RIGHT TO REJECT ANY AND ALL PROPOSALS AND TO
WAIVE INFORMALITIES.
13-CD02 Page
Attachment A
13-CD02 Page 10
Proposal Response Form
Household Hazardous Waste and Paint Collection
City of Milton
.*Primary
Estimated
Method of
Quantity
Item
Waste Description
Disposal
in Pounds
••'Price Per/Pound
$Total Price
Base
Oil based paint, stains, thinners and
1
paint strippers, solvents and varnishes,
9200
wood preservatives
la
Aerosol/spraypaint
500
2
latex and water based paints
6000
Mercury
3
Mercury salts and elemental mercury,
50
thermometers, thermostats, and other
mercu ry contai ning items
3a
Fluorescent bulbs and ballasts
200
Lawn care products
4
Poisons, insecticides, we ed killer and
2000
pesticides, Aerosol/spray pesticides
Automotive Products
5
Engine Degreaser, Brake Fluid,
200
Transmission Fluid, etc.
Cleaner, Corrosives, and oxidizers
6
Cleaners, Spot Removers, Acids and
600
Bases
6a
Oxidizers
200
Flammables
7
Lighter Fluid and Waste Fuels(As
500
Kerosene, Gasoline, Diesel, etc.
Batteries
B
Household and rechargeable
150
Mobilization charges, including all
9
labor, equipment, supplies, insurance
$
and/or additional charges.
Total Price
$
Attach appropriate supporting documentation
"Primary method of disposal (i.e. recycle, reuse/fuel blend, incineration, landfill
Collection, handling, transportation, and disposal. Actual Price will be actual auant't'es times "P ' d"
Company
Name and TIM e of Person to authorized to sign
Signature
Date
13-CD02 Page 10
EQ — The Environmental
Quality Company
RFP 13-CDO2 Submittal
"HOUSEHOLD PAINT AND CHEMICALS COLLECTION
EVENT (HPCC)
City of Milton
August 3, 2013
EQ - The Environmental Quality Company is pleased to provide the following bid for a Household
Hazardous Waste Collection Day.
Our company is an experienced Household Hazardous Waste management contractor and has significant
experience working with government agencies and provides a high level of service and indemnification for
HHW partners. The importance of having a safe and competent contractor is inherent in the success of a HHW
collection event. Our experience as the current contractor for many contracts similar in scope of work will
ensure the consistent delivery of a safely managed event and contract.
Of equal importance to a successful HHW program is the contractor's sensitivity to eliminating the customer's
future waste disposal liability. Waste disposal is managed with the strictest controls possible to ship waste to
only generator -approved facilities. In our proposal you will notice several highlights: company commitment to
safety (ISO certifications), vast experience, EQ -owned TSDF's and ultimate disposal facilities and liability
insurance limits unmatched in the industry ($35 million policy).
All waste collected at your HHW event will be routed to either our EQ Detroit, EQ Florida or EQ Atlanta
TSDF's. Your manifests will terminate at one of these facilities. Unlike some of our competitors EQ will not
ship your collected waste without an applicable RCRA designation for direct landfill utilizing a household
waste exemption. Upon award a complete facility list will be provided outlining your waste materials
disposition from the point of collection through final disposal facility. The City may request audit packages for
facilities utilized in the execution of the project, Due to variations in secondary facilities utilized, EQ requests
that secondary facility information be provided upon intent to award. All EQ facility information including
permits and operational outlines may be found at www.egontine.com.
We appreciate the opportunity to offer our superior hazardous waste disposal services and look forward to a
long-lasting relationship. Please do not hesitate to contact me at (404) 346-6862 should you have any questions
regarding this proposal.
Sincerely,
Bubby Dean, General Manager
EQ — The Environmental Quality Company
Project Experience and References
CITY OF ROSWELL GEORGIA
Mrs. Janet Liberman
36 Hill Street
Roswell, GA 30075
(770) 594-6451
ROME 1 FLOYD COUNTY SOLID WASTE
Mr. Mark Skeggs
405 Watters St.
Rome, GA 30165
x(706) 291-5266
CITY OF ALPHARETTA GEORGIA
Mrs. Terry Porter
2 South Main Street
Alpharetta, GA 30009
(678)297-6200
HHW Operation Plan
The scope of work includes: (a) Set -Up and Tear Down of the Work Site, (b) Collection/Handling of Household
Hazardous Wastes, (c) Segregation / Consolidation of Wastes, (d) Packaging, Manifesting, and Labeling Waste
for Transportation, (e) Transport and Disposal of Wastes.
(a) Site Set up and Tear Down
This scope of work will involve the arrangement of transportation vehicles, processing areas, waste containment
equipment, organization of traffic flow and overall site preparation. All EQ site personnel will be involved in
the assembly of the HHW tent or designated processing area, with protective visqueen or tarps secured to the
ground to protect from incidental release of chemicals. Paint roll -offs will be positioned according to the site
map prepared by the Project Manager. Traffic cones and signs will be placed to assist in the traffic flow. All
Personal Protective Equipment and spill control materials will be readily accessible to site personnel. Upon
completion of the collection event, all equipment and supplies will be decommissioned and the site returnedto
its original condition.
(b) Collection/ Handling of Household Hazardous Wastes
This scope of work will require the physical handling of a variety of wastes from the vehicles in the drop off
area to plastic wheeled carts. After the material is off-Ioaded, the vehicles will be directed to the exit. The
waste on the carts will be processed through the Segregation / Consolidation Area for packaging and shipment
off site, Paint waste will be segregated into the appropriate roll -off and recyclable material will be consolidated
for ofF site shipment. Chemical wastes for packaging will be arranged on the designated segregation tables.
(c) Segregation/Consolidation of Wastes
This scope of work will require the physical handling of a variety of wastes from the carts into drums and other
containers. The waste on the carts will be processed through the Segregation / Consolidation Area for packaging
and shipment off site. It is of critical importance that items be properly identified so that they can be packaged
with compatible items. If at any time a chemical cannot be identified, the senior field chemist will determine
proper handling of the material.
(d) Packaging, Manifesting and Labeling Wastes
All segregated material will be packaged according to DOT shipping requirements. Vermiculite will be added
to the containers to minimize the impact of each container and absorb incidental release of chemicals during
shipment. The appropriate RCRA and DOT labels will be affixed to the sides of the containers along with the
Container Content Sheets. After each container has been weighed, a drum log of all weights will be created.
All containers will be manifested and prepared for shipment.
(e) Transportation and Disposal of Wastes
This scope of work will require using a truck mounted lift gate for the loading of all collected hazardous wastes.
Any necessary placards will be affixed to the trucks or roll -off boxes. Finally, the safe treatment and disposal
of collected hazardous waste will be in accordance with all applicable State and Federal regulations.
CONTINGENCY PLAN (EMERGENCY)
All EQ employees have reviewed and are familiar with the EQ Contingency Plan. "Hands on" operations
personnel involved in hazardous waste handling, transportation, emergency response; storage, or treatment
have successfully completed a program of classroom instruction or on-the-job training that teaches the
implementation of the Contingency Plan.
Spill and emergency response:
• EQ utilizes a protective poly sheeting at each HHW Site in order to prevent contamination of the
working surface (parking lot, concrete or asphalt pad).
• EQ maintains a supply of spill response equipment throughout each HHW set up. This material
includes spill pads, absorbent media, and DOT rated containers to package any leaking or
damaged materials. '
• EQ will utilize spill "socks" or berms in order to protect any storm drains in the event 'of a spill.
• EQ also requires and utilizes type ABC fire extinguishers to be on site during the event. There
are extinguishers in each vehicle which can be used for extinguishing fires in the incipient
stages.
• Unknown wastes will be identified on site by our Field Chemist utilizing a "hazcat" categorization
procedure. This includes testing the physical and chemical properties of the materials.
• Inclement weather such as rain will be handled accordingly with a canopy for employees to work
under and/or tyvek suits or rain slickers.
• In the event of a thunderstorm or lighting, the site will be temporarily shut down until the storm
has cleared the area and it is deemed safe to resume work. For further details regarding this,
please see the attached site Health and Safety Pian. The Health and safety plan will be
overseen by the Field Services Manager/Project Manager
• In the case of a reportable fire, spill, release or other emergency situation, EQ will utilize the 911
-- emergency services system in order to notify the local Fire and/or Police Department.
• EQ will also follow the Emergency Action Plan in the event of an environmental release.
Available electronically if required.
• In the case of a late or after hours drop off of material from a resident, EQ will add this material
into the current inventory on site. If the site has closed and EQ is no longer present, a
separately scheduled pick up will be required, this is outside the scope of this 1 day HHW Event
and will need to be handled as a separate project.
Supplies and Equipment provided by EQ.
EQ will provide all of the necessary equipment and material for setting up and operating. an HHW mobile
collection event. Standard HHW equipment includes:
Collection Tents (20' x 20' and 20' x 40' where necessary)
✓ Segregation Tables with protective covering
✓ Protective Tarps and Visqueen for segregation and consolidation areas"
Carts for offloading chemical waste from vehicles
✓ Fluorescent Cones to direct traffic flow
✓ Signs for advertising, traffic flow; and site safety
✓ Roll -off containers with liner and tarp cover
✓ 20 cubic yard box — oil based and latex paint
Fork Lift for maneuvering roll -off or pallets (when necessary)
✓ All Containers and Packing Media for on-site packaging of waste
✓ 85 -gallon over -pack drums
55 -gallon drums
30 -gallon drums
✓ 5 -gallon pail
✓ cubic yard boxes (triwall)
pallets
✓ vermiculite
✓ fluorescent bulb tubes (8ft & 4ft)
✓ drum liners
✓ grounding straps (for bulking of flammabies)
✓ Fire Prevention Extinguishers (ABC dry chemical)
✓ Personal Protective Equipment
✓ Tyvek suits
✓ Full Face Respirators (w/ HEPA cartridges)
✓ SCBA's (2)
✓ Poly Aprons
✓ Safety Goggles
✓ Latex; Nitrile and leather gloves
✓ Eyewash
Emergency Shower
✓ First-aid kit and CPR supplies
✓ Spill Containment Supplies and Equipment
Portable scale for weighing drums, if necessary (Dept. of Ag. calibrated)
Trucks equipped with lift gates
✓ HazCat kit for identification of unknowns (pH paper, flash point, etc.)
✓ Non -sparking tools; (shovels, hammers)
✓ Emergency Airhorns
Supplies to be provided by the City of Milton
• The host location should provide the necessary facilities for employee use throughout the day,
• A standard garbage type dumpster will be required on site for cardboard, plastic, and paper which is not
to be disposed as waste.
Attachment A
Proposal Response form
Household Hazardous Waste and Paint Collection
City of Milton
'*Primary
Estimated
Method of
Quantity
Item
Waste Description
Disposal
in. Pounds
.."Prim Per/Pound
$Total Price
Base
Oil based Paint, stains, thinners and
1
paint strippers, solvents and varnishes,
920D
wood. preservatives
Fuels Blend
$.45
$4140.00
la
Aerosol/spray paint
Fuels Blend
500
$.97
$480..00
2
Latex and water based paints
Landfill
60M
$.15
$900.00
Mercury
3
Mercury salts and elemental mercury,
50
thermometers, thermostats, and other
mercury containing items
Recycle
$5.55
$277.50
3a.
Fluorescent bulbs and ballasts
Recycle
.200
$.37
$74.00
Lawn care. products
4
Poisons, insecticides, weed killer: and
20M
pesticides, Aerosol/sprav Pesticides
Incineratio
$.96
$'.1920..00
Automotive Products
5
Engine Degrease r, Brake Fl uid,
200
Transmission Fluid, etc
Recycle
$.15
$30.00
Cleaner, Corrosives, and Oxidizers
6
Cleaners, Spot Removers, Acids and
600
Bases
Treatment
$•45
$270:00
68
Oxidizers
Incineration
200
$1.0.9
$218.00
Flammables
7
Lighter Fluid and Waste Fuels(As
.500
.Kerosene, Gasoline, Diesel, etc
Fuels Blend
$,$2
$310.00
Batteries
8
Household and rechargeable
Recycle
150
$,49 1
$73.50
Mobilization charges, including all
9
labor, equipment, supplies, insurance
$ 2286.00
:and/or
additional charges.
Total Price
$10 979.00
Attach appropriate supporting documentation
**Primary method of disposal (i.e. recycle, reuse/fuel blend, incineration, landfill
... Collection, handling, transportation, and disposal. Actual price will be actual luanjitieg.times "Prim as rPound"
oa The environmental .Quality comFaay
Jason Stanley, Field services Manager
Company
Name and Title of Person to authorized to sign
5' atu
6/7/2013
Date
Maintaining Budget and tracking costs on site:
• EQ will rely on the City of Milton to track the count of cars throughout the event, checking this
hourly with the on site representative to ensure we have not exceeded the anticipated number of
participants.
• EQ will work off of the provided estimated volumes in order to stay within the City of Milton's
budget,
• EQ will notify the on site contact when we are approaching 90% capacity of any line item on the
quote. At this point, EQ and the on site contact will make a decision based on volume as to how
many more participants will be accepted.
• EQ will use a running container log and estimated average weight per container by waste stream.
This average weight will be based upon historical data from the events we have performed in the
past. This average will be periodically weight checked utilizing the EQ provided scale.,
• The latex paint waste will be containerized into a roll off container. EQ utilizes a formula for
calculating this weight by the volume in the roll off container, This will be monitored as the
container is filled.
• EQ will make every attempt to accept the most participant waste as Possible, while meeting the
City of Milton's budget.
Exhibit "B"
Insurance Certificate
Chartis Specialty Lines Insurance 26883-001
New Hampshire Insurance Company 23841-002
Chartis Specialty Lines Insurance 26883-002
Illinois National Insurance Company 23817-001
Commerce and Industry Insurance Company 19410-006
877-945-7378 888-467-2378
certificates@willis.com
Willis of Michigan, Inc.
c/o 26 Century Blvd.
P. O. Box 305191
Nashville, TN 37230-5191
36255 Michigan Ave
Wayne, MI 48184
X
X
XCU IncludedX
$100,000 DeductibleX
X
1,000,000
300,000
25,000
1,000,000
2,000,000
2,000,000
A PROP57666391 8/1/2012 8/1/2013
B CA1955437 8/1/2012 8/1/2013
X
X X
1,000,000
B CA7557770 8/1/2012 8/1/2013
X X
X 10,000
25,000,000
25,000,000
C PROU57666618 8/1/2012 8/1/2013
X
1,000,000
1,000,000
1,000,000
D WC006506646 1/1/2013 8/1/2013
$35,000,000 Each Incident
$35,000,000 Aggregate
Pollution Legal
Liability
E PLS2673560 8/1/2012 8/1/2015
See Attached
EQ The Environmental Quality Co
01/29/2013Page 1 of 2
19306331
. .
.
For Information Purposes Only
Coll:3990276 Tpl:1579706 Cert:19306331
DATE (MM/DD/YYYY)
PRODUCER
INSURED
INSR ADD’L SUBR POLICY EFF POLICY EXPTYPE OF INSURANCE POLICY NUMBER LIMITSLTRINSRD WVD (MM/DD/YYYY) (MM/DD/YYYY)
GENERAL LIABILITY
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS’ LIABILITY Y / N
N / A
(Mandatory in NH)
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach Acord 101, Additonal Remarks Schedule, if more space is required)
AUTHORIZED REPRESENTATIVE
CONTACT
NAME:
PHONE FAX
(A/C, NO, EXT):(A/C, NO):
E-MAIL
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC #
INSURER A:
INSURER B:
INSURER C:
INSURER D:
INSURER E:
INSURER F:
EACH OCCURRENCE
DAMAGE TO RENTED
$
COMMERCIAL GENERAL LIABILITY $PREMISES (Ea occurence)
CLAIMS-MADE OCCUR MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
GEN’L AGGREGATE LIMIT APPLIES PER:PRODUCTS - COMP/OP AGG $
PRO-POLICY LOCJECT $
COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO
ALL OWNED
AUTOS
BODILY INJURY(Per person)$
SCHEDULED
AUTOS
HIRED AUTOS
BODILY INJURY(Per accident)$
NON-OWNED
AUTOS
PROPERTY DAMAGE $(Per accident)
$
EACH OCCURRENCEOCCUR
CLAIMS-MADE AGGREGATE
$
$
DED $RETENTION $
WC STATU-OTH-
TORY LIMITS ER
E.L. EACH ACCIDENT $ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - EA EMPLOYEE $
E.L. DISEASE - POLICY LIMIT $
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2010/05)
© 1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF LIABILITY INSURANCE
ADDITIONAL REMARKS SCHEDULE
AGENCY CUSTOMER ID:
LOC#:
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: FORM TITLE:
ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
AGENCY NAMED INSURED
POLICY NUMBER
CARRIER NAIC CODE
EFFECTIVE DATE:
142350
Page 2 of 2
Willis of Michigan, Inc.
See First Page
See First Page See First Page
EQ The Environmental Quality Co
36255 Michigan Ave
Wayne, MI 48184
25 CERTIFICATE OF LIABILITY INSURANCE
Excess Pollution Legal Liability
Policy No: EXCG24881209002
Policy Period: 08/01/2012 - 08/01/2015
Carrier: ACE American Insurance Company
Limits:
$15,000,000 Each Claim
$15,000,000 Each Aggregate
Contractors Equipment
Policy No: MXI93021643
Policy Period: 08/01/2012 - 08/01/2013
Carrier: AGCS Marine Insurance Company
Limits:
"All Risk" subject to policy conditions
$14,174,377 Scheduled Limit
$500,000 Leased/Rented Equipment
Contractors Pollution and Professional Liability are included under General Liability.
Umbrella is excess over Contractors Pollution and Professional Liability.
Coll:3990276 Tpl:1579706 Cert:19306331
STATE OF GEORGIA
CITY OF MILTON
EXHIBIT "C"
CONTRACTOR AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively
that the individual, firm, or corporation which is engaged in the physical performance of services on behalf of the City of
Milton has registered with, is authorized to use and uses the federal work authorization program commonly known as E -Verify,
or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. §
13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the
contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such
contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-
91(b).
Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows:
Sao 7a7
EEV /Basic ilot Program User
r Identification Number
-71d13
Y: Authorized Officer or Agent Date
EQ THE ENVIRONMENTAL QUALITY COMPANY
f're,,\dex-yt- , CE®
Title of Authorized Officer or Agent of Contractor
"tom t d w,s1L
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THI$ THE
ski DAY OF i 1 I t �
�
tary Public
y Commission Expires:
---
2013
JODIE L ESTES
Notary Public - Michigan
Wayne County
My Commission Expires Aug 3, 2019
Acting in the County of
STATE OF GEORGIA
CITY OF MILTON
EXHIBIT "D"
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13-10-91, stating
affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract
with (name of contractor) on behalf of the City of Milton has registered with, is authorized to use
and uses the federal work authorization program commonly known as E -Verify, or any subsequent replacement program, in
accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned
subcontractor will continue to use the federal work authorization program throughout the contract period, and the undersigned
subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub -
subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. § 13-10-91(b).
Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub -subcontractor to the
contractor within five (5) business days of receipt. If the undersigned subcontractor receives notice that a sub -subcontractor
has received an affidavit from any other contracted sub -subcontractor, the undersigned subcontractor must forward, within five
(5) business days of receipt, a copy of the notice to the contractor.
Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as
follows:
3 aUla-7
EEV / Basic Pilot Program Use • dentification Number
13`Authorized Orf-icefor Agent Date
EQ = tY�2 Erw\MV\0\4MCt) QlV
Insert Subcontractor Name ' J
P PnAo-yt i C_to
Title of Authorized Officer or Agent of Subcontractor
-Dow\d LVSV_
Printed Name of Authorized Officer or Agent
BEFORE ME ON THIS THE
1� DAY OF 1201-!t7
n
JOOIE L ESTES
Notary Public - Michigan.
Wayne County
My Commission Expires Aug 3, 2019
Acting in the County of
HOME GF 'THE BEST QUALITY OF LIFE 1N GEORGIA'
MILTON*
LS I AI31 1 S I E ED 2006
TO: City Council
CITY COUNCIL AGENDA ITEM
DATE: July 8, 2013
FROM: City Manager
AGENDA ITEM: Approval of a Professional Services Agreement between the City of
Milton and Kittelson & Associates, Inc. for Birmingham Road at Hopewell
Road Roundabout Peer Review.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: (VAPPROVED
CITY A TTORNEY APPROVAL REQUIRED:} YES
CI TY A TTORNEY REVIEW REQUIRED: YES
APPROVAL BY CITY ATTORNEY (VAPPRO VED``
PLACED ON AGENDA FOR: 0 �7 I 1!Z I z
REMARKS
()NOTAPPROVED
() NO
() NO
(} NOTAPPROVED
91 Yau E u.
., 5 2017 * * foP 466
PHONE: 678.242.25001 FAX: 678.242.2499 � '' ,.Green -v
info@cityofmiitonga.us I www.cityofmiitonga.us CommunityEhs#
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004
To: Honorable Mayor and City Council Members
From: Sara Leaders, PE – Transportation Engineer
Date: Submitted on July 2, 2013 for the July 15, 2013 Regular Council Meeting
Agenda Item: Approval of a Professional Services Agreement between the City of Milton and
Kittelson & Associates, Inc. for Birmingham Road at Hopewell Road Roundabout
Peer Review
____________________________________________________________________________
Department Recommendation:
Staff is recommending approval of the Professional Services Agreement.
Executive Summary:
This agreement is to provide a peer review of the proposed roundabout design for the
intersection of Birmingham Road at Hopewell Road. Roundabouts are still new in the Atlanta
area and peer reviews identify possible improvements to the design from a firm with national
experience. It is now a requirement of Georgia Department of Transportation (GDOT)
roundabout projects to require a peer review. GDOT has a list of approved roundabout peer
review firms. Kittelson is the firm that has been used on other Milton/GDOT projects and was
selected for this task for professional services.
The work to be completed under this Agreement will include a concept level peer review of the
operational analysis and horizontal design. The work also includes meetings and documentation.
Funding and Fiscal Impact:
Funding for this project is available in the Hopewell @ Birmingham Intersection Improvement
Capital account.
Alternatives:
N/A
Legal Review:
Jarrard & Davis – Paul Higbee 6/19/2013
Attachment(s):
Professional Services Agreement
HOME OF'THEBEST QUALITY OF LIFE IN GEORGIA'
MILTION
't
ESTABLISHED 2006
PROFESSIONAL SERVICES AGREEMENT — SHORT FORM
AGREEMENTS $10,000.00 OR LESS
BIRMINGHAM ROAD AT HOPEWELL ROAD ROUNDABOUT PEER REVIEW
This Professional Services Agreement (the "Agreement") is made and entered into this day of
, 201_9 by and between the CITY OF MILTON, GEORGIA (hereinafter referred to as
the "City"), and KITTELSON & ASSOCIATES, INC. (hereinafter referred to as the "Consultant").
WITNESSETH THAT:
WHEREAS, the City desires to employ a Consultant to perform the services described herein (the
"Work"); and
WHEREAS, Consultant has familiarized itself with the Contract Documents, as defined below, the Work,
and with all local conditions and applicable federal, state and local laws, ordinances, rules and regulations.
NOW THEREFORE, the City and Consultant, in consideration of the mutual promises contained herein
and other good and valuable consideration, the sufficiency of which is hereby acknowledged, agree as
follows:
Section 1. Contract Documents: This Agreement and the following named Exhibits, attached hereto
and incorporated herein by reference, constitute the "Contract Documents":
EXHIBIT A WORK DESCRIPTION
EXHIBIT B INSURANCE CERTIFICATE
EXHIBIT C CONSULTANT AFFIDAVIT AND AGREEMENT
EXHIBIT D SUBCONTRACTOR AFFIDAVIT
EXHIBIT E SAVE AFFIDAVIT
To the extent that there may be any conflict among the Contract Documents, the provision operating most
to the benefit of the City shall govern.
Section 2. The Work: Consultant shall provide all Work described in the Contract Documents.
Unless otherwise stated in the Contract Documents, the Work shall include Consultant's provision of
materials, labor, expenses, and any other cost or item necessary to complete the Work, which is generally
described as providing a peer review of the proposed roundabout design at the intersection of Birmingham
Road at Hopewell Road.
Section 3. Contract Time: Consultant understands that time is of the essence of this Agreement and
warrants that it will perform the Work in a prompt manner, which shall not impose delays on the progress
of the Work. It shall commence Work pursuant to this Agreement on or before a date to be specified on a
written "Notice to Proceed" from the City and shall fully complete the Work within 30 days of the
"Notice to Proceed".
Section 4. Work Changes: Any changes to the Work requiring an increase in the Contract Price, as
defined below, shall require a written change order executed by the City in accordance with its purchasing
regulations.
Section 5. Compensation and Method of Payment: City agrees to pay Consultant for the services
performed and costs incurred by Consultant upon the City's certification that the services were actually
Page 1 of 5
performed and costs actually incurred in accordance with this Agreement. Compensation for services
performed and, if applicable, reimbursement for costs incurred shall be paid to Consultant upon the City's
receipt and approval of an invoice, submitted upon completion of the Work, setting forth in detail the
services performed and costs incurred. Invoices shall reflect charges incurred versus charges budgeted.
The total amount paid under this Agreement for the Work shall not, in any case, exceed $4,000 (the
"Contract Price"), except as outlined in Section 4 above. Consultant shall take no calculated risk in the
performance of the Work. Specifically, Consultant agrees that in the event it cannot perform the Work
within the budgetary limitations established without disregarding sound principles of Consultant's
industry, Consultant will give written notice thereof immediately to the City.
Section 6. Covenants of Consultant
A. Assignment of Agreement: Consultant covenants and agrees not to assign or transfer any interest
in, nor delegate any duties of this Agreement, without the prior express written consent of the
City.
B. Responsibility of Consultant and Indemnification of CitX: Consultant covenants and agrees to
take and assume all responsibility for the services rendered in connection with the Work.
Consultant shall bear all losses and damages directly resulting to it on account of the negligent
performance or character of the services rendered pursuant to this Agreement. Consultant shall
defend, indemnify and hold harmless the City, its officers, boards, commissions, elected and
appointed officials, employees and agents from and against any and all claims, suits, actions,
liability, judgments, damages, losses, and expenses, including but not limited to, reasonable
attorney's fees, which are the result of willful or negligent acts, or tortious conduct to the extent
arising out of the negligent performance of contracted services, or operations by Consultant, any
sub -consultant, anyone directly employed by Consultant or sub -consultant or anyone for whose
negligent acts Consultant or sub -consultant may be liable, regardless of whether or not the
negligent act is caused in part by a party indemnified hereunder. Consultant shall not be required
to indemnify the City or its officers, boards, commissions, elected or appointed officials,
employees or agents against liability or claims for damages, losses, or expenses, including
attorney fees, arising out of bodily injury to persons, death, or damage to property caused by or
resulting from the sole negligence of the City or its officers, boards, commissions, elected or
appointed officials, employees or agents.
C. Independent Consultant: Consultant hereby covenants and declares that it is engaged in an
independent business and agrees to perform the Work as an independent Consultant, not as agent
or employee of City. Inasmuch as City and Consultant are parties independent of one another,
neither has the authority to bind the other to any third person or otherwise to act in any way as
the representative of the other, unless otherwise expressly agreed to in writing by both parties.
Consultant agrees not to represent itself as City's agent for any purpose to any party or to allow
any employee to do so, unless specifically authorized, in advance and in writing, and then only
for the limited purpose stated in such authorization. Consultant shall assume full liability for any
contracts or agreements Consultant enters into on behalf of City without the express knowledge
and prior written consent of City.
D. Insurance: Consultant shall have and maintain in full force and effect for the duration of this
Agreement, insurance approved by the City as shown on Exhibit B.
E. Licenses, Certifications and Permits: Consultant covenants and declares that it has obtained and
will maintain all diplomas, certificates, licenses, permits or the like required by any national,
state, regional, City, and local boards, agencies, commissions, committees or other regulatory
Page 2 of 5
bodies to perform the Work. Consultant shall comply with applicable legal requirements and
meet the standard of quality ordinarily expected of its industry.
F. Ownership of Work: All reports, drawings, specifications, and other items prepared or in the
process of being prepared for the Work by Consultant ("materials") shall be the property of the
City and the City shall be entitled to full access and copies of all materials. All copyrightable
subject matter in all materials is hereby assigned to the City and Consultant agrees to execute
any additional documents necessary to evidence such assignment.
G. Consultant's Representative: Justin Bansen shall be authorized to act on Consultant's behalf with
respect to the Work as Consultant's designated representative.
H. Confidentiality: Consultant acknowledges that it may receive confidential information of the
City and that it will protect the confidentiality of any such confidential information and will
require any of its sub -consultants, consultants, and/or staff to likewise protect such confidential
information.
I. Meetings: Consultant shall meet with City's personnel or designated representatives to resolve
technical or contractual problems that may occur during the term of the contract, at no additional
cost to City.
Section 7. Standard of Care: In providing services under this Agreement, the Consultant shall
perform in a manner consistent with that degree of care and skill ordinarily exercised by members of the
same profession currently practicing under similar circumstances at the same time and in the same or
similar locality.
Section 8. Termination: The City may terminate this Agreement for convenience at any time upon
written notice to Consultant. Provided that no damages are due to the City for Consultant's breach of this
Agreement, the City shall pay Consultant for Work performed to date in accordance with Section 5 herein.
Section 9. Miscellaneous
A. Governing Law. This Agreement shall be governed by the laws of the State of Georgia.
B. Counterparts. This Agreement may be executed in any number of counterparts, each of which
shall be deemed to be an original, but all of which together shall constitute one and the same
instrument.
C. Sovereign Immunity. Nothing contained in this Agreement shall be construed to be a waiver of the City's
sovereign immunity or any individual's qualified good faith or official immunities.
D. E -Verify Affidavits. It is the policy of the City of Milton that unauthorized aliens shall not be employed
to perform work on City contracts involving the physical performance of services. Therefore, the City
shall not enter into a contract for the physical performance of services within the State of Georgia, unless
the Consultant shall provide evidence on City -provided forms, attached hereto as Exhibit "C" and "D",
that it and Consultant's subcontractors have within the previous twelve (12) month period conducted a
verification of the social security numbers of all employees who will perform work on the City contract
to ensure that no unauthorized aliens will be employed. The City Manager or his/her designee shall be
authorized to conduct an inspection of the Consultant's and Consultant's subcontractors' verification
process to determine that the verification was correct and complete. The Consultant and Consultant's
subcontractors shall retain all documents and records of its verification process for a period of three (3)
years following completion of the contract. This requirement shall apply to all contracts for the physical
Page 3 of 5
performance of services where more than three (3) persons are employed on the City contract.
The City Manager or his/her designee shall further be authorized to conduct periodic inspections to
ensure that no City Consultant or Consultant's subcontractors employ unauthorized aliens on City
contracts. By entering into a contract with the City, the Consultant and Consultant's subcontractors agree
to cooperate with any such investigation by making its records and personnel available upon reasonable
notice for inspection and questioning. Where a Consultant or Consultant's subcontractors are found to
have employed an unauthorized alien, the City Manager or his/her designee may order the Consultant to
terminate or require its subcontractor to terminate that person's employment immediately and to report
same to the Department of Homeland Security. The Consultant's failure to terminate the employee, or
otherwise cooperate with the investigation may be sanctioned by termination of the contract, and the
Consultant shall be liable for all damages and delays occasioned by the City thereby.
Compliance with the requirements of O.C.G.A. § 13-10-91 and Rule 300-10-1-.02 is mandatory.
Consultant agrees that, in the event the Consultant employs or contracts with any subcontractor(s) in
connection with this Agreement, the Consultant will secure from the subcontractor(s) such
subcontractor(s') indication of the above employee -number category that is applicable to the
subcontractor.
Consultant's compliance with the requirements of O.C.G.A. § 13-10-91 and Rule 300-10-1-.02 shall be
attested by the execution of the contractor's affidavit attached as Exhibit "C."
The above requirements shall be in addition to the requirements of State and federal law, and shall be
construed to be in conformity with those laws.
E. SAVE Affidavit and Secure Verifiable Document. Pursuant to O.C.G.A. § 50-36-1, the City must obtain
a SAVE Affidavit and a secure and verifiable document evidencing the Consultant's legal status in the
Country each time that Consultant obtains a public benefit, including any contract, from the City.
Consultant hereby verifies that it has, prior to executing this Agreement, executed a SAVE Affidavit (to
be sworn under oath under criminal penalty of false swearing pursuant to O.C.G.A. § 16-10-71), a form
of which is attached hereto as Exhibit "E", and submitted such affidavit to the City in person,
electronically, or by mail. Further, Consultant verifies that it has, prior to executing this Agreement,
submitted a secure and verifiable document, evidencing the Consultant's legal status, to the City either in
person or electronically (in compliance with the Uniform Electronic Transactions Act). Consultant
verifies that it is in compliance with the Residency Status of an Applicant for Public Benefit, as required
by the Georgia Security and Immigration Compliance Act (O.C.G.A. § 50-36-1).
F. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §
2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102,
section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and all other
provisions of Federal law, the Consultant agrees that, during performance of this Agreement,
Consultant, for itself, its assignees and successors in interest, will not discriminate against any
employee or applicant for employment, any subcontractor, or any supplier because of race, color,
creed, national origin, gender, age or disability. In addition, Consultant agrees to comply with
all applicable implementing regulations and shall include the provisions of this Section IV(R) in
every subcontract for services contemplated under this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed under seal as of the date first
above written.
[SIGNATURES ON THE FOLLOWING PAGE]
Page 4 of 5
[KITTELSON & ASSOCIATES, INC.]
Signature:
Printed Name: V u r"� n e •?
Title: ksso c ;'c-: 6 e OFF- c•e 41ary - c- ex-,
[AFFIX CORPORATE SEAL]
CITY OF MILTON, GEORGIA
Joe Lockwood, Mayor
Page 5 of 5
Exhibit "A"
Work Description
KITTELSON & ASSOCIATES, INC.
TRANSPORTATION ENGINEERING / PLANNING
225 E Robinson Street, Suite 450, Orlando, FL 32801 407.540.0555 407.540.0550
June 18, 2013 Project #: 13686.p
City of Milton
Sara Leaders
13000 Deerfield Parkway, Suite 107
Milton, GA 30004
RE: Peer Review for Proposed Roundabout
We are pleased to submit the attached proposal for transportation engineering services associated
with reviewing the proposed partial multi -lane roundabout at the intersections of Birmingham
Road and Hopewell Road in Milton, Georgia.
Part "A" identifies our proposed scope of work for the project. This scope was developed based
on our discussions with you. Our work activity will be focused on the review the horizontal
design concept (prepared by Pond) for the partial multi -lane roundabout and provide redline
markups to illustrate findings. Our review will be focused on flagging potential issues with the
design and identifying possible improvements that could be further explored by the project team.
We propose to conduct the work on a lump sum basis for a fee of $4,000.
I will serve as the Project Manager and Ed Myers, P.E. will serve as the Project Principal
providing senior review and quality assurance. Any questions of a technical or contractual nature
can be directed to either Ed or me.
Thank you for the opportunity to propose on this project. If you have any questions please call us
at (407) 540-0555.
Sincerely,
KITTELSON & ASSOCIATES, INC.
l
Justin Bansen, P.E.
Associate Engineer
Roundabout Peer Review Project #:13686.p
June 18, 2013 Page: 2 of 2
Part A - Scope of Work
Task 1 - Concept -Level Peer Review
1. Operational Analysis
KAI will review the operational analysis (prepared by Pond) for the proposed roundabouts for
design year traffic conditions. The intent of the review is to verify that the proposed lane
configurations (partial multilane roundabout with right -turn bypass lane on SB approach) are
appropriate for the forecast design year volumes.
2. Roundabout Design Peer Review
KAI will review the horizontal design concept developed by Pond and will provide redline
markups to illustrate identified issues or potential areas of design refinement that might be
further explored by the project team. The review will be conducted based upon the design
principles outlined in NCHRP Report 672, Roundabouts: An Informational Guide - 2nd Editions and
as augmented by KAI's practical and research experience.
1. KAI will review the horizontal design related to the following design objectives:
a. Fastest Path Speeds - KAI will verify that the proposed design meets performance
objectives for fastest path speed control.
b. Design vehicle accommodation - KAI will review the design vehicle swept path to
verify that the roundabout designs adequately accommodate the design vehicle for
each of the turning movements. Design vehicle checks will be provided by Pond or
the City of Milton for KAI's review.
c. Natural Vehicle paths - KAI will review the multilane entries to verify that the
design provides appropriate alignment of vehicles into their correct lanes upon
entry and exit.
d. Multimodal accommodation (pedestrian and bicycle features)
3. Meetings and Documentation
KAI will provide redline mark-ups to illustrate any comments related to the horizontal design.
Redlines will be submitted in PDF format via e-mail. KAI will also include a brief bullet -point
summary of key issues in memo format to document the results of the review. KAI will
participate in one phone conference call to discuss the results of the review and clarify any
questions that the project team may have with addressing the comments.
This scope does not include preparatory time (graphics and handouts) or attendance time for
any public hearings or meetings. All client requests for additional presentations and meetings
of this nature will be accommodated on a time -and -materials basis and will be considered out -
of -scope work.
Kittelson & Associates, Inc. Orlando, Florida
Exhibit "B"
Insurance Certificate
Client#: 763494
KITTEASC
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
DATE (MMID D/YYYY)
6/19/2013
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Kibble & Prentice, a USI Co PR
601 Union Street, Suite 1000
Seattle, WA 98101
CONTACT
NAME:
PHONE 206 441-6300 FAX
,Ext: A/c, No :610-362-8528
-MAIL
ADDRESS: PL.Certrequest@kpcom.com
INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: Hartford Casualty Insurance Com 29424
INSURED
Kittelson & Associates, Inc.
INSURER B: Travelers Casualty and Surety o 31194
INSURER C: XL Specialty Insurance Company 37885
610 SW Alder Street Suite 700
Portland, OR 97205
INSURER 13: Hartford Underwriters Insurance 30104
INSURERE:
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
A
GENERAL LIABILITY
52SBAUQ5445
1/01/2013
01/01/2014
EACH OCCURRENCE $1,000,000
COMMERCIAL GENERAL LIABILITY
PREMISESOEa occurr0ence $300,000
CLAIMS -MADE � OCCUR
MED EXP (Any one person) $10,000
PERSONAL &ADV INJURY $1,000,000
X Business Liability
GENERAL AGGREGATE $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $ 2,000,000
POLICY X PRO LOC
JECT
$
D
AUTOMOBILE
LIABILITY
52UECVZ2830
1/01/2013
01/01/201
EaINED acccdentSINGLELIMIT $1,000,000
BODILY INJURY (Per person) $
X
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
Per accident
X
HIRED AUTOS X NON -OWNED
AUTOS
UMBRELLA LIAB
HCLAIMS-MADE
OCCUR
EACH OCCURRENCE $
AGGREGATE $
EXCESS LIAB
DED RETENTION $
$
B
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY N
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
OFFICER/MEMBER EXCLUDED? [N]
N / A
UB4002T187
UB4002T612
1/01/2013
01/01/2014
X I WORYTLMITS EERH
E.L. EACH ACCIDENT $1,000,000
E.L. DISEASE - EA EMPLOYEE $1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $1,000,000
C
Professional
DPR9704439
12/30/2012
12/30/2013
$2,000,000 per claim
Liability
$4,000,000 annl aggr.
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
RE: KAI PN 13686 - Birmingham at Hopewell Roundabout Review.
This Certificate is issued in respects to above referenced.
CERTIFICATE HOLDER CANCELLATION
City of Milton
13000 Deerfield Parkway
Suite 107H
Milton, GA 30004
ACORD 25 (2010/05) 1 Of 1
#Sl0324919/M9138235
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
© 1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
GNGZP
STATE OF GEORGIA
CITY OF MILTON
EXHIBIT "4U
CONSULTANT AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91,
stating affirmatively that the individual, firm, or corporation which is contracting with the City of Milton
has registered with and is participating in a federal work authorization program, in accordance with the
applicability provisions and deadlines established in O.C.G.A. § 13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection
with the physical performance of services pursuant to this contract with the City of Milton, contractor will
secure from such subcontractor(s) similar verification of compliance with O.C.G.A. § 13-10-91 on the
Subcontractor Affidavit provided in Rule 300-10-01-.08 in the form provided by the City. Consultant
further agrees to maintain records of such compliance and provide a copy of each such verification to the
City of Milton at the time the subcontractor(s) is retained to perform such service.
1;S 0 '?o
EEV / *sic Pilot Program User Identification Number
BY- uthoriz Officer or Agent Date
KI ELSON & ASSOCIATES, INC.
�Sv�iGt�c �i4 �'rs1C'C� U� �''•nGYL 1 'Cr J"`o-nt�y-C!�
Title of Authorized OfWer or Ag nt of Contractor
JuSTf-'t 3e7nS'C':1
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
a'e DAY OF -��nrl , 2013
Notary Public
My Compussign Expires:
DpMpfl1SRAMiRQ
MYCOMMISSIOR#EE889rt98
' EXPIRES: Match 26,2917
?a•.
ublic Ui�envcitets
Bonded Thru Notary P
STATE OF GEORGIA
CITY OF MILTON
EXHIBIT "D"
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13-10-
91, stating affirmatively that the individual, firm or corporation which is engaged in the physical
performance of services under a contract with KITTELSON & ASSOCIATES, INC. on behalf of the City
of Milton has registered with and is participating in a federal work authorization program, in accordance
with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91.
EEV / Basic Pilot Program User Identification Number
BY: Authorized Officer or Agent Date
Insert Subcontractor Name
Title of Authorized Officer or Agent of Subcontractor
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
DAY OF 1201—
Notary
201_Notary Public
My Commission Expires:
STATE OF GEORGIA
CITY OF MILTON
EXHIBIT "E"
SAVE AFFIDAVIT
By executing this affidavit under oath, and as an applicant for a public benefit, as referenced in
O.C.G.A. § 50-36-1, from the City of Milton, the undersigned applicant verifies one of the following with
respect to my application for a public benefit:
1) X I am a United States citizen.
2) I am a legal permanent resident of the United States.
3) I am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act
with an alien number issued by the Department of Homeland Security or other federal
immigration agency.
My alien number issued by the Department of Homeland Security or other federal
immigration agency is:
The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided
at least one secure and verifiable document, as required by O.C.G.A.
§ 50-36-1(e)(1), with this affidavit.
The secure and verifiable document provided with this affidavit can best be classified as:
__ Dr- ve,-5 Z; c: e,s'e
In making the above representation under oath, I understand that any person who knowingly and willfully
makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a
violation of O.C.G.A. § 16-10-20, and face criminal penalties as allowed by such criminal statute.
Executed in Q rl oLn cro (city), r-'! c/41- (state).
Sig1rature of Applicant
Printed Name of Applicant
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
0 AY OF "S�n� , 20 t3
NOTARY PUBLIC
My Commission Expires:Z
DAMARIS RAMIREZ
5, :n MY COMMISSION # EE 869498
EXPIRES: March 26, 2017
Bonded Thru Notary Public Underwriters
HC7ME DF `THEBEST CLJALIT! DF LIFE IN GEORGIA'
M1 LTON*
ESTALtLiSHE D 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: July 8, 2013
FROM: City Manager
AGENDA ITEM: Proclamation Recognizing George Ragsdale.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: PPPROVED NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: () YES NO
CITY ATTORNEY REVIEW REQUIRED: (j YES ) NO
APPROVAL BY CITY ATTORNEY ()APPROVED (} NOTAPPROVED
PLACED ON AGENDA FOR: d -7
REMARKS #��
PHONE: 678.242.25001 FAX: 678.242.2499• Green r' *c�fl� * Tnp44L
infoOcityofmiltonga.us I www.cifyofmilfonga.us rMu�u Community, y, sf ,
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004 — cERnfieo BRONZE - }o;�
Recognizing George Ragsdale
WHEREAS, George Ragsdale has been a valued resident of Milton, Georgia and has lived in this area
for 17 years; and
WHEREAS, he is a graduate of Cornell University with a degree in law; and
WHEREAS, Ragsdale served this community as a member of Fulton County’s Rural Preservation
Steering Committee, Birmingham Village Steering Committee, Focus Fulton 2025
Comprehensive Plan Committee and Blue Ribbon Commission; and
WHEREAS, he led the charge for Milton’s incorporation, serving as Chairman of Fulton County
Commissioner Lynne Riley’s Milton Advisory Committee; and
WHEREAS, once Milton incorporated in December, 2006, Ragsdale served as Chairman of both the
Planning Commission and Comprehensive Plan Advisory Committee and served vital
roles on the Crabapple Form Based Code Steering Committee, Highway 9 Form Based
Code Steering Committee, Highway 9 LCI Study Committee and Milton Charter Review
Commission with dedication, integrity, leadership, commitment and distinction; and
WHEREAS, Ragsdale’s pending retirement plans have recently been accelerated causing him to move
from Milton; and
WHEREAS, his leadership, dedication and commitment will be missed in Milton; and
WHEREAS, Ragsdale has been a driving force in the formation of the City of Milton and a major
contributor to its growth and its recognition as having the Best Quality of Life in Georgia.
NOW, THEREFORE, we, the Mayor and City Council of the City of Milton, hereby recognize George
Ragsdale for his time and commitment to the City of Milton and thank him for his hard work.
Given under our hand and seal of the City of Milton, Georgia on this 15th day of July,
2013.
Mayor Joe Lockwood
__________________________
Councilmember Karen Thurman Councilmember Bill Lusk
__________________________ __________________________
Councilmember Matt Kunz Councilmember Burt Hewitt
__________________________ __________________________
Councilmember Joe Longoria Councilmember Lance Large
__________________________ __________________________
ap
HOME OF 'THEBEST QUALITY OF LIFE IN GEORGIA'LTON*
M1
TO: City Council
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
DATE: July 8, 2013
FROM: City Manager
AGENDA ITEM: Consideration of an Ordinance of the Mayor and Council of the City of
Milton, Georgia, to Establish the Ad Valorem Tax Rate of the City of
Milton for Fiscal Year 2013; and for Other Purposes.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMA TION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: WPPROVFD {] NOTAPPROVED
CITY ATTORNEY APPROVAL. REQUIRED: { J YES VNO
CITY A TTORNEY REVIEW REQUIRED. (} YES P NO
APPROVAL BY CITY ATTORNEY ()APPROVED { } NOT APPROVED
PLACED ON AGENDA FOR:
REMARKS
91 YAM
PHONE: 678.242.2500 FAX: 678.242.2444
1
rice
7J
green -v
Community
* CcnifEra
c F
lnfoCcityofmiltonga.us I www.cifyofmiltonga.us
Ethic
Ethics
13000 Deertleld Porkway, Suite 107 1 Milton GA 30004
""'"'E' bHo"x`
"s`
To: Honorable Mayor and City Council Members
From: Stacey Inglis, Assistant City Manager
Date: Submitted on June 18, 2013 for the July 15, 2013 Regular Council Meeting
Agenda Item: Consideration of an Ordinance of the Mayor and Council of the City of Milton, Georgia, to
Establish the Ad Valorem Tax Rate of the City of Milton for Fiscal Year 2013; and for
Other Purposes.
____________________________________________________________________________________
Department Recommendation:
Adopt the ordinance to establish the ad valorem tax rate of the City of Milton for fiscal year 2013.
Executive Summary:
The fiscal year 2013 millage rate must be approved via ordinance before tax collection can begin. The
City received the estimated consolidation digest from Fulton County on June 12, 2013. In order to meet
the advertising requirements and have the millage rate approved prior to September 1, when tax bills are
scheduled to be m ailed, the first reading of the ordinance will occur on July 15, 2013 with the
consideration for adoption to occur on August 5, 2013.
The estimated consolidated digest is showing a decrease in the reassessments of property values of
1.87%; however, new improvements added to the digest will offset this. The result is essentially a flat
digest over the previous year. We are required to advertise an increase in property taxes only when the
millage rate increases or when the reassessments cause an increase in the digest. Neither of these
circumstances occurs this year.
The City is required to advertise the current 2013 tax digest and five year history of levy two weeks prior
to the adoption of the millage rate. This advertisement will appear in the July 17, 2013 edition of the
Milton Herald.
Funding and Fiscal Impact:
The property tax revenues were estimated to be $7,980,000 in the fiscal year 2013 budget based on a
millage rate of 4.731. The total amount of property taxes to be levied, excluding motor vehicle tax, is
roughly $8,654,000. To meet the budget estimates, the collection rate will have to exceed 92%. Given
that the collection rate over the past two years has been around 96%, we shouldn’t have a problem
meeting the projected budget numbers.
Alternatives:
None.
Legal Review:
Not required.
Concurrent Review:
Chris Lagerbloom, City Manager
Page 2 of 2
Attachment(s):
Advertisement - Current 2013 Tax Digest and Five Year History of Levy
Page 1 of 2
STATE OF GEORGIA ORDINANCE NO.
COUNTY OF FULTON
AN ORDINANCE OF THE MAYOR AND COUNCIL OF THE CITY OF
MILTON, GEORGIA, TO ESTABLISH THE AD VALOREM TAX RATE OF
THE CITY OF MILTON FOR FISCAL YEAR 2013; AND FOR OTHER
PURPOSES
WHEREAS, the Charter of the City of Milton, Georgia authorizes the City to levy and
provide for the assessment of ad valorem property taxes on all property subject to
taxation; and
WHEREAS, the Charter of the City of Milton, Georgia provides that the valuation of all
property subject to taxation by the City shall be determined according to the tax digest
prepared by the Fulton County Board of Tax Assessors; and
WHEREAS, the City of Milton, Georgia calculated a rollback millage rate as defined
within State of Georgia law, demonstrating the proposed millage rate is less than the
rollback millage rate; and
WHEREAS, the Mayor and City Council, after hearing and after duly considering all
such relevant evidence, testimony and public comments, has determined that it is in the
best interests of, and necessary to meet the expenses and obligations of, the City of
Milton, Georgia to set a levy in the amount of $4.731 on each $1,000.00 of taxable value
for all property subject to ad valorem taxation by the City; now
BE IT ORDAINED by the Mayor and City Council of the City of Milton, Georgia as
follows:
SECTION I: The ad valorem tax rate for the City of Milton, Georgia for the 2013
fiscal year, on property subject to ad valorem taxation by the City is hereby fixed at
$4.731 on forty percent (40%) of each $1,000.00 of property subject to ad valorem tax by
the City.
SECTION II: Said rate of $4.731 on forty percent (40%) of each $1,000.00 of taxable
property is hereby levied for General Government purposes.
SECTION III: All ordinances and parts of ordinances in conflict herewith are hereby
repealed.
Page 2 of 2
ORDAINED this the ____day of ________, 2013.
____________________________________
Joe Lockwood, Mayor
Attest:
___________________________
Sudie AM Gordon, City Clerk
(SEAL)
CITY OF MILTON
NOTICE
The City of Milton does hereby announce that the millage rate will be set at the regularly-scheduled council meeting on
August 5, 2013 at 6:00 p.m. and pursuant to the requirements of O.C.G.A § 48-5-32 et seq., the City does hereby publish
the following presentation of the current year’s tax digest and levy, along with the history of the tax di gest and levy for the
past five years.
Current 2013 Tax Digest and 5 Year History of Levy
Incorporated
City of Milton 2008 2009 2010 2011 2012 2013
Real &
Personal $2,106,513,940 $2,138,900,336 $2,053,385,022 $1,976,153,262 $2,002,141,290 $1,991,826,430
Motor Vehicle $98,030,130 $115,598,780 $101,093,870 $104,790,450 $116,670,630 $125,271,430
Mobile Homes $0 $0 $0 $0 $0 $0
Timber – 100% $0 $0 $0 $0 $0 $0
Heavy Duty
Equipment $4,830 $6,748 $6,584 $6,584 $0 $0
Gross Digest $2,204,548,900 $2,254,505,864 $2,154,485,476 $2,080,950,296 $2,118,811,920 $2,117,097,860
Less M & O
Exemptions $153,483,500 $150,643,390 $158,169,430 $163,889,783 $161,283,460 $162,615,270
Net M & O
Digest $2,051,065,400 $2,103,862,474 $1,996,316,046 $1,917,060,513 $1,957,528,460 $1,954,482,590
Gross M & O
Millage Rate 4.731 4.731 4.731 4.731 4.731 4.731
Less Millage
Rate Rollbacks 0 0 0 0 0 0
Net M & O
Millage Rate 4.731 4.731 4.731 4.731 4.731 4.731
Net Taxes
Levied $9,703,590 $9,953,373 $9,444,571 $9,069,613 $9,261,067 $9,246,657
0
HOME OF'THE BEST QUALITY OF LIFE IN GEORGIA'
-,M1tT0-N%
ES JAB LI S I I E 1) 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: July 8, 2013
FROM: City Manager
AGENDA ITEM: Consideration of RZ13--14 — 13175 Hopewell Road, Duke Land Group,
LLC, to Rezone from AG -1 (Agricultural) to R-3 (Residential) to Develop
11 Single Family Lots on 9.04 Acres.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: VAPPROVED
CITY ATTORNEY APPROVAL REQUIRED: () Y
CITY ATTORNEY REVIEW REQUIRED:
APPROVAL BY CITY ATTORNEY () AP
PLACED ON AGENDA FOR:
REMARKS
45) —7 /
YES
() NOTAPPROVFD
(XNO
V NO
IED} N TAPPROVFD
►3
91 yQuin
PHONE: 678.242.2500 1 FAX: 678.242.2499GreQi�10 2M
infofcifyofmiltonga.us I www.cityofmci
lltonga.us Community Lit,- ,f
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004 - cfwr r ea 6RON2� �jZY
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 1 of 22
RZ13-14
RZ13-14
PROPERTY INFORMATION
ADDRESS 13175 Hopewell Road
DISTRICT, LAND LOT 2/2 1037
OVERLAY DISTRICT Northwest Fulton
EXISTING ZONING AG-1 (Agricultural)
PROPOSED ZONING R-3 (Residential)
ACRES 9.04
EXISTING USE One single family residence
PROPOSED USE 11 Single Family Residential Units
PETITIONER Duke Land Group, LLC
ADDRESS 4828 Ashford Dunwoody Road, Suite 400,
Atlanta, GA 30338
REPRESENTATIVE Scott Reece
Brumbelow - Reese & Associates, Inc.
13685 Highway 9, Milton GA 30004
PHONE 770-475-6817
COMMUNITY DEVELOPMENT RECOMMENDATION – MAY 22, 2013
RZ13-14 – DENIAL
INTENT
To rezone from AG-1 (Agricultural) to R-3 (Residential) to develop 11 single
family lots on 9.04 acres.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 2 of 22
RZ13-14
PLANNING COMMISSION RECOMMENDATION – MAY 22, 2013
RZ13-14 – DEFER 30 TO 60 DAYS TO ALLOW FURTHER DISCUSSIONS BETWEEN THE
STAFF AND THE APPLICANT REGARDING CONDITIONS OF ZONING
5-1 (Commissioner Burchett voted in the negative)
Since the last meeting, the applicant’s representative met with the Public Works
Director to discuss City right-of-way and cul-de-sac requirements for the
proposed extension of Newtown Drive. The applicant has submitted a revised
site plan dated June 17, 2013 which reflect the agreed upon changes.
In addition, the locations of the proposed stormwater facility(ies) have been
discussed with the Public Works Director and final location will be determined
after further engineering is completed and prior to the issuance of a Land
Disturbance Permit.
The applicant has indicated a common area along Hopewell Road to allow for
preservation of trees as recommended by the Design Review Board. The existing
lot and common area comprise a total of 0.84 acres along Hopewell Road. Staff
reflects the past policy for one acre lots along Hopewell Road in the
Recommended Conditions.
PLANNING COMMISSION RECOMMENDATION – JUNE 25, 2013
RZ13-14 – APPROVAL CONDITIONAL - 5-0
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 3 of 22
RZ13-14
LOCATION MAP
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 4 of 22
RZ13-14
CURRENT ZONING MAP
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 5 of 22
RZ13-14
CITY OF MILTON 2030 COMPREHENSIVE FUTURE LAND USE MAP
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 6 of 22
RZ13-14
REVISED SITE PLAN SUBMITTED JUNE 17, 2013
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 7 of 22
RZ13-14
SITE PLAN SUBMITTED ON APRIL 2, 2013
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 8 of 22
RZ13-14
Looking north along Hopewell Road at subject site
Inter-parcel access from Milton Place into subject site
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 9 of 22
RZ13-14
SUBJECT SITE AND BACKGROUND:
The subject site contains 9.04 acres. It is developed with a single family residence
zoned AG-1 (Agricultural) that will be demolished for the proposed
development. The site is located within the “Agricultural, Estate Residential, and
Equestrian” designation of the City of Milton 2030 Comprehensive Plan Map.
The applicant is requesting a rezoning to R-3 (Residential) to develop 11 single
family residences at an overall density of 1.22 units per acre.
SITE PLAN ANALYSIS
Based on the applicant’s revised site plan submitted to the Community
Development Department on June 17, 2013, Staff offers the following
considerations:
DEVELOPMENT STANDARDS – SEC. 64-508 R-3 (Single Family Dwelling District)
Development Standards Proposed Development
No building shall exceed 40 feet
in height
None indicated
Minimum front yard – 50 feet 50 feet
Minimum side yard as follows:
Adjacent to interior line: 10 feet
Adjacent to street: 20 feet
10 feet
20 feet
Minimum rear yard – 35 feet 35 feet
Minimum lot area – 18,000 sq.ft. 18,000 sq.ft.
Minimum lot width shall be 100
ft.
100 feet
Minimum lot frontage shall be
35 feet adjoining a street
35 feet
Minimum heated floor area shall
be as follows:
For two-story dwelling: 1,320
sq.ft. or
For more than two story
dwelling: 1,320 square feet with
900 square feet on ground floor.
Per the letter of intent – 2,500 sq.ft.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 10 of 22
RZ13-14
LANDSCAPE STRIPS AND BUFFERS
The proposed development shall comply with Article III, Tree Preservation and
Administrative Guidelines within the Zoning Ordinance, Sec. 64-237 (g) of the
Zoning Ordinance which states “Unless otherwise specified, lots developed with
single-family detached dwelling units are not required to provide landscape
areas or zoning buffers”.
Staff notes that a 20-foot landscape strip and fencing are required around all
detention ponds. The site plan does not indicate the required landscape strip
and fencing. The fencing shall be a 6-foot high, five-board equestrian style
fence with two inch by four inch welded wire constructed around it.
OTHER SITE PLAN CONSIDERATIONS
Pursuant to Sec 64-2392, the Zoning Ordinance requires sidewalks which shall be
constructed in accordance with the Department of Public Works standard plan
which requires sidewalks on at least one side of the street. Within the City Code,
Chapter 50, Subdivisions, it is required that sidewalks within residential
subdivisions be a minimum of 5 feet in width with a minimum 2 foot beauty strip
between the sidewalk and the curb. The site plan does not indicate the required
sidewalks, but a condition is included to provide a sidewalk on at least one side
of the street.
The applicant has submitted a letter requesting that public sanitary sewer be
served to the subject site. It is attached at the end of the Staff report for review.
The subject site is not included in the Intergovernmental agreement between
Fulton County and the City of Milton to provide sewer service within certain
properties of the City of Milton.
Staff notes, that without the service of public sewer to the site, the requested
minimum 18,000 square foot lots cannot be developed but minimum one acre
lots served by individual septic systems can be developed.
ENVIRONMENTAL SITE ANALYSIS
The Environmental Site Analysis (ESA) report is sufficient and sati sfies the
requirement of Sec. 64-2126. A field survey of the site was conducted by Staff to
verify areas addressed in the ESA report. The proposed site does not contain
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 11 of 22
RZ13-14
wetlands, historical sites or sensitive plant and animal species. The applicant has
stated the following in regards to the site:
“There is a stream flowing through the eastern portion of the property that has
been located and the City buffers have been incorporated into the proposed
site plan. Wetlands located on the site are located within the banks of the
stream and will be protected by the buffers. The property contains a slope
exceeding 25 percent west of the stream. If constructed, the subdivision would
have to gain approval of a 3 phase erosion control plan and best management
practices to mitigate any damage to the steep slope.”
ARBORIST COMMENTS
The site is heavily wooded predominately with pines in the area of proposed
disturbance. There are more hardwoods approaching the stream to the east.
There are two specimen trees located on site of which one shown to be
removed.
Specimen poplar tree 48”dbh (diameter at breast height) = 37.8 units will require
54- four inch trees.
This tree is a multi-trunked and in good condition. If the tree was a single trunk,
Staff would request re-configuration of the lot to preserve it, but given the
position on the site and is multi-trunked, removal and recompense is
acceptable.
CITY OF MILTON FIRE MARSHAL
A diameter of 86 feet is required for the cul -de-sac for fire apparatus. The revised
site plan dated June 17, 2013 meets this requirement. Further evaluation of the
plan will be made at the time of the Land Disturbance Permit application.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 12 of 22
RZ13-14
FULTON COUNTY BOARD OF EDUCATION
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 13 of 22
RZ13-14
FINANCIAL MODELING RESULTS
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 14 of 22
RZ13-14
PUBLIC INVOLVEMENT
On April 24, 2013 the applicant was present at the Community Zoning
Information Meeting (CZIM) held at the Milton City Hall. There was no one in
attendance for the subject site.
Public Comments – Staff has not received any phone calls or e-mails regarding
this petition.
PUBLIC PARTICIPATION REPORT
Staff received the report on May 10, 2013. The applicant’s Public Participation
Meeting was held on April 30, 2013 between 5:30 pm and 8:00 pm at the
Brumbelow-Reese offices located on Hwy 9. There were four residents in
attendance at the meeting. They were concerned about the size and price of
the proposed homes; public versus private road; and clearing along the south
property line. In response, the applicant stated that Fuqua & Associates will be
building the homes and showed examples of the construction. In addition, they
discussed the building setback lines and that Newtown Drive is a public street.
CITY OF MILTON DESIGN REVIEW BOARD COURTESY REVI EW – MAY 7, 2012
Preserve trees along Hopewell Road or replant trees if needed.
Standards of Review
(Section 64-2104) Planning Staff shall, with respect to each zoning application,
investigate and make a recommendation with respect to factors 1 through 7,
below, as well as any other factors it may find relevant.
1. Whether or not the proposal will permit a use that is suitable in view of the
use and development of adjacent and nearby Property?
The proposed 11 lot single family residential subdivision developed at a
density of 1.22 units per acre is consistent with the adjacent development
to the south; Milton Place zoned R-3 pursuant to RZ03-41 approved at a
density of 1.67 units per acre. To the southeast is Coventry within the City
of Alpharetta zoned R-5 (Residential) pursuant to RZ93-75 at a density of
2.92 units per acre. To the east is Hopewell Plantation within the City of
Alpharetta and Milton, zoned AG-1 (Agricultural). To the north and west,
there are scattered single family residences zoned AG-1 (Agricultural) that
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 15 of 22
RZ13-14
require minimum one acre lots. It is Staff’s opinion that although the
proposed use and density is suitable with adjacent properties to the south
and southeast, it is not suitable for properties to the north, northeast and
east. In addition, the lot abutting Hopewell Road is not one acre in size as
approved for other rezoning petitions along Hopewell Road (Please see
chart on page 14). The other lot adjacent to Hopewell Road is proposed
as a detention area.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 16 of 22
RZ13-14
Existing uses and zoning of nearby property
Location Parcel / Zoning
Petition
Zoning / Name Approved
Density/Min.
Heated Floor
Area
North 1
AG-1 (Agricultural)
Single Family Residences
1 u/a
Further
North
2
RZ96-98
R-2A (Single Family
Residential)
Hopewell Close S/D
1 u/a
2,800 s.f.
1 acre lots along
Hopewell Road
East
3
(Milton/Alpharetta)
AG-1 (Agricultural)
Hopewell Plantation
1 u/a
Southeast 4
RZ93-75
(Alpharetta)
R-5 (Single Family
Residential)
Conventry S/D
2.92 u/a
1,400 s.f
South 5
RZ03-122/
RZ03-41
R-3 (Single Family
Residential)
Milton Place
(Under Development)
1.64 u/a
2,750 s.f.
1.67 u/a
2,750 s.f.
1 acre lots along
Hopewell Rd.
Further
South
6
RZ95-21
R-3 (Single Family
Residential)
Hopewell Place S/D
2 u/a
1,800 s.f.
1 acre lots along
Hopewell Rd.
Southwest 7
RZ04-144/
RZ05-135
CUP (Community Unit Plan)
Vickery Crest S/D
(Under Development)
1 u/a
Min 18,000sq.ft.
lots / 2,500 s.f.
1.88 u/a
Min 15,000 sq.ft.
lots/ 2,500 s.f.
1 acre lots along
Hopewell Rd.
West 8
AG-1 (Agricultural)
Single Family Residences
1 u/a
Northwest 9
RZ94-127
R-2A (Residential)
Brookshade S/D
.98 u/a
2,500 sq.ft.
1 acre lots along
Hopewell Rd.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 17 of 22
RZ13-14
EXISTING USES LOCATION MAP
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 18 of 22
RZ13-14
2. Whether or not the proposal will adversely affect the existing use or
usability of adjacent or nearby property?
It is Staff’s opinion that the proposal may adversely affect existing use or
usability of the adjacent properties to the north as described above. The
proposed development does not provide a transition between the
existing densities and uses to the north, northeast, and west.
3. Whether the property to be affected by the proposal has a reasonable
economic use as currently zoned?
The subject site may have a reasonable use currently zoned AG-1
(Agricultural).
4. Whether the proposal will result in a use which will or could cause an
excessive or burdensome use of existing streets, transportation facilities,
utilities or schools?
Staff does not anticipate a significant impact on public services or utilities.
Comments from the Fulton County Board of Education are included in the
report as it relates to the estimated number of new students for the
proposed rezoning which will have an impact on the elementary and
middle schools.
There is an existing curb cut on Hopewell Road via Newtown Drive that
currently serves the Milton Place subdivision. The additional 11 lots will
require the applicant to construct a left turn lane on Hopewell Road into
the Newtown Drive. It is Staff’s opinion that the proposal will not cause a
burden on transportation facilities if approved with the Recommended
Conditions.
5. Whether the proposal is in conformity with the policies and intent of the
land use plan?
City of Milton 2030 Comprehensive Land Use Plan Map – Agricultural,
Equestrian, and Estate Residential
Proposed use/density:
Single Family Residential at 1.22 units per acre/INCONSISTENT
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 19 of 22
RZ13-14
The Plan Map recommends Agricultural, Equestrian, and Estate Residential
for the subject site and the properties to the north and west, but Medium
Density Residential to the southwest, south, and further north. The
proposed R-3 (Single Family Residential ) development is inconsistent with
the 2030 Comprehensive Land Use Plan Map and with previous policy to
require one acre lots adjacent to Hopewell Road.
6. Whether there are other existing or changed conditions affecting the use
and development of the property which gives supporting grounds for
either approval or disapproval of the proposal?
Although the proposed development is consistent with the adjacent
development, Milton Place, it is inconsistent with the Plan Map
recommendation of Agricultural, Equestrian and Estate Residential which
requires minimum one acre lots and previous policy for one acre lots
adjacent to Hopewell Road. Based on these facts, it is grounds to
recommend DENIAL of RZ13-14.
7. Whether the zoning proposal will permit a use which can be considered
environmentally adverse to the natural resources, environment and
citizens of the City of Milton?
The proposed use will not be environmentally adverse to the natural
resources, environment and citizens of the City due to the required
development regulations as it pertains to stormwater facilities and tree
recompense and landscape requirements.
CONCLUSION
The proposed 11 lot single family subdivision is inconsistent with the City of
Milton’s 2030 Comprehensive Land Use Plan Map for “Agricultural, Equestrian,
and Estate Residential”. Therefore, Staff recommends DENIAL of RZ13-14 to
rezone from AG-1(Agricultural) to R-3 (Single Family Residential). A set of
Recommended Conditions are included if the Mayor and City Council chooses
to approve this petition.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 20 of 22
RZ13-14
RECOMMENDED CONDITIONS
If this petition is approved by the Mayor and City Council, the rezoning of
property located at 13175 Hopewell Road with a frontage of approximately 411
feet it should be approved for R-3 (Single Family Residential) CONDITIONAL
subject to the owner’s agreement to the following enumerated conditions.
Where these conditions conflict with the stipulations and offerings contained in
the Letter of Intent, these conditions shall supersede unless specifically stipulated
by the Mayor and City Council.
1) To the owner’s agreement to restrict the use of the subject property as
follows:
a) Single family detached dwellings and accessory uses and
structures.
b) No more than 11 total dwelling units at a maximum density of 1.22
units per acre, whichever is less, based on the total acreage zoned.
Approved lot/unit totals are not guaranteed. The developer is
responsible through site engineering (at the time of application for a
Land Disturbance Permit) to demonstrate that all lots/units within
the approved development meet or exceed all the development
standards of the City of Milton. The total lot/unit yield of the subject
site shall be determined by this final engineering.
2) To the owner’s agreement to abide by the following:
a) To the revised site plan received by the Community Development
Department on June 17, 2013. Said site plan is conceptual only and
must meet or exceed the requirements of the Zoning Ordinance, all
other applicable city ordinances and these conditions prior to the
approval of a Land Disturbance Permit. Unless otherwise noted
herein, compliance with all conditions shall be in place prior to the
issuance of the first Certificate of Occupancy.
b) All areas which are not part of an individual lot and held in
common shall be maintained by a mandatory homeowners
association, whose proposed documents of incorporation shall be
submitted to the Director of Community Development for review
and approval prior to the recording of the first final plat.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 21 of 22
RZ13-14
3) To the owner’s agreement to the following site development considerations:
a) Minimum one acre lot developed for single family residences along
Hopewell Road.
b) Minimum heated floor area per unit – 2,500 square feet
4) To the owner’s agreement to abide by the following requirements,
dedication, and improvements:
a) Extend 5’ concrete sidewalk that currently exists along the frontage
of Milton Place subdivision along the entire frontage of the
proposed development and provide for necessary drainage
improvements.
b) Provide a southbound left turn lane on Hopewell Road at Newtown
Drive in accordance with Chapter 48 Streets, Sidewalks and Other
Public Places of the City of Milton Code of Ordinances.
c) Maintain 50’ right-of-way throughout the subdivision.
d) Provide 5 foot sidewalk with 2 foot beauty strip on at least one side
of internal streets.
e) Dedicate, at no cost to the city, at least 10.5 feet of right-of-way
from the back of curb of all abutting road improvements, along the
entire property frontage, as well as allow the necessary construction
easements while right-of-way is being improved.
i.) Proposed right-of-way shall be located no closer than one
foot behind the back of sidewalk.
5) To the owner’s agreement to abide by the following:
a) Prior to the application for a land Disturbance Permit, the
developer/engineer shall submit to the Department of Community
Development a Stormwater Concept Plan. The plan shall comply
with the requirements of the Stormwater Division of Chapter 20
Environment of the City of Milton Code of Ordinances.
Prepared by the Community Development Department for the
City of Milton Mayor and City Council Meeting on July 15, 2013
6/27/2013 Page 22 of 22
RZ13-14
b) The stormwater management facilities shall utilize earthen
embankments, where possible. Walled structures are not
encouraged. If walled structures are proposed, they must meet the
acceptable design standards of the City of Milton Department of
Community Development and the Department of Public Works.
i. Where side slopes for stormwater management facility
are steeper than 4:1 the facility shall have a six foot
high, five-board equestrian style fence with two inch by
four inch welded wire constructed around it, or
equivalent as may be approved by the City of Milton
Public Works Department.
c) Prior to issuance of a Land Disturbance Permit, an amended
“Intergovernmental Agreement for Extraterritorial provision of Sewer
Service by Fulton County to Certain Property Located within the City
of Milton” indicating sewer service to this parcel described as 13174
Hopewell Road (Parcel ID 22 495010370209) must be approved by
the Milton City Council and the Fulton County Board of
Commissioners.
BRUMBELOW-REESE & ASSOCIATES, INC.
Land Surveyors, Land Planners, Development Consultants
13685 Highway 9
Alpharetta, Georgia 30004
Phone 770-475-6817
Fax 770-569-4948
Email: brassinc@comcast.net
March 18, 2013
City of Milton, Mayor and City Council
13000 Deerfield Parkway, Suite 107C
Milton, GA 30004
Re: Sewer Connection at 13175 Hopewell Rd
Dear Mayor and Council:
We are representing the owner of the property located at 13175 Hopewell Road in a rezoning so
she may effectively market her property. In our meetings with staff, it was brought to our
attention that a new "Sewer Map" was in use and this property was not included in "sewered"
properties. There is an existing sewer line that crosses the entire length of the property and was
in place prior to the creation of the City of Milton. There is a manhole and projected sewer tie-in
on the south property line of our property which was intended to be extended to subject property.
This property appears to be situated on an island, as properties to the North, East, South, and
West have all been developed with sewer. This property would all be served via gravity to the
manhole located on the South property lune. This was historically the standard used by Fulton
County as to sewer connectivity and was adopted by the City of Milton along with all other
ordinances at the City's inception. The Fulton County Health Department guidelines require that
a proposed residential subdivision must be tied to sewer if located within 1000 feet of public
sewer if accessible via gravity flow. We are attaching copies of the FCHD guidelines and the
Fulton Co. sewer as -built maps. We are respectfully asking that the "sewer map" be amended to
include this property. Please contact us if we may clarify or answer any questions.
Sincerely,
jBRZLOW-FSE & ASSOCIATES, INC.
cott D. Reece
Field Supervisor
G:\Land Projects\2012-250\documents\Sewer Letter.doc
property4.php
_2
_2
�2
1
—4054-4d53---__------__1 -/III f--11AO4 ,835.1 _52375
r'r '2425.2465.2
Lakes/Rivers from US Census Dept, may not match parcels exactly
L-= 2012+ Parcel Sales
= 2011 Parcel Sales
I7--1 2010 Parcel Sales p 620 1240 1660 2460 ft
Parcel: 22 495010370209 Acres: 0
HERRING SUSAN D - $ 199,100
13175 HOPEWELL RD $ 214,200
0 on 2010-08-27 Reason=U Qua]=T 0
P O BOX 67 $ 413,300
CALUMET, M149913
http://qpubiic9.qpublic.net/property4.php
3340.-
70
75
130
0
!665-
00
411
The Fulton County Assessor's Office makes every effort to produce me most accurate unUimduun PUoW-c. — —r-- - -•- -•I--- - - - ---
herein, its use or interpretation. The assessment infatuation is from the last certified taxroll. All data is subject to change before the next certified taxmll. PLEASE NOTE
THAT THE PROPERTY APPRAISER MAPS ARE FOR ASSESSMENT PURPOSES ONLY NEITHER FULTON COUNTY NOR ITS EMPLOYEES ASSUMI
RESPONSIBILITY FOR ERRORS OR OMISSIONS ---THIS IS NOT A SURVEY ---
Date printed: 03118/13: 12:45:27
1 of 1 3/18/2013 12:44 PM
•
;.- � to •". .lin t�.�_ ! r__.�...
05
t
tioeQ. t `— •r
�,.--ems .--_-__ -' �. — •" DDoc 7
�`^ ^... ti...v-�. _ d `tiff 4•N J j� f9 C
M Z5
/ ,/'..r i ��_.......�r„•,,.^., (".^ ��-'��" _- l t arm `� � :' � U
i i f-..-- ~ ... : I ��'�./�- `�"� �� " Il • - � _�-.=-Wee N O
Ali -!tr / % -I � i ( i l ! tt\\ j� � �I i t `' � �� �, •O C
5 m
a
L_
I\((i \ \ •1v,I• �\j—?
as IV?dOH }ham^' OL� C
_ _ � i � -��—Vis,-.. ,..-.�-•.� ._r-- � : i ����� � � E N
_+ � \ 'tet .` �` '•� t� 1 <.• ` / t •' / 'R
FULTCN CCUNTY CODE OF LAWS
TITLE 30 HEALTH 'and WELFARE
BOARD OF HEALTH REGULATIONS
SECTIM 30 -2 -7 -
SEWAGE DISPOSAL
Ado -pt -ea by,, the :Lean: o=l=M sslo,r
Jtriz 2,. 1982:.::
rAiTen.de Septexrhe ` 7 988
Sec. 30-2-7-4 (3) CONNECTION TO SEWER cont.
(5) EASEMENT DEDICATION. The owner or agent for the owner
agrees in writing to provide all necessary easements at no
cost for future public sewer at time of approval as.
required by the appropriate governmental jurisdiction.
(6) PAYMENT OF FEES. The owner or agent for the owner pays
all necessary fees (including assessments and tap on) at
the time of approval as required by the appropriate
governmental jurisdiction.
(4) RESIDENTIAL DEVELOPMENT. A public or comnunity sewerage system
shall be considered available if it is within a specified distance
of the nearest property line at the time of application or wili be
available within a set time period (as determined by appropriate
governmental jurisdiction). The distance indicated in Tile_ L
shall be measured along the appropriate natural drainage course
(gravity flaa) and based on the number of lots indicated on the
preliminary plat. Also included in accordance with Table B are
conditions of approval for the various "TYPES" of residential
developments stipulating the construction, design and easements
determined to be necessary by the Health Department and as re-
quired by the appropriate governmental jurisdiction.
(A)' TYPE A" RESIDENTIAL DEVE'LOPNIENT
SEWER AVAILABILITY
A public or community sewerage system is avail at,, tireaf
amlig,alion in accordance with Table B as determined by the
appropriate governmental jurisdiction.
CONDITIONS OF APPROVAL:
.INDIVIDUAL LOT AREA < 2 ACRES
PAGE 31
The owner/developer shall be required to extend the sewer outfall
from the point of availability throughout the development, con -
s c -w
struct a collector system to serve the development and to connect a C-"
the collector system to the public or community sewerage system.
4th ���� • ' •r
The owner/developer shall be required to extend the sewer outfall le W rk
from the point of availability throughtout the development and Fq' P.
provide a collector system design including easements to the
appropriate governmental jurisdiction.
(B); TYPE "B" RESIDENTIAL DEVELOPMENT
SEWER AVAILABILITY
A public or ccyturnlnity sew�era_ae_s�stem will be available wjr— 3
years,.fzpm..the,time of application in accordance with Table B as
determined by the appropriate governmental jurisdiction.
EE
TABLE B
MANDATORY CONNECTION CRITERIA
RESIDENTIAL DEVELOPMENT
Number of Tats Distance to Public or Conmunity Sewerage System (feet)
6 < x < 25 1000 (6V 6 eAVI TY 1'6-O vV J
25 < x < 50 1500
x > 50 2000
TABLE C
SEPARATION DISTANCE REQUIREMENTS
REFERENCE ITEM (MINIMUM SEPARATION (FEET) MINIMUM SEPARATION (FEET)
SEPTIC TANK ABSORPTION FIELD
Bored Wells, Springs (Existing,
50*
100*
Proposed or Abandoned)
Drilled Wells (Existing,
25
50*
Proposed or Abandoned)
Suction Water Lines
50_00
Pressure Water Lines
10
10**
Lakes, Ponds, Streams, Waterways
25
50
Edge Of Drainage Ditch (Draw)
15
15
Edge Of ElTbankment
15
15
Retaining Wall (Uphill)
15
15
Retaining Wall (Downhill)
5
5
Building/Structure
10
10
Pool Wall
10
1-0
Edge Of Pavement
5
5
Property Line (Public Vater)
10
10
Property Line
10
10
(Individual Water Supplies)
50
50
Retention, Detention Ponds
15
15
(100 Year Pond Elevation)
Illegal Trash Pits ***
15
15
* Minimum separation distances from the septic tank and absorption field
and abandoned wells may be reduced to twenty-five (25) feet if the aban-
doned well is filled and compacted (in three (3) foot layers maximum) with
clay material approved by the Health Department. The top of the abandoned
well shall also be sealed and capped as approved by the Health Department.
** Pressure water lines may be allowed in the cover over the system but not
in the absorption field trench if approved by the Health Department.
*** No trash pits shall be allowed on lots (residential or commercial)
where an onsite sewage management system(s) is proposed unless approved by
the Health Department and the appropriate governmental jurisdiction.
Health Department approval of any trash pit shall be limited only to its
location relative to the proposed location of the onsite system(s). See
Detail B.
(37)
ORDINANCE NO._______
PETITION NO. RZ13-14
STATE OF GEORGIA
COUNTY OF FULTON
AN ORDINANCE TO REZONE FROM AG-1 (AGRICULTURAL) TO R-3 (SINGLE
FAMILY RESIDENTIAL) FOR AN 11 LOT SINGLE FAMILY SUBDIVISION PROPERTY
LOCATED AT 13175 HOPEWELL ROAD CONTAINING 9.045 ACRES
BE IT ORDAINED by the City Council for the City of Milton, Georgia while in regular session on
July 15, 2013 at 6:00 p.m. as follows:
SECTION 1. That the Zoning Ordinance of the City of Milton be amended, and the official
maps established in connection therewith be changed so that the following property located at 13175
Hopewell Road, consisting of a total of approximately 9.045 acres as described in the attached legal
description, be rezoned to the R-3 (Single Family Residential) District with conditions, attached
hereto and made a part herein;
ALL THAT TRACT or parcel of land lying and being Land Lot 1037 of the 2nd District 2nd Section,
City of Milton, Fulton County, Georgia; and
SECTION 2. That the R-3 (Single Family Residential) zoning listed in the attached
conditions of approval, be approved under the provisions Chapter 64, Article VI, Division 6 of the
Zoning Ordinance of the City of Milton; and
SECTION 3. That the property shall be developed in compliance with the conditions of
approval as attached to this ordinance. Any conditions hereby approved (including any site plan) do
not authorize the violation of any district regulations; and
SECTION 4. That the official maps referred to, on file in the Office of the City Clerk, be
changed to conform with the terms of this ordinance; and
SECTION 5. That all ordinances or part of ordinances in conflict with the terms of this
ordinance are hereby repealed; and
SECTION 6. This Ordinance shall become effective upon adoption by the Mayor and City
Council and the signature of approval of the Mayor.
ORDAINED this 15th day of July, 2013.
Approved:
______________________
Joe Lockwood, Mayor
Attest:
________________________________
Sudie Gordon, City Clerk
(Seal)
RECOMMENDED CONDITIONS
If this petition is approved by the Mayor and City Council, the rezoning of property
located at 13175 Hopewell Road with a frontage of approximately 411 feet it
should be approved for R-3 (Single Family Residential) CONDITIONAL subject to the
owner’s agreement to the following enumerated conditions. Where these
conditions conflict with the stipulations and offerings contained in the Letter of
Intent, these conditions shall supersede unless specifically stipulated by the Mayor
and City Council.
1) To the owner’s agreement to restrict the use of the subject property as
follows:
a) Single family detached dwellings and accessory uses and structures.
b) No more than 11 total dwelling units at a maximum density of 1.22 units
per acre, whichever is less, based on the total acreage zoned.
Approved lot/unit totals are not guaranteed. The developer is
responsible through site engineering (at the time of application for a
Land Disturbance Permit) to demonstrate that all lots/units within the
approved development meet or exceed all the development
standards of the City of Milton. The total lot/unit yield of the subject site
shall be determined by this final engineering.
2) To the owner’s agreement to abide by the following:
a) To the revised site plan received by the Community Development
Department on June 17, 2013. Said site plan is conceptual only and
must meet or exceed the requirements of the Zoning Ordinance, all
other applicable city ordinances and these conditions prior to the
approval of a Land Disturbance Permit. Unless otherwise noted herein,
compliance with all conditions shall be in place prior to the issuance of
the first Certificate of Occupancy.
b) All areas which are not part of an individual lot and held in common
shall be maintained by a mandatory homeowners association, whose
proposed documents of incorporation shall be submitted to the
Director of Community Development for review and approval prior to
the recording of the first final plat.
3) To the owner’s agreement to the following site development considerations:
a) Minimum one acre lot developed for single family residences along
Hopewell Road.
b) Minimum heated floor area per unit – 2,500 square feet
4) To the owner’s agreement to abide by the following requirements, dedication,
and improvements:
a) Extend 5’ concrete sidewalk that currently exists along the frontage of
Milton Place subdivision along the entire frontage of the proposed
development and provide for necessary drainage improvements.
b) Provide a southbound left turn lane on Hopewell Road at Newtown
Drive in accordance with Chapter 48 Streets, Sidewalks and Other
Public Places of the City of Milton Code of Ordinances.
c) Maintain 50’ right-of-way throughout the subdivision.
d) Provide 5 foot sidewalk with 2 foot beauty strip on at least one side of
internal streets.
e) Dedicate, at no cost to the city, at least 10.5 feet of right-of-way from
the back of curb of all abutting road improvements, along the entire
property frontage, as well as allow the necessary construction
easements while right-of-way is being improved.
i.) Proposed right-of-way shall be located no closer than one foot
behind the back of sidewalk.
5) To the owner’s agreement to abide by the following:
a) Prior to the application for a land Disturbance Permit, the
developer/engineer shall submit to the Department of Community
Development a Stormwater Concept Plan. The plan shall comply with
the requirements of the Stormwater Division of Chapter 20 Environment
of the City of Milton Code of Ordinances.
b) The stormwater management facilities shall utilize earthen
embankments, where possible. Walled structures are not encouraged.
If walled structures are proposed, they must meet the acceptable
design standards of the City of Milton Department of Community
Development and the Department of Public Works.
i. Where side slopes for stormwater management facility are
steeper than 4:1 the facility shall have a six foot high, five-
board equestrian style fence with two inch by four inch
welded wire constructed around it, or equivalent as may
be approved by the City of Milton Public Works
Department.
c) Prior to issuance of a Land Disturbance Permit, an amended
“Intergovernmental Agreement for Extraterritorial provision of Sewer
Service by Fulton County to Certain Property Located within the City of
Milton” indicating sewer service to this parcel described as 13174
Hopewell Road (Parcel ID 22 495010370209) must be approved by the
Milton City Council and the Fulton County Board of Commissioners.
REVISED SITE PLAN SUBMITTED ON JUNE 17, 2013
HOME OF `.N °.=QST QUALITY OF LIFE IN GEORGIA'
-- M -LTON%
ESi'AM-ISI IF ) 2006
CITY COUNCIL AGENDA ITEM
TO: City Council
FROM: City Manager
DATE: July 8, 2013
AGENDA ITEM: An Ordinance To Amend Chapter 54, Telecommunications Sections 54-3,
54-5(A), 54-6(f), 54-7(a)(1), and 54-7(a)(2) to Include the Definition of
"Modification(s)", to Revise Maximum Telecommunication Tower Heights,
and to Provide for an Expedited Variance Process.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: VAPPROVED { } NOT APPROVED
CITY A TTORNEY APPRO VAL REQUIRED: K) YES { J NO
CITY ATTORNEY REVIEW REQUIRED: K) YES () NO
APPROVAL BY CI TY A TTORNEY APPROVED () Nn T APPRO VED
PLACED ON AGENDA FOR: C) 7 15 t3
REMARKS
---- - ------ - -- - -------
® Your_::
PHONE: 678.242.25001 FAX: 678.242.2499 green
infoi9cityofm€€tonga.us I www.cityofmi€tonga.us Community
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004 CERT`F'E° BRONZE - H`
STATE OF GEORGIA
COUNTY OF FULTON ORDINANCE NO.
AN ORDINANCE TO AMEND CHAPTER 54, TELECOMMUNICATIONS SECTIONS
54-3, 54-5(A), 54-6(f), 54-7(a)(1), AND 54-7(a)(2) TO INCLUDE THE DEFINITION OF
“MODIFICATION(S)”, TO REVISE MAXIMUM TELECOMMUNICATION TOWER
HEIGHTS, AND TO PROVIDE FOR AN EXPEDITED VARIANCE PROCESS
BE IT ORDAINED by the City of Milton, GA while in a regularly called council meeting on
_______ at 6:00 p.m., as follows:
SECTION 1. That the amendment to Section 54-3, setting forth a definition for the term
“modification” or “modifications,” is hereby adopted and approved; and is attached hereto as if
full set forth herein; and
SECTION 2. That the amendment to Section 54-5(a), as reflected in the highlighted
language, is hereby adopted and approved; and is attached hereto as if fully set forth herein; and
SECTION 3. That the amendment to Section 54-6(f), by inserting the modification to
the table as reflected in the attached highlighted chart, is hereby adopted and approved; and is
made a part hereof as if full set forth herein; and
SECTION 4. That the amendment to Section 54-7(a)(1), as reflected in the highlighted
language, is hereby adopted and approved; and is attached as if fully set forth herein; and
SECTION 5. That the addition of Section 54-7(a)(2), as reflected in the highlighted
language, is hereby adopted and approved, and is attached as if fully set forth herein; and
SECTION 6. All ordinances, parts of ordinances, or regulations in conflict herewith are
repealed; and
SECTION 7. That this ordinance amendment shall become effective upon its adoption.
ORDAINED this _____ day of ___________________, 2013.
Approved:
____________________________________
Joe Lockwood, Mayor
Attest:
_____________________________________ (SEAL)
Sudie AM Gordon
Sec. 54-3. Definitions.
For the purposes of this chapter, and where not inconsistent with the context of a
particular section, the defined terms, phrases, words, abbreviations, and their derivations shall
have the meaning given in this section. When not inconsistent with the context, words in the
present tense include the future tense, words used in the plural number include words in the
singular number, and words in the singular number include the plural number. The word "shall"
is always mandatory, and not merely directory.
As used in this chapter, the following terms shall have the meanings ascribed below:
Abandonment means the intent to abandon or discontinue operations as evidenced by
voluntary conduct such as written notice to the city to stop using the facility or failure to use a
wireless telecommunications facility for a period of six months or more.
Accessory facility or structure means an accessory facility or structure serving or being
used in conjunction with the wireless telecommunications facilities, and located on the same
property or lot as the wireless telecommunications facilities, including but not limited to: utility
or transmission equipment storage equipment storage sheds or cabinets.
Accessory use means a tower and/or antenna is considered a principal use if located on
any lot or parcel of land as the sole or primary structure, and is considered an accessory use if
located on a lot or parcel shared with a different existing primary use or existing structure.
Antenna means a system of electrical conductors that transmit and/or receive
electromagnetic waves or radio frequency or other wireless signals. Such shall include, but not
be limited to radio, television, cellular, paging, personal telecommunications services (PSC),
microwave telecommunications and services not licensed by the FCC, but not expressly exempt
from the city's siting, building and permitting authority.
Antenna array means a single set or group of antennas and their associated mounting
hardware, transmission lines or other appurtenances which share a common attachment device
such as a mounting frame or mounting support.
Applicant means a person or entity submitting an application for a wireless
telecommunications facility, including the property owner, antenna support structure owner, and
any proposed tenants for the facility.
Attached wireless telecommunications facility means an antenna or antenna array that is
secured to an existing building or structure (except an antenna support structure) with any
accompanying pole or device which attaches it to the building or structure, together with
transmission cables, and an equipment cabinet, which may be located either on the roof or
inside/outside of the building or structure. An attached wireless telecommunications facility is
considered to be an accessory use to the existing principal use on a site.
Co-location means a situation in which two or more wireless personal service providers
place a wireless telecommunications antenna or antennas and feed lines on a common antenna
support structure or other structure on which there is an existing antenna array.
Concealed means a wireless telecommunications facility that is disguised, hidden, part of
an existing or proposed structure or placed within an existing or proposed structure, to include
antennas, ancillary structures, and utilities.
Coverage means the geographic area reached by an individual wireless
telecommunications facility installation.
Directional antenna means an antenna or array of antennas designed to concentrate a
radio signal in a particular area.
Effective radio power (ERP) means the product of the antenna power input and the
numerically equal antenna power gain.
FAA means the Federal Aviation Administration.
FCC means the Federal Communications Commission.
Geographic search area (GSA) means an area designated by a wireless provider or
operator for a new base station, produced in accordance with generally accepted principles of
wireless engineering.
Guy tower means a tower supported, in whole or in part, by guy wires and ground
anchors.
Height. See "Structure height."
Historic structures means structures in Milton which have been formally designated as a
historic structure as designated by the City Historic Preservation Commission or Georgia
Historic Preservation Division of the Department of Natural Resources or the United States
Department of the Interior; have sufficient historic merit as determined by the city council and
the historic preservation commission so as to require preservation.
Lattice tower means a guyed or self-supporting, open frame structure that has three or
four sides used to support telecommunications equipment.
Low power mobile radio service telecommunications facility means an unmanned facility
which consists of equipment for the reception, switching and transmission of low power mobile
radio service communications. Such facilities may be elevated, either building-mounted or
ground-mounted; transmitting and receiving antennas; low power mobile radio service base
equipment; or interconnection equipment. The facility types include: roof and/or building
mounted facilities, freestanding low power mobile radio service facilities, and micro-cell or
repeater facilities.
Low power telecommunications facility means an unmanned facility consisting of
equipment for the reception, switching and/or receiving of wireless telecommunications
operating at 1,000 watts or less effective radiated power (ERP) including, but limited to the
following:
(1) Point-to-point microwave signals.
(2) Signals through FM radio transmitters.
(3) Signals through FM radio boosters under ten watts ERP.
(4) Cellular, enhanced specialized mobile radio (ESMR), paging services and
personal communications networks (PCN).
(5) Private, low power mobile radio services which include industrial, land
transportation, emergency public safety and government, automatic vehicle
monitoring, personal mobile (CB's) and HAM operators.
Low power telecommunications facility accessory building means an unmanned building
used to house equipment related to a communications facility.
Low power commercial radio mobile network means a system of low power commercial
telecommunications facilities which allows wireless conversation to occur from site to site.
Existing tower map refers to the siting map prepared by staff and approved by city
council to identify existing sites where wireless telecommunications facilities are located as may
be amended from time to time. Such map may be derived from propriety information submitted
by wireless providers (see Map 1).
Micro-cell means a low power mobile radio service telecommunications facility used to
provide increased capacity in high call-demand areas or to improve coverage to weak areas.
Micro-cells communicate with the primary low power mobile radio service facility in a coverage
area via fiber optic cable or microwave. The typical coverage area for a micro-cell is a one-mile
radius or less.
Microwave antenna means a dish-like antenna used to link communications sites by
wireless transmission of voice or data.
Modification or Modifications shall have the same meaning as in O.C.G.A. 36-66B-3(7),
except that modifications may also include: (i) an increase in structure height of a pre-existing
tower up to 30% so long as such height increase does not trigger FAA lights requirements; or (ii)
the removal and replacement of a pre-existing tower with a tower at the same location that may
be up to 30% taller so long as any such structure height increase does not trigger FAA lighting
requirements. Any modification under (i) or (ii) may only occur upon a demonstration deemed
sufficient to the director that increasing structure height will allow collocation on the tower by a
separate wireless service provider and that such collocation will obviate the need for a new
wireless telecommunications facility in Milton. Any modification under (ii) shall, to the extent
reasonably practicable, match the general design aesthetic of the pre-existing tower with an
emphasis placed on stealth technology, though the director shall be authorized to allow
reasonable changes in tower design to accommodate technology advances or engineering loading
requirements. Any modification in compliance with (i) and (ii) shall authorize a corresponding
percentage increase in the size of the associated equipment compound.
Monopole means a cylindrical, self-supporting, i.e., not supported by guy wires,
communications tower constructed of a single spire, used to support telecommunications
equipment.
Omni-directional antenna means an antenna that is equally effective in all directions, the
size of which varies depending on the frequency and gain for which it is designed.
Ordinary maintenance means the normal repair and maintenance of a
telecommunications facility without adding, removing or changing any components of a
telecommunications facility. Maintenance includes inspections, testing and modifications that
maintain functional use, aesthetic and structural integrity. Ordinary maintenance includes
replacing antennas and accessory equipment on a like-for-like basis within an existing
telecommunications facility, strengthening the support structure's foundation or of the support
structure itself, and relocating the antennas of approved telecommunications facilities to different
height levels on an existing monopole or tower upon which they are currently located.
Planning and zoning. See "Community development."
Planning commission means the City of Milton Planning Commission.
Preexisting towers and preexisting antennae means any tower or antenna for which a
building permit or special use permit has been properly issued prior to the effective date of this
chapter, including permitted towers or antennas that have not yet been constructed so long as
such approval is current and not expired.
Radiofrequency engineer means a radiofrequency expert with specialized training and
experience in the development and analysis of telecommunication networks and facilities, or a
professional engineer licensed in the State of Georgia and experienced in the telecommunications
field; however, in the event that this chapter requires an engineering certification regarding
structural loading or other certification associated with the safety or integrity of structures, a
certification by a professional engineer licensed in the State of Georgia shall be required.
Repeater means a low power mobile radio service telecommunications facility used to
extend coverage of cell areas to areas not covered by the originating facility.
Residential district shall mean any zoning district in the City of Milton that allows single-
family residential uses as a permitted use. Currently this includes all zoning districts except C-1,
C-2, M-1A, M-1 and M-2.
Roof and/or building-mounted telecommunications facility means a wireless
telecommunications facility in which antennas are supported entirely by a building other than a
building accessory to a telecommunications facility and do not significantly change the profile of
the existing structure and are not readily noticeable to the untrained eye. Existing structures
include buildings, water tanks, towers, and utility poles. Such facilities may include micro-cell
and/or repeater facilities.
Scenic view means a wide angle or panoramic field of sight that may include natural
and/or manmade structures and activities. A scenic view may be from a stationary viewpoint or
be seen as one travels along a roadway, waterway, or path. A view may be to a far away object,
such as a mountain, or a nearby object.
Screening means the use of design, existing buildings and structures, existing buffers and
proposed vegetation and color to obscure a wireless telecommunications facility.
Sectorized panel antennas means an array of antennas, usually rectangular in shape, used
to transmit and receive telecommunications signals.
Separation means the vertical distance between one carrier's antenna array and the
antenna array of another carrier.
Siting means the method and form of placement of a wireless telecommunications facility
on a specific area of a property.
Stealth technology installation means manmade trees, clock towers, bell steeples, light
poles and similar alternative-design structures, that in the opinion of the city council, are
compatible with the natural setting and surrounding structures, and effectively camouflage or
conceal the presence of antennas or towers.
EXAMPLES OF STEALTH TECHNOLOGY
Structure height means the distance measured vertically from the average ground
elevation adjacent to the structure being measured to the highest point when positioned for
operation. The height of a tower includes the height of any antenna positioned for operation
attached to the highest point on the tower.
Technically feasible and viable means capable of being provided through technology
which has been demonstrated in actual applications (not simply through tests or experiments) to
operate in a workable manner.
Telecommunications facility means a telecommunications tower, monopole tower,
antenna or any and all buildings, structures, or other supporting equipment used in connection
with a telecommunications tower, monopole tower, or antenna.
Tower means any structure designed primarily for the purpose of supporting one or more
antennas used for transmitting or receiving analog, digital, microwave, cellular, telephone,
personal wireless service or similar forms of electronic communication, including self-
supporting lattice towers, guy towers or monopole towers constructed as a freestanding structure
or in association with a building or other permanent structure. Towers include radio and
television transmission towers, microwave towers, common-carrier towers, cellular and digital
telephone towers, alternative tower structures, and the like.
Whip antenna means an antenna that is cylindrical in shape. Whip antennas can be
directional or omni-directional; size varies with the frequency and gain for which they are
designed.
Wireless service provider means any private or public entity engaged in the transfer of
information over a distance without the use of electrical conductors.
Wireless telecommunications facility (WTF) means a staffed or unstaffed commercial
facility for the transmission and/or reception of radio frequency signals, or other wireless
communications, and usually consisting of an antenna or groups of antennas, transmission cables
and equipment enclosures, and may include an antenna support structure. The following
nonexclusive list shall be considered a wireless telecommunications facility: new and existing
antenna support structures, replacement antenna support structures, collocations on existing
antenna support structures, attached wireless telecommunications facilities and concealed
wireless telecommunications facilities. Also see "Telecommunications facility."
WTF. See "Wireless telecommunications facility."
(Ord. No. 10-08-70, § 1, 8-9-2010)
Sec. 54-5. General requirements.
(a) An application for a telecommunications facility permit shall be required for the construction
or placement of all new wireless telecommunications facilities and attached wireless
telecommunication facilities. The building permit process for collocations or modifications
as defined in O.C.G.A. § 36-66B-3 and subsection 54-3 and as set forth in O.C.G.A. § 36-
66B-4(a) shall be governed by subsection 54-7(a) and no further requirements of this section
shall be applicable unless a concurrent variance accompanying an application for
modification is requested. If a concurrent variance associated with a modification is
requested, subsection 54-7(a)(2) shall receive compliance. Permits for all other
telecommunications facilities shall be processed in accord with subsection 54-7(b).
Telecommunications facility permits shall be reviewed by the mayor and city council in
accordance with the standards set forth in this chapter. Approval of any application for the
construction of a new tower or placement of an antenna (exempting antenna placement on a
previously approved wireless support structure as defined at O.C.G.A. § 36-66B-3(9) or
modification of wireless facilities as defined at O.C.G.A. § 36-66B-3(8)) shall be based on
consideration of the following factors:
(1) Demonstrated need for proximity to residential structures and residential district
boundaries;
(2) Demonstrated need for the proposed height of the tower;
(3) Minimal impact on the use of adjacent properties;
(4) Surrounding topography, tree coverage and foliage that buffer the potential visual
impact of the telecommunications facility;
(5) Design of the facility, with particular reference to design characteristics which
have the effect of reducing or eliminating visual obtrusiveness, to include
consideration of stealth technology installations;
(6) Proposed ingress and egress;
(7) Availability of suitable existing towers, other structures, or alternative/emerging
technologies (microcells) not requiring the use of towers or structures.
(8) Demonstrated need for the telecommunications facility at the specified site.
(9) With reference to the City of Milton Existing Tower Map, as amended.
Sec. 54-6. Development requirements for towers.
(f) All new towers must meet the following maximum heights and be designed and built in a
manner that allows other entities to co-locate on the structure using the following guidelines:
MAXIMUM TELECOMMUNICATIONS TOWER HEIGHTS
Zoning District Two Users Three Users Four Users
O-I 120′ 150′ 150′
C-1/C-2/M-1/M-1A/M-
2/A/AL/AG-1
120′ 150′ 150′
Modification to Pre-
existing towers
Up to 30% increase* Up to 30% increase* Up to 30% increase*
*30% maximum increase in tower height shall be measured from height of pre-existing tower.
In no event may height increase trigger FAA lighting requirements.
Sec. 54-7. Approval process.
(a) The following uses are subject to expedited approval, which shall be defined as approval
within 60 days of receiving applications, supporting engineering certifications and lease
approval, if any, without the necessity of public hearing:
(1) Collocation on a previously approved wireless support structure as defined at
O.C.G.A. § 36-66B-3(8) or modification of wireless facilities as defined at
O.C.G.A. § 36-66B-3(9). However, with respect to applications for collocation
that do not independently satisfy the definition of modification, if any of the
following apply:
a. The proposed collocation increases the overall height or width of the
wireless support structure to which the wireless facilities are to be
attached;
b. The proposed collocation increases the dimensions of the equipment
compound approved by the local governing authority;
c. The proposed collocation does not comply with applicable conditions of
approval, if any, applied to the initial wireless facilities and wireless
support structure, as well as any subsequently adopted amendments to
such conditions of approval; and
d. The proposed collocation exceeds the applicable weight limits for the
wireless support structure, as demonstrated by a letter from a structural
engineer licensed to practice in this state;
then expedited permitting under subsection 54-7(a) shall not apply and the
applicant shall be required to utilize subsection 54-7(b).
(2) If a proposed modification will result in a buffer encroachment, tower setback
encroachment, or other condition on property requiring a variance from any of the
provisions of Chapter 54 (other than allowed modified height and associated
equipment compound increases), then the applicant shall be required to tender a
variance request as part of the modification application. The variance request will
be considered by the mayor and city council concurrently with the request for
modification, and notwithstanding any provision of Chapter 64 regarding the
processing or advertising of variances, a request for variance made hereunder
shall only be required to adhere to the procedural requirements of the State of
Georgia Zoning Procedures Law, O.C.G.A. 36-66-1, et. seq.
HOME OF' 1HE BEST QUALITY OF LIFE IN GEORG€A'
ILTON*'
ESTABLISHED 2006
TO: City Council
CITY COUNCIL AGENDA ITEM
DATE: July 8, 2013
FROM: City Manager
AGENDA ITEM: Consideration of an Ordinance to Amend Chapter 10, Buildings and
Building Regulations, to Provide for Enforcement of Certain Applicable
Codes Relative to the Safe Use of Real Property in Accordance with
Georgia Law; to Repeal any Conflicting Provisions; and for Other
Purposes.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMA TION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BYCITYMANAGFR: (APPROVED () NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: k YES () NO
CITY ATTORNEY REVIEW REQUIRED: k YES () NO
APPROVAL BY CITY ATTORNEY {APPROVED (} NOT APPROVED
PLACED ON AGENDA FOR:
� 7153
REMARKS
YOU
CM
�� ***
PHONE: 678.242.2500 FAX: 678.242.2499 Gireen zv * Cmified
911111M
Community pit,
Info(§cityofmiltonga.us I www.cityofmiHonga.us ,r. �. :.:,:; �lhi)
V
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004
1
STATE OF GEORGIA
COUNTY OF FULTON ORDINANCE NO.
AN ORDINANCE TO AMEND CHAPTER 10, BUILDINGS AND BUILDING
REGUALTIONS, TO PROVIDE FOR ENFORCEMENT OF CERTAIN APPLICABLE
CODES RELATIVE TO THE SAFE USE OF REAL PROPERTY IN ACCORDANCE
WITH GEORGIA LAW; TO REPEAL ANY CONFLICTING PROVISIONS; AND FOR
OTHER PURPOSES.
BE IT ORDAINED by the City of Milton, Georgia while in a regularly called council meeting
on _____________ at 6:00 p.m. as follows:
WHEREAS, O.C.G.A. § 36-35-3, provides that the governing authority of each
municipal corporation shall have legislative power to adopt clearly reasonable ordinances,
resolutions and regulations relating to its property, affairs, and local government for which no
provision has been made by general law and which are not inconsistent with the Constitution or
any charter provision applicable thereto; and
WHEREAS, O.C.G.A. § 36-61-11 authorizes any municipality, by ordinance, to require
the repair, closing, or demolition of dwellings or other structures intended for human habitation
which are, as defined in the ordinance, unfit for human habitation or which may imperil the
health, safety, or morals of the occupants thereof or of surrounding areas; and
WHEREAS, Chapter 2 of Title 41 provides that certain provisions should be included in
a City’s ordinance to enforce provisions related to abatement of nuisances; and
WHEREAS, the City wishes to exercise its authority in adopting this Ordinance
consistent with such requirements to assist in the Code Enforcement process.
NOW, THEREFORE, the Council of the City of Milton, Georgia hereby ordains that:
Section 1. Sections 106.2, 106.3, 107.1, 107.2, 107.3, 107.5, 109.1 through 109.6,
and 110.1 through 110.4 of Ordinance Number 06-12-76, adopted December 21, 2006
and codified in Chapter 10 of the Code of Ordinances as Sections 10-241, 10-242, 10-
244, and 10-245, are hereby stricken in their entirety and reserved, and in lieu thereof, the
language attached hereto as Exhibit A and incorporated herein by reference as if fully set
forth herein is hereby adopted and approved, and shall be codified as Article 4 in Chapter
10 (Buildings and Maintenance) of the Code of Ordinances.
2
Section 2. Sections 104.1 of Ordinance Number 06-12-76, adopted December 21,
2006 and codified as Sections 10-232, is hereby stricken in its entirety and replaced with
the following:
“The provisions of this article shall be enforced as provided in Article 4 of
this chapter.”
Section 3. Sections 108.1 through 108.5 of Ordinance Number 06-12-76, adopted
December 21, 2006 and codified as Section 10-243, are here by stricken in their entirety
and replaced with the language provided in Exhibit B attached hereto and incorporated
herein by reference as if fully set forth herein, which language is hereby adopted and
approved.
Section 4. Section 10-267(d)(2) of Ordinance Number 12-11-154, adopted November
19, 2012 and codified as Section 10-267(d)(2), is hereby stricken and replaced with the
following language:
“Upon the failure of the owner or agent having charge of a property to cut
and destroy weeds after service of a notice of violation, he or she shall be
subject to prosecution in accordance with Article 4 of this chapter and as
prescribed by the authority having jurisdiction.”
Section 5. Article 4, Section 1 of Ordinance Number 07-02-09, adopted February 15,
2007 and codified as Section 10-165(b) through (f), is hereby stricken in its entirety and
replaced with the following language:
“(b) Enforcement of this provision shall occur as provided in Article 4 of this
chapter.”
Section 6. All other ordinances shall continue in full force and effect and shall
remain unaffected, except where such ordinance, or part thereof, conflicts herewith, in
which case such ordinance, or part thereof, is hereby repealed.
Section 7. It is the express intent of the Council of the City of Milton, Georgia that
this Ordinance be consistent with both federal and State law concerning the City’s
abatement of nuisances. If any provision of this Ordinance or the application thereof to
any person or circumstance is held invalid, the invalidity shall not affect other provisions
or applications of the Ordinance which can be given effect without the invalid provision
or application, and to this end the provision of this Ordinance are declared severable.
Section 8. That this Ordinance shall become effective upon its adoption.
3
BE IT ORDAINED this ____ day of __________________, 2013, by the Council of the
City of Milton, Georgia.
Approved:
________________________________
Joe Lockwood, Mayor
Attest:
______________________________
Sudie AM Gordon, City Clerk (SEAL)
4
Exhibit A
Section 1. Incorporation of State Law
The City of Milton hereby incorporates the Abatement of Nuisances in Cities and
Counties, O.C.G.A. § 41-2-5 through 41-2-17, into this adoption of law.
Section 2. Purpose and Findings
The purpose of this Ordinance is to establish uniform regulations and procedures for the
determination and remedy of a nuisance as defined in Section 6 of this Ordinance.
It is found and declared that in the City of Milton, Georgia there is the existence or
occupancy of dwellings or other buildings, structures, or properties which are unfit for human
habitation or for residential, commercial, industrial, or business occupancy or use and not in
compliance with the applicable state minimum standard codes as adopted by ordinance or
operation of law or any optional building, fire, life safety, or other codes relative to the safe use
of real property and real property improvements adopted by ordinance in the City of Milton; or
general nuisance law and which constitute a hazard to the health, safety, and welfare of the
people of the City of Milton; and that a public necessity exists for the repair, maintenance,
closing, or demolition of such dwellings, buildings, structures, or properties.
It is found and declared that in the City of Milton, Georgia, where there is in existence a
condition or use of real estate which renders adjacent real estate unsafe or inimical to safe human
habitation, such use is dangerous and injurious to the health, safety, and welfare of the people of
the City of Milton and a public necessity exists for the repair of such condition or the cessation
of such use which renders the adjacent real estate unsafe or inimical to safe human habitation.
Whenever there exists in the City of Milton dwellings, buildings, structures, or properties
which are unfit for human habitation or for commercial, industrial, or business uses due to
dilapidation and not in compliance with applicable codes; which have defects increasing the
hazards of fire, accidents, or other calamities; which lack adequate ventilation, light, or sanitary
facilities; or where other conditions exist rendering such dwellings, buildings, structures, or
properties unsafe or unsanitary, or dangerous or detrimental to the health, safety, or welfare, or
otherwise inimical to the welfare of the residents of the City of Milton, or vacant, dilapidated
dwellings, buildings, structures, or properties in which drug crimes are being committed, the City
of Milton may exercise its police power to repair, maintain, close, or demolish the aforesaid
dwellings, buildings, structures, or properties in the manner provided in this Ordinance, and as
authorized by O.C.G.A. §§ 41-2-8 to 41-2-17.
This Ordinance may be applied to private property where there exists an endangerment to
the public health or safety as a result of unsanitary or unsafe conditions to those persons residing
or working in the vicinity. A finding by any governmental health department, health officer,
building inspector, or code enforcement officer that such property is a health or safety hazard
shall constitute prima-facie evidence that said property is in violation of this section.
5
Section 3. Definitions
Except as otherwise provided herein, all words shall have the customary dictionary
meaning. The present tense includes the future tense; the singular shall include the plural, and
the plural the singular; and the use of masculine or feminine gender is for convenience only, and
the use of each shall include the other.
As used in this Ordinance, the term:
(a) “Applicable codes” means (i) any optional housing or abatement standard provided in
Chapter 2 of Title 8, Official Code of Georgia, as adopted by ordinance or operation of
law, or other property maintenance standards as adopted by ordinance or operation of
law, or general nuisance law, relative to the safe use of real property; (ii) any fire or life
safety code as provided for in Chapter 2 of Title 25, Official Code of Georgia; and (iii)
any building codes adopted by local ordinance prior to October 1, 1991, or the minimum
standard codes provided in Chapter 2 of Title 8, Official Code of Georgia, after October
1, provided that such building or minimum standard codes for real property
improvements shall be deemed to mean those building or minimum standard codes in
existence at the time such real property improvements were constructed unless otherwise
provided by law.
(b) “Closing” means causing a dwelling, building, structure, or property to be vacated and
secured against unauthorized entry.
(c) “Drug crime” means an act which is a violation of Article 2 of Chapter 13 of Title 16,
Official Code of Georgia, known as the “Georgia Controlled Substances Act.”
(d) “Dwellings, buildings, structures, or properties” means any building or structure or
part thereof used and occupied for human habitation or commercial, industrial, or
business uses, or intended to be so used, and includes any outhouses, improvements, and
appurtenances belonging thereto or usually enjoyed therewith and also includes any
building or structure of any design and any associated property. However, as used in this
Ordinance, the term “dwellings, buildings, structures, or properties” shall not mean or
include any farm, any building, structure, or property located on a farm, or any
agricultural facility or other building or structure used for the production, growing,
raising, harvesting, storage, or processing of crops, livestock, poultry, or other farm
products.
(e) “Governing authority” means the Council of the City of Milton, Georgia charged with
governing the municipality.
(f) “Interested parties” means:
(i) Owner;
(ii) Those parties having an interest in the property as revealed by a certification of
6
title to the property conducted in accordance with the title standards of the State
Bar of Georgia;
(iii) Those parties having filed a notice in accordance with Code Section 48-3-9;
(iv) Any other party having an interest in the property whose identity and address are
reasonably ascertainable from the records of the petitioner or records maintained
in the county courthouse or by the clerk of the court. Interested parties shall not
include the holder of the benefit or burden of any easement or right of way whose
interest is properly recorded which interest shall remain unaffected; and
(v) Persons in possession of said property and premises.
(g) “Municipality” means the City of Milton.
(h) “Owner” means the holder of the title in fee simple and every mortgagee of record.
(i) “Public authority” means any member of a governing authority, any housing authority
officer, or any officer who is in charge of any department or branch of the government of
the City of Milton or the state relating to health, fire, or building regulations or to other
activities concerning dwellings, buildings, structures, or properties in the municipality.
(j) “Public Officer” means the officer or officers who are authorized to exercise the powers
prescribed by this Ordinance or any agent or designee of such officer or officers.
(k) “Repair” means altering or improving a dwelling, building, structure, or property so as
to bring the structure or property into compliance with the applicable codes in the
jurisdiction where the property is located and the cleaning or removal of tall grass, weeds,
debris, trash, and other materials present and accumulated which create a health or safety
hazard in or about any dwelling, building, structure, or property.
(l) “Resident” means any person residing in the City of Milton on or after the date on which
the alleged nuisance arose.
Section 4. Public Nuisance; Duty of Owner of Dwelling, Building, Structure or Property
Every owner of every dwelling, building, structure, or property within the City of Milton,
Georgia, has the duty to construct and maintain such dwelling, building, structure, or property in
conformance with the applicable City of Milton Ordinances or other applicable codes which
regulate and prohibit activities on property and which declare it to be a public nuisance to
construct or maintain any dwelling, building, structure, or property in violation of such codes or
ordinances.
7
Section 5. Designation and Authority of Public Officers
(a) Designation of Public Officers. The building official, also referred to herein as
Public Officer, and their designees are all designated and appointed to exercise the
powers presented by this Ordinance.
(b) Powers of Enforcement Authorized. The Public Officer is hereby authorized to
exercise such powers as may be necessary or convenient to carry out and effectuate the
purpose and provisions of this Ordinance and O.C.G.A. §§ 41-2-8 through 41-2-17,
including the following additional powers:
(i) To investigate the dwelling conditions in the City of Milton in order to determine
which dwellings, buildings, structures, or properties therein are unfit for human
habitation or are unfit for current commercial, industrial, or business use or are
vacant, dilapidated, and being used in connection with the commission of drug
crimes;
(ii) To administer oaths and affirmations, to examine witnesses, and to receive
evidence;
(iii) To enter upon premises for the purpose of making examinations; provided,
however, that such entries shall be made in such manner as to cause the least
possible inconvenience to the persons in possession and shall follow applicable
due process of law;
(iv) To appoint and fix the duties of such officers, agents, and employees as he deems
necessary to carry out the purposes of this Ordinance;
(v) To delegate any of his functions and powers under this Ordinance to such officers
and agents as he may designate; and
(vi) To consult with any engineers or other qualified professionals in carrying out the
functions and powers of this Ordinance.
(c) Standards for Determining Violation. The Public Officer may determine, under
existing ordinances, that a dwelling, building, structure, or property is unfit for human habitation
or is unfit for its current residential, commercial, industrial, or business use if he finds that
conditions exist in such building, dwelling, structure, or property which are dangerous or
injurious to the health, safety, or morals of the occupants of such dwelling, building, structure, or
property; of the occupants of neighborhood dwellings, buildings, structures, or properties; or of
other residents of the City of Milton. Such conditions may include the following (without
limiting the generality of the foregoing):
(i) Defects therein increasing the hazards of fire, accidents, or other calamities;
(ii) Lack of adequate ventilation, light, or sanitary facilities;
(iii) Dilapidation;
(iv) Disrepair;
8
(v) Structural defects; and
(vi) Uncleanliness constituting an unsanitary condition.
The Public Officer may determine that a dwelling, building, or structure is vacant, dilapidated,
and being used in connection with the commission of drug crimes upon, among other things,
personal observation or report of a law enforcement agency and evidence of drug crimes being
committed.
Section 6. Enforcement Procedures
(a) Filing of Request; Investigation. Whenever a request is filed with the Public Officer by
a public authority or by at least five residents of the City of Milton charging that any
dwelling, building, structure, or property is unfit for human habitation or for commercial,
industrial, or business use and not in compliance with applicable codes; is vacant and
being used in connection with the commission of drug crimes; or constitutes an
endangerment to the public health or safety as a result of unsanitary or unsafe conditions,
the Public Officer shall make an investigation or inspection of the specific dwelling,
building, structure or property.
(b) Issuance of Notice or Filing of Complaint. If the Public Officer’s investigation or
inspection identifies that any dwelling, building, structure, or property is unfit for human
habitation or for commercial, industrial, or business use and not in compliance with
applicable codes; is vacant and being used in connection with the commission of drug
crimes; or constitutes an endangerment to the public health or safety as a result of
unsanitary or unsafe conditions, the Public Officer shall notify the Council of such
finding and shall either issue a 30-day notice to comply or file a complaint in rem as
indicated below.
(c) Issuance of Thirty-Day Notice. The Public Officer may issue and cause to be served via
certified and regular mail upon the owner and any interested parties notice that the
dwelling, building, structure, or property is unfit for human habitation or for commercial,
industrial, or business use and not in compliance with applicable codes; is vacant and
being used in connection with the commission of drug crimes; or constitutes an
endangerment to the public health or safety as a result of unsanitary or unsafe conditions.
The notice shall instruct the owner to repair, alter, improve, vacate and close or demolish
said dwelling, building, structure, or property within 30 days of the date the notice is
mailed via regular delivery.
(d) Filing a Complaint. If the dwelling, building, structure or property is not repaired,
altered, improved, vacated and closed or demolished within 30 days, or, if the Public
Official determines that it is in the best interest of the City to proceed without first issuing
a 30-day notice, the Public Official may issue a complaint in rem against the lot, tract, or
parcel of real property on which such dwelling, building or structure is situ ated or where
such public health hazard or general nuisance exists and shall cause summons and a copy
9
of the complaint to be served on the interested parties for such dwelling, building,
structure, or property.
(e) Contents of Complaint. The complaint shall
(i) Identify the subject real property by appropriate street address and official tax
map reference;
(ii) Identify the owner and other interested parties;
(iii) State with particularity the factual basis for the action; and
(iv) Contain a statement of the action sought by the Public Officer to abate the alleged
nuisance. Unless specifically authorized by the Council, demolition shall not be
sought for any dwelling, building, structure or property that is occupied or has
exceptional historical, architectural or social uniqueness or significance.
(f) Service of Complaint. Complaints issued by a Public Officer shall be served in the
following manner:
(i) At least 14 days prior to the date of the hearing, the Public Officer shall mail
copies of the complaint by certified mail or statutory overnight delivery, return
receipt requested, to all interested parties whose identities and addresses are
reasonably ascertainable. Copies of the complaint shall also be mailed by first-
class mail to the property address to the attention of the occupants of the property,
if any, and shall be posted on the property within three business days of filing the
complaint and at least 14 days prior to the date of the hearing.
(ii) For interested parties whose mailing address is unknown, a notice stating the date,
time, and place of the hearing shall be published in the newspaper in which the
sheriff’s advertisements appear in such county once a week for two consecutive
weeks prior to the hearing.
(iii) At the time of filing the complaint in the City of Milton Municipal Court, a notice
of lis pendens shall be filed in the office of the Fulton County Clerk of Superior
Court. Such notice shall have the same force and effect as other lis pendens
notices provided by law.
(iv) Orders and other filings made subsequent to service of the initial complaint shall
be served in this manner on any interested party who answers the complaint or
appears at the hearing. Any interested party who fails to answer or appear at the
hearing shall be deemed to have waived all further notice in the proceedings.
(g) Issuance of Summons; Hearing. The summons shall notify the owner and other
interested parties that a hearing will be held before the City of Milton Municipal Court, at
the date and time certain and at a place within the City of Milton. Such hearing shall be
10
held not less than 15 days nor more than 45 days after the filing of said complaint in the
proper court. The owner and other interested parties shall have the right to file an answer
to the complaint and to appear in person or by attorney and offer testimony at the time
and place fixed for hearing.
(h) Issuance of Order by Court. If, after such notice and hearing, the court determines that
the dwelling, building, structure, or property in question is unfit for human habitation or
is unfit for its current commercial, industrial, or business use and not in compliance with
applicable codes; is vacant and being used in connection with the commission of drug
crimes; or constitutes an endangerment to the public health or safety as a result of
unsanitary or unsafe conditions, the court shall state in writing findings of fact in support
of such determination and shall issue and cause to be served upon the interested parties
that have answered the complaint or appeared at the hearing an order requiring the
property to be repaired so as to comply with all applicable codes and requiring any
building, dwelling, or structure to be repaired or demolished in accordance with the
following:
(i) If the repair, alteration, or improvement of the said dwelling, building, structure,
or property can be made at a reasonable cost in relation to the present value of the
dwelling, building, or structure, requiring the owner, within the time specified in
the order, to repair, alter, or improve such dwelling, building, structure, or
property so as to bring it into full compliance with the applicable codes relevant to
the cited violation and, if applicable, to secure the structure so that it cannot be
used in connection with the commission of drug crimes; or
(ii) If the repair, alteration, or improvement of the said dwelling, building, structure,
or property in order to bring it into full compliance with applicable codes relevant
to the cited violations cannot be made at a reasonable cost in relation to the
present value of the dwelling, building, or structure, requiring the owner, within
the time specified in the order, to vacate and close or demolish and remove such
dwelling, building, or structure and all debris from the property.
For the purposes of this section, the court shall make its determination of “reasonable
cost in relation to the present value of the dwelling, building, structure, or property”
without consideration of the value of the land on which a structure is situated; provided,
however, that costs of the preparation necessary to repair, alter, or improve a structure or
property to bring it into compliance may be considered. Income and financial status of
the owner shall not be a factor in the court’s determination. The present value of the
structure and the costs of repair, alteration, or improvement may be established by
affidavits of real estate appraisers with the Georgia appraiser classification as provided in
Chapter 39A of Title 43, qualified building contractors, or qualified building inspectors
without actual testimony presented. Costs of repair, alteration, or improvement of the
structure or property shall be the cost necessary to bring the structure or property into
compliance with the applicable codes relevant to the cited violations in force in the City
of Milton.
11
(i) Noncompliance with the Order. If the owner fails to comply with an order to repair,
vacate and close, or demolish the dwelling, building, structure, or property, the Public
Officer or his designee may cause such dwelling, building, structure, or property to be
repaired, altered, or improved or to be vacated and closed or demolished. Such
abatement action shall commence within 270 days after the expiration of time specified
in the order for abatement by the owner. Any time during which such action is prohibited
by a court order issued pursuant to O.C.G.A. § 41-2-13 or any other equitable relief
granted by a court of competent jurisdiction shall not be counted toward the 270 days in
which such abatement action must commence. The Public Officer, or his designee, shall
cause to be posted on the main entrance of the building, dwelling, or structure a placard
with the following words:
“This building is unfit for human habitation or commercial, industrial, or business use
and does not comply with the applicable codes or has been ordered secured to prevent its
use in connection with drug crimes or constitutes an endangerm ent to public health or
safety as a result of unsanitary or unsafe conditions. The use or occupation of this
building is prohibited and unlawful.”
(j) Demolition Procedure. If the Public Officer has the structure demolished, reasonable
effort shall be made to salvage reusable materials for credit against the cost of
demolition. The proceeds of any moneys received from the sale of salvaged materials
shall be used or applied against the cost of the demolition and removal of the structure,
and proper records shall be kept showing application of sales proceeds. Any such sale of
salvaged materials may be made without the necessity of public advertisement and bid.
The Public Officer and City of Milton are relieved of any and all liability resulting from
or occasioned by the sale of any such salvaged materials, including, without limitation,
defects in such salvaged materials.
(k) Recovery of Costs of Abatement. The amount of the cost of repair, closure or
demolition, including all court costs, appraisal fees, administrative costs incurred by the
tax collector or city revenue officer, and all other costs necessarily associated with the
abatement action, including restoration to grade of the real property after demolition,
shall be a lien against the real property upon which such cost was incurred.
Said lien shall attach to the real property upon the filing of a certified copy of the order
requiring repair, closure, or demolition in the office of the Fulton County Clerk of
Superior Court and shall relate back to the date of the filing of the lis pendens notice
required under O.C.G.A. § 41-2-12(c). The Fulton County Clerk of Superior Court shall
record and index such certified copy of the order in the deed records of the county and
enter the lien in the general execution docket. The lien shall be superior to all other liens
on the property, except liens for taxes to which the lien shall be inferior, and shall
continue in force until paid.
After filing a certified copy of the order with the Fulton County Clerk of Superior Court
and final determination of costs, fees, and expenses incurred in accordance with this
section, the Public Officer shall transmit to the tax collector or revenue officer a
12
statement of the total amount due and secured by said lien, together with copies of all
notices provided to interested parties. The statement of the Public Officer shall be
transmitted within 90 days of completion of the repairs, demolition, or closure.
It shall be the duty of the tax collector or revenue officer, who is responsible or whose
duties include the collection of municipal taxes, to collect the amount of the lien in
conjunction with the collection of ad valorem taxes on the property and to collect the
amount of the lien as if it were a real property ad valorem tax, using all methods available
for collecting real property ad valorem taxes, including specifically Chapter 4 of Title 48,
Official Code of Georgia; provided, however, that the limitation of O.C.G.A. § 48-4-78
which requires 12 months of delinquency before commencing a tax foreclosure shall not
apply. A county tax commissioner shall collect and enforce municipal liens imposed
pursuant to this Ordinance in accordance with O.C.G.A. § 48-5-359.1. The tax collector
or revenue officer shall remit the amount collected to the City Council for the City of
Milton.
Enforcement of liens pursuant to this section may be initiated at any time following
receipt by the tax collector or revenue officer of the final determination of costs in
accordance with this section. The unpaid lien amount shall bear interest and penalties
from and after the date of final determination of costs in the same amount as applicable to
interest and penalties on unpaid real property ad valorem taxes. An enforcement
proceeding pursuant to O.C.G.A. § 48-4-78 for delinquent ad valorem taxes may include
all amounts due under this section.
The redemption amount in any enforcement proceeding pursuant to this section shall be
the full amount of the costs as finally determined in accordance with this section together
with interest, penalties, and costs incurred by the governing authority, tax collector, or
revenue officer in the enforcement of such lien. Redemption of property from the lien
may be made in accordance with the provisions of O.C.G.A. §§ 48-4-80 and 48-4-81.
If legally possible and the property is still in existence, t he City Council may waive and
release any such lien imposed on property upon the owner of such property entering into
a contract with the city agreeing to a timetable for rehabilitation of the real property or
the dwelling, building, or structure on the property and demonstrating the financial means
to accomplish such rehabilitation.
(l) Appeal; Injunction. Review of a court order requiring the repair, alteration,
improvement, closure or demolition of a dwelling, building, structure, or property shall
be by direct appeal to the superior court under Code Section 5-3-29.
Any person affected by an order issued by the Public Officer may petition to the Fulton
County Superior Court for an injunction restraining the Public Officer from carrying out
the provisions of the order, and the court may, upon such petition, issue a temporary
injunction restraining the Public Officer pending the final disposition of the cause;
provided, however, that such person shall present such petition to the court within 15
days of the posting and service of the order of the Public Officer. De novo hearings shall
13
be held by the court on petitions within 20 days. The court shall hear and determine the
issues raised and shall enter such final order or decree as law and justice may require;
provided, however, that it shall not be necessary to file bond in any amount before
obtaining a temporary injunction under this section.
Section 7. Posting of Notices on Dwellings and Other Structures Intended for Human
Habitation
(a) The Public Officer may post a notice of non-compliance and of actions taken by code
enforcement officials or the court with respect thereto, and the fixing of penalties for the
defacing, destruction, or removal of such notices; provided that no such notices shall be
posted on any property then designated by proper governmental authority for acquisition
by eminent domain.
14
Exhibit B
(a)
Definitions. The following words, terms and phrases, when used in this section,
shall have the meanings ascribed to them in this subsection, except where the
context clearly indicates a different meaning:
Structure unfit for human occupancy shall have the same meaning as provided in
Article 4 of this Chapter.
Unlawful structure means a structure:
(1)
Found in whole or in part to be occupied by more persons than permitted
under this code; or
(2)
Erected, altered or occupied contrary to law.
Unsafe equipment includes any boiler, heating equipment, elevator, moving
stairway, electrical wiring or device, flammable liquid containers or other equipment on
the premises or within the structure which is in such disrepair or condition that the
equipment is a hazard to the life, health, property or safety of the public or occupants of
the premises or structure.
Unsafe structure means:
(1)
One that is found to be dangerous to the life, health, property or safety of
the public or the occupants of the structure by not providing the minimum
safeguards to protect or warn occupants in the event of fire;
(2)
Because such structure contains unsafe equipment; or
(3)
Is so damaged, decayed, dilapidated, structurally unsafe or of such faulty
construction or unstable foundation, that partial or complete collapse is
possible.
(b)
Condemnation finding. When a structure or equipment is found by the building
official or his or her designee to be unsafe, or when a structure is found unfit for
human occupancy, or is found unlawful, such structure shall be condemned
pursuant to the provisions of Article 4 of this Chapter.
HOME OF 'THE&EST QUALITY OF LIFE IN GEORGIA'
M1 LTONI
ESTABLISHED 2006
TO: City Council
CITY COUNCIL AGENDA ITEM
DATE: July 8, 2013
FROM: City Manager
AGENDA ITEM: Approval of a Construction Services Agreement between the City of
Milton and Baldwin Paving Company, Inc. for the FY13 Road
Reconstruction and Resurfacing Projects.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGHOUND INFOHMA TION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: y APPROVED (} NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: } YES { } NO
CITY ATTORNEY REVIEW REQUIRED: RYES ()IVO
APPROVAL BY CITY ATTORNEY XAPPROVED {} NOT APPROVED
PLACED ON AGENDA FOR:
REMARKS
. ............ ... ...
® your;._
PHONE: 678.242.25001 FAX: 678.242.2499 green =a
m
inffl@cityafmilfonga.us i www.ciCo
tyofmilfianga.us ; ,munllty
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004
* C.0 tL IFlLYI * r�vHiaa
c�� �r
0
Page 1 of 2
To: Honorable Mayor and City Council Members
From: Carter Lucas, Public Works Director
Date: Submitted on June 28, 2013 for the July 15, 2013 Regular Council Meeting
Agenda Item: Approval of a Construction Services Agreement between the City of Milton and
Baldwin Paving Company, Inc. for the FY 13 Road Reconstruction and
Resurfacing Projects
____________________________________________________________________________
Department Recommendation: Approval.
Executive Summary: Following the city’s pavement management plan an Invitation to
Bid (ITB) was issued for the Paving and Reconstruction of the following Roads:
Full Depth Reclamation (FDR) of Hamby Rd – beginning at Hopewell Rd and ending at
the Forsyth County line.
FDR of Dinsmore Rd from Freemanville Road ending at North Valley Road.
FDR of Bethany Rd starting at the City Limits and ending the new asphalt joint at the
Bethany Rd/ Providence Rd intersection.
Resurfacing and Patching
- Green Rd starting at Crabapple Rd and ending at Arnold Mill Rd
LMIG Resurfacing
- Henderson Rd starting at Birmingham Rd and ending at Freemanville Rd
- Mountain Rd starting at the City limit and ending at Hopewell Rd
- Wilkie Rd starting at Mountain Rd and ending at the Cherokee County Line
- Cogburn Rd starting at Windward Pkwy intersection and ending at the Alpharetta
City limit
Resurfacing of Residential Streets
- Lexington Place Ln
- Providence Lake Dr.
- Buckland Run
- Double Creek Ln
- Uplands Ct
- Glendalough Ct
- Kiltirnan Ct
- Bray Ct
- Petersford Way
- Croyton Terrace
- Cannongate Ct
Page 2 of 2
- Berkshire Ln
- Wystead Ct
The city received 6 bids for the proposed work which are summarized in Table 1. The
allowable budget for the project is $2,500,000 based on a unit price contract. A portion of
the Dinsmore Road FDR from North Valley Road to Thompson Road was deferred to a
future budget cycle to bring the project within budget allowances.
Table 1. Bid Summary
Firm Bid
Baldwin Paving Co. $2,794,323.98
C.W . Matthews $2,961,909.69
Blount Construction $2,990,480.00
Allied Paving $3,014,918.50
Stewart Brothers $3,082,741.50
NWGP, Inc. $3,131,662.50
In accordance with the city procurement procedures staff is recommending approval of a
Construction Services Agreement with Baldwin Paving Company in an amount not to
exceed $2,500,000
Funding and Fiscal Impact: Funding for this project is available in the Capital
Projects fund Pavement Management and Capital Grant Fund LMIG budget in the Public Works
Department.
Alternatives: There are no alternatives to this project.
Legal Review: Jarrard & Davis, LLP – Paul Higbee, 6/28/2013
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
Construction Services Agreement
NOME OF'THE BEST W-ALITY DF LIFE iN GEORGIA'
&JILTON*�r `.*I1 k1NAL
MART SH E 0 2006
CONSTRUCTION SERVICES AGREEMENT
FOR
FY13 RECONSTRUCTION & RESURFACING PROJECT
This Agreement (the "Agreement") to provide intersection improvements is made and
entered into this _ day of , 2013, by and between the CITY OF MILTON, a municipal
corporation of the State of Georgia, acting by and through its governing authority, the Milton
City Council (hereinafter referred to as the "City"), Baldwin Paving Company, Inc., a Georgia
corporation with its principal place of business located at 1014 Kenmill Dr NW, Marietta,
Georgia 30060-7911 (hereinafter referred to as the "Contractor").
WITNESSETH:
WHEREAS, the City issued an Invitation to Bid for the FY13 Reconstruction &
Resurfacing Project; and
WHEREAS, based upon Contractor's bid to construct the road improvements as required
by the bid documents, the City has selected Contractor as the winning bidder, and
WHEREAS, Contractor has agreed to perform such work as set forth in this Agreement,
according to the teams and conditions provided in this Agreement; and
WHEREAS, Contractor has familiarized itself with the nature and extent of the Contract
Documents, the Project, and the Work, with all local conditions and federal, state and local laws,
ordinances, rules and regulations in any manner that may affect cost, progress or performance of
work, and Contractor is aware that he must be licensed to do business in the State of Georgia.
NOW THEREFORE, the City and Contractor, in consideration of the mutual promises
contained herein and other good and valuable consideration, the sufficiency of which is hereby
acknowledged, agree as follows:
Section 1 Contract Documents
The following documents are incorporated herein by reference and constitute the
Contract Documents:
A. This Agreement (19 Pages);
B. Invitation to Bid ITB (54 Pages), attached hereto as Exhibit "A";
C. Bid from Contractor dated April 2, 2413 (19 Pages), attached hereto as Exhibit
"B";
D. Performance and Other Bonds, attached hereto collectively as Exhibit "C";
E. Non -collusion Affidavit of Prime Proposer, attached hereto as Exhibit "D",
F. Contractor Affidavit and Agreement, attached hereto as Exhibit "E";
G. Subcontractor Affidavit, attached hereto as Exhibit "F";
H. Final Affidavit, attached hereto as Exhibit "G",
I. Special Provisions applicable to Henderson Rd, Mountain Rd, Wilkie Rd and
Cogburn Rd , attached hereto as Exhibit "H"
J. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents if
properly adopted in writing and executed by the Parties; and
K. City of Milton Code of Ethics.
In the event of any discrepancy among the Contract Documents, that provision that inures most
to the benefit of the City, as determined by the City in its sole discretion, shall govern.
Section 2 Proiect Description
The scope of this project generally consists of the reconstruction or repaving, as may be
specified in the attached scope of work, of the following roads:
• Hamby Rd
Dinsmore Rd
Bethany Rd
• Green Rd
• Henderson Rd
■ Mountain Rd
Wilkie Rd
Cogburn Rd
■ Lexington Place Ln
+ Providence Lake Dr
• Buckland Run
■ Double Creek Ln
• Uplands Ct
2
• Glendalough Ct
• Kiltirnan Ct
• Bray Ct
■ Petersford Way
■ Croyton Terrace
• Cannongate Ct
• Berkshire Ln
• Wystead Ct
Section 3 The Work
The Work is specified and indicated in the Contract Documents (the "Work"). In the
event of any discrepancy among the Contract Documents, the provision operating most to the
benefit of the City, as determined by the City in its sole discretion, shall govern. The Work
previously described includes all material, labor, insurance, tools, equipment, and any other
miscellaneous items necessary to complete the Work as described. Contractor shall complete the
Work in strict accordance with the Contract Documents. Contractor has reviewed, is familiar
with, and will conduct the Work in accordance with, that agreement between the City and the
Georgia Department of Transportation dated October 24, 2012.
Section 4 Contract Time
This Contract shall take effect on . Contractor agrees to complete the
Project within 90 calendar days from the date of Notice to Proceed. Every effort will be made by
Contractor to shorten this period.
Section 5 Contractor's Compensation; Time and Method of Payment
A. The total amount paid under this Agreement shall not, in any case, exceed
$2,500,000 except as outlined in Section 6 below. City agrees to pay the
Contractor for the work upon certification by the City that the Work was actually
performed and costs actually incurred in accordance with the Agreement. This
amount shall include all use, lease, or other taxes, and all expenses for personnel
and equipment (including fuel) that Contractor will incur to provide the Work.
Unless otherwise agreed in writing signed by both Parties, the compensation
payable by the City to Contractor is limited to the price amount set forth in the
Bid Submittal Form, and City will not pay any other sum attributable to taxes,
costs or expenses that Contractor may incur in providing the Work.
B. Compensation for Work performed shall be paid to the Contractor upon receipt
and approval by the City of invoices setting forth in detail the Work performed.
Invoices shall be submitted on a monthly basis, and such invoices shall reflect
charges incurred versus charges budgeted. Each invoice shall be accompanied by
an Interim Waiver and Release upon Payment (or a Waiver and Release upon
Final Payment in the case of the invoice for final payment) procured by the
Contractor from all subcontractors in accordance with O.C.G.A. § 44-14-365.
C. As long as the gross value of the completed work is less than 50% of the total
contract amount and/or when satisfactory progress has not been achieved by the
Contractor during any period for which payment is to be made, the City may
retain a percentage of said payment, not to exceed ten percent (10%) of the
maximum Contract Price to ensure performance of the Agreement. Said cause
and progress shall be determined by the City, in its sole discretion, based on its
assessment of any past performance of the Contractor and likelihood that such
performance will continue. Upon completion of all contract requirements,
retained amounts shall be paid promptly less any offsets or deductions authorized
hereunder or by law.
D. Any material deviations in tests or inspections performed, times or locations
required to complete such tests or inspections and like deviations from the Work
described in this Agreement shall be clearly communicated to the City before
charges are incurred and shall be handled through change orders or construction
change directives as described in Section 6 below. All invoices should be
submitted to Rick Pearce (Budget and Procurement Coordinator), for approval.
The City shall pay the Contractor within thirty (30) days after approval of the
invoice by the City. No payments will be made for unauthorized work. Payment
will be sent to the designated address by U.S. Mail only; payment will not be
hand -delivered.
E. The City may withhold payment or final payment for reasons including, but not
limited to, the following: unsatisfactory job performance or progress, defective
work, disputed work, failure to comply with material provisions of the
Agreement, third party claims filed or reasonable evidence that a claim will be
filed or other reasonable cause.
Section 6 Work Changes
A. The City reserves the right to order changes in the Work to be performed under
this Agreement by altering, adding to, or deducting from the Work. All such
changes shall be incorporated in written change orders executed by the Contractor
and the City. Such change orders shall specify the changes ordered and any
necessary adjustment of compensation and completion time. If the Parties cannot
reach an agreement on the terms for performing the changed work within a
reasonable time to avoid delay or other unfavorable impacts as determined by the
City in its sole discretion, the City shall have the right to determine reasonable
terms and the Contractor shall proceed with the changed work.
B. Any work added to the scope of this Agreement by a change order shall be
executed under all the applicable conditions of this Agreement. No claim for
additional compensation or extension of time shall be recognized, unless
contained in a written change order duly executed on behalf of the City and the
Contractor.
4
C. The City Manager has authority to execute without further action of the Milton
City Council, any number of change orders so long as their total effect does not
materially alter the terms of this Agreement or materially increase the total
amount to be paid under this Agreement. Any such change orders materially
altering the terms of this Agreement or increasing the total amount to be paid
under this Agreement in excess of $50,000, must be approved by resolution of the
Milton City Council.
Section 7 Covenants of Contractor.
A. Ethics Code
Contractor agrees that it shall not engage in any activity or conduct that would be
in violation of the City of Milton Code of Ethics.
B. Time is of the Essence
Contractor specifically acknowledges that TIME IS OF THE ESSENCE for
completion of the Project.
C. Expertise of Contractor
Contractor accepts the relationship of trust and confidence established between it
and the City, recognizing that the City's intention and purpose in entering into this
Agreement is to engage an entity with the requisite capacity, experience, and
professional skill and judgment to provide the services in pursuit of the timely and
competent completion of the Work undertaken by Contractor under this
Agreement.
D. Budgetary Limitations
Contractor agrees and acknowledges that budgetary limitations are not a
justification for breach of sound principals of Contractor's profession and
industry. Contractor shall take no calculated risk in the performance of the Work.
Specifically, Contractor agrees that, in the event it cannot perform the Work
within the budgetary limitations established without disregarding sound principals
of Contractor's profession and industry, Contractor will give written notice
immediately to the City.
E. City's Reliance on the Work
The Contractor acknowledges and agrees that the City does not undertake to
approve or pass upon matters of expertise of the Contractor and that; therefore,
the City bears no responsibility for Contractor's services performed under this
Agreement. The Contractor acknowledges and agrees that the acceptance of
Work by the City is limited to the function of determining whether there has been
compliance with what is required to be produced under this Agreement. The City
will not, and need not, inquire into adequacy, fitness, suitability or correctness of
Contractor's performance. Contractor further agrees that no approval of designs,
plans, specifications, or work by any person, body or agency shall relieve
Contractor of the responsibility for adequacy, fitness, suitability, and correctness
of Contractor's professional and industry standards or for performing services
under this Agreement in accordance with sound and accepted professional and
industry principals.
F. Contractor's Reliance of Submissions by the City
Contractor must have timely information and input from the City in order to
perform the services required under this Agreement. Contractor is entitled to rely
upon information provided by the City, but Contractor shall be required to
provide immediate written notice to the City if Contractor knows or reasonably
should know that any information provided by the City is erroneous, inconsistent,
or otherwise problematic.
G. Contractor's Representative
n M cam:., shall be authorized to act on
Contractor'sAchalf with espect to the Work as Contractor's designated
representative.
H. Assignment of Agreement
The Contractor covenants and agrees not to assign or transfer any interest in, nor
delegate any duties of this Agreement, without the prior express written consent
of the City.
Responsibility of Contractor and Indemnification of City
The Contractor covenants and agrees to take and assume all responsibility for the
services rendered in connection with this Agreement. The Contractor shall bear all
losses and damages directly or indirectly resulting to it on account of the
performance or character of the services rendered pursuant to this Agreement.
Contractor shall defend, indemnify and hold harmless the City, its officers,
boards, commissions, elected and appointed officials, employees and agents from
and against any and all claims, suits, actions, liability, judgments, damages,
losses, and expenses, including but not limited to, attorney's fees, which may be
the result of willful, negligent or tortuous conduct arising out of the Work,
performance of contracted services, or operations by the Contractor, any
subcontractor, anyone directly or indirectly employed by the Contractor or
subcontractor or anyone for whose acts the Contractor or subcontractor may be
liable, regardless of whether or not the negligent act is caused in part by a party
indemnified hereunder. Such obligation shall not be construed to negate,
abridge, or otherwise reduce any other right or obligation of indemnity which
would otherwise exist as to any party or person described in this provision. In any
and all claims against the City or any of its agents or employees, by any employee
of the Contractor, any subcontractor, anyone directly or indirectly employed by
the Contractor or subcontractor or anyone for whose acts the Contractor or
subcontractor may be liable, the indemnification obligation set forth in this
provision shall not be limited in any way by any limitation on the amount or type
of damages, compensation or benefits payable by or for the Contractor or any
subcontractor under workers' or workmen's compensation acts, disability benefit
acts or other employee benefit acts. This obligation to indemnify and defend the
City, its members, officers, agents, employees and volunteers shall survive
termination of this Agreement. Contractor shall not be required to indemnify the
City or its officers, boards, commissions, elected or appointed officials,
employees or agents against liability or claims for damages, losses, or expenses,
including attorney fees, arising out of bodily injury to persons, death, or damage
to property caused by or resulting from the sole negligence of the City or its
officers, boards, commissions, elected or appointed officials, employees or agents.
Independent Contractor
Contractor hereby covenants and declares that it is engaged in an independent
business and agrees to perform the services as an independent contractor and not
as the agent or employee of the City. The Contractor agrees to be solely
responsible for its own matters relating to the time and place the services are
performed; the instrumentalities, tools, supplies and/or materials necessary to
complete the services; hiring of Contractors, agents or employees to complete the
services; and the payment of employees, including compliance with Social
Security, withholding and all other regulations governing such matters. The
Contractor agrees to be solely responsible for its own acts and those of its
subordinates, employees, and subcontractors during the life of this Agreement.
Any provisions of this Agreement that may appear to give the City the right to
direct Contractor as to the details of the services to be performed by Contractor or
to exercise a measure of control over such services will be deemed to mean that
Contractor shall follow the directions of the City with regard to the results of such
services only.
The Contractor shall obtain and maintain, at the Contractor's expense, all permits,
licenses, or approvals that may be necessary for the performance of the services.
The Contractor shall furnish copies of all such permits, licenses, or approvals to
the City of Milton Representative within ten (10) days after issuance.
7
Inasmuch as the City of Milton and the Contractor are contractors independent of
one another neither has the authority to bind the other to any third person or
otherwise to act in any way as the representative of the other, unless otherwise
expressly agreed to in writing signed by both parties hereto. The Contractor
agrees not to represent itself as the City's agent for any purpose to any party or to
allow any employee of the Contractor to do so, unless specifically authorized, in
advance and in writing, to do so, and then only for the limited purpose stated in
such authorization. The Contractor shall assume full liability for any contracts or
agreements the Contract enters into on behalf of the City of Milton without the
express knowledge and prior written consent of the City.
K_ Insurance
(1) Requirements: The Contractor shall have and maintain in full force and
effect for the duration of this Agreement, insurance insuring against
claims for injuries to persons or damages to property which may arise
from or in connection with the performance of the Work by the
Contractor, its agents, representatives, employees or subcontractors. All
policies shall be subject to approval by the City Attorney to form and
content. These requirements are subject to amendment or waiver if so
approved in writing by the City Manager.
(2) Minimum Limits of Insurance: Contractor shall maintain limits no less
than:
(a) Comprehensive General Liability of $1,000,000 combined single
limit per occurrence for bodily and personal injury, sickness,
disease or death, injury to or destruction of property, including loss
of use resulting there from.
(b) Comprehensive Automobile Liability (owned, non -owned, hired)
of $1,000,000 combined single limit per occurrence for bodily and
personal injury, sickness, disease or death, injury to or destruction
of property, including loss of use resulting there from.
(c) Professional Liability of $1,000,000 limit for claims arising out of
professional services caused by the Contractor's errors, omissions,
or negligent acts.
(d) Workers' Compensation limits as required by the State of Georgia
and employers Liability limits of $1,000,000 per accident.
(3) Deductibles and Self -Insured Retentions: Any deductibles or self-insured
retentions must be declared to and approved by the City.
(4) Other Insurance Provisions: The policy is to contain, or be endorsed to
contain, the following provisions:
(a) General Liability and Automobile Liability Coverage.
(i) The City, its officials, employees, agents and volunteers are
to be covered as insured as respects: liability arising out of
activities performed by or on behalf of the Contractor;
products and completed operations of the Contractor;
premises owned, leased, or used by the Contractor;
automobiles owned, leased, hired, or borrowed by the
Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City,
its officials, employees, agents or volunteers.
(ii) The Contractor's insurance coverage shall be primary
noncontributing insurance as respects to any other
insurance or self-insurance available to the City, its
officials, employees, agents or volunteers. Any insurance or
self-insurance maintained by the City, its officials,
employees or volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
(iii) Any failure to comply with reporting provisions of the
policies shall not affect coverage provided to the City, its
officials, employees, agents or volunteers.
(iv) Coverage shall state that the Contractor's insurance shall
apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of
the insurer's liability.
(v) Coverage shall be provided on a "pay on behalf" basis,
with defense costs payable in addition to policy limits.
There shall be no cross liability exclusion.
(vi) The insurer agrees to waive all rights of subrogation against
the City, its officials, employees, agents and volunteers for
losses arising from work performed by the Contractor for
the City.
(vii) All endorsements to policies shall be executed by an
authorized representative of the insurer.
(b) Workers' Compensation Coverage: The insurer will agree to waive
all rights of subrogation against the City, its officials, employees,
agents and volunteers for losses arising from work performed by
the Contractor for the City.
(c) .All Coverages:
(i) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be suspended,
voided, canceled, reduced in coverage or in limits except
after thirty (30) days prior written notice by certified mail,
return receipt requested, has been given to the City.
(ii) Policies shall have concurrent starting and ending dates.
(iii) Policies shall include an endorsement incorporating the
Indemnification obligations assumed by the Contractor
under the terms of this Agreement, including but not
limited to Section 7(I) of this Agreement.
(iv) Policies shall include an endorsement incorporating the
Indemnification obligations assumed by the Contractor
under the terms of this Agreement, including but not
limited to Section 7(l) of this Agreement.
(5) Acceptability of Insurers: Insurance is to be placed with insurers with an
A.M. Bests' rating of no less than A: VII.
(6) Verification of Coverage: Contractor shall furnish the City with
certificates of insurance and endorsements to the policies evidencing
coverage required by this clause prior to the start of work. The certificates
of insurance and endorsements for each insurance policy are to be signed
by a person authorized by that insurer to bind coverage on its behalf. The
certificate of insurance and endorsements shall be on a form utilized by
Contractor's insurer in its normal course of business and shall be received
and approved by the City prior to execution of this Agreement by the City.
The City reserves the right to require complete, certified copies of all
required insurance policies, at any time. The Contractor shall provide
proof that any expiring coverage has been renewed or replaced at least two
(2) weeks prior to the expiration of the coverage.
(7) Subcontractors: Contractor shall include all subcontractors as insured
under its policies or shall furnish separate certificates and endorsements
for each subcontractor. All coverage for subcontractors shall be subject to
all of the requirements stated in this Agreement, including but not limited
to naming the parties as additional insured.
10
(8) Claims -Made Policies: Contractor shall extend any claims -made
insurance policy for at least six (6) years after termination or final
payment under the Agreement, whichever is later.
(9) City as Additional Insured and Loss Payee: The City shall be named as an
additional insured and loss payee on all policies required by this
Agreement.
L. Employment of Unauthorized Aliens Prohibited
E -Verify Affidavits
It is the policy of the City of Milton that unauthorized aliens shall not be
employed to perform work on City contracts involving the physical performance
of services. Therefore, the City shall not enter into a contract for the physical
performance of services within the State of Georgia unless:
(1) the Contractor shall provide evidence on City -provided forms,
attached hereto as Exhibits "E" and "F" (affidavits regarding
compliance with the E -Verify program to be sworn under oath under
criminal penalty of false swearing pursuant to O.C.G.A. § 16-10-71),
that it and Contractor's subcontractors have conducted a verification,
under the federal Employment Eligibility Verification ("EEV" or "E -
Verify") program, of the social security numbers, or other identifying
information now or hereafter accepted by the E -Verify program, of all
employees who will perform work on the City contract to ensure that
no unauthorized aliens will be employed, or
(2) the Contractor provides evidence that it is not required to provide an
affidavit because it is licensed pursuant to Title 26 or Title 43 or by the
State Bar of Georgia and is in good standing as of the date when the
contract for services is to be rendered.
The Contractor hereby verifies that it has, prior to executing this Agreement,
executed a notarized affidavit, the form of which is provided in Exhibit "E", and
submitted such affidavit to City or provided the City with evidence that it is not
required to provide such an affidavit because it is licensed and in good standing as
noted in subsection (2) above. Further, Contractor hereby agrees to comply with
the requirements of the federal Immigration Reform and Control Act of 1986
(IRCA), P.L. 99-603, O.C.G.A. § 13-10-91 and Rule 300-10-1-.02.
In the event the Contractor employs or contracts with any subcontractor(s) in
connection with the covered contract, the Contractor agrees to secure from such
subcontractor(s) attestation of the subcontractor's compliance with O.C.G.A. §
13-10-91 and Rule 300-10-1-.02 by the subcontractor's execution of the
subcontractor affidavit, the form of which is attached hereto as Exhibit "F",
11
which subcontractor affidavit shall become part of the contractor/subcontractor
agreement, or evidence that the subcontractor is not required to provide such an
affidavit because it is licensed and in good standing as noted in subsection (2)
above. If a subcontractor affidavit is obtained, Contractor agrees to provide a
completed copy to the City within five (5) business days of receipt from any
subcontractor.
Where Contractor is required to provide an affidavit pursuant to O.C.G.A. § 13-
10-91, the City Manager or his/her designee shall be authorized to conduct an
inspection of the Contractor's and Contractor's subcontractors' verification
process at any time to determine that the verification was correct and complete.
The Contractor and Contractor's subcontractors shall retain all documents and
records of their respective verification process for a period of three (3) years
following completion of the contract. Further, where Contractor is required to
provide an affidavit pursuant to O.C.G.A. § 13-10-91, the City Manager or his/her
designee shall further be authorized to conduct periodic inspections to ensure that
no City Contractor or Contractor's subcontractors employ unauthorized aliens on
City contracts. By entering into a contract with the City, the Contractor and
Contractor's subcontractors agree to cooperate with any such investigation by
making their records and personnel available upon reasonable notice for
inspection and questioning. Where a Contractor or Contractor's subcontractors
are found to have employed an unauthorized alien, the City Manager or his/her
designee may report same to the Department of Homeland Security. The
Contractor's failure to cooperate with the investigation may be sanctioned by
termination of the contract, and the Contractor shall be liable for all damages and
delays occasioned by the City thereby.
Contractor agrees that the employee -number category designated below is
applicable to the Contractor. [Information only required if a contractor affidavit
is required pursuant to O.C.G.A. § 13-10-91.]
500 or more employees.
100 or more employees.
Fewer than 100 employees.
Contractor hereby agrees that, in the event Contractor employs or contracts with
any subcontractor(s) in connection with this Agreement and where the
subcontractor is required to provide an affidavit pursuant to O.C.G.A. § 13-10-91,
the Contractor will secure from the subcontractor(s) such subcontractor(s')
indication of the above employee -number category that is applicable to the
subcontractor.
The above requirements shall be in addition to the requirements of State and
federal law, and shall be construed to be in conformity with those laws.
12
M. Records, _Reports and Audits
(1) Records:
(a) Records shall be established and maintained by the Contractor in
accordance with requirements prescribed by the City with respect
to all matters covered by this Agreement. Except as otherwise
authorized, such records shall be maintained for a period of three
years from the date that final payment is made under this
Agreement. Furthermore, records that are the subject of audit
findings shall be retained for three years or until such audit
findings have been resolved, whichever is later.
(b) All costs shall be supported by properly executed payrolls, time
records, invoices, contracts, or vouchers, or other official
documentation evidencing in proper detail the nature and propriety
of the charges. All checks, payrolls, invoices, contracts, vouchers,
orders or other accounting documents pertaining in whole or in
part to this Agreement shall be clearly identified and readily
accessible.
(2) Reports and Information: Upon request, the Contractor shall furnish to the
City any and all statements, records, reports, data and information related
to matters covered by this Agreement in the form requested by the City.
(3) Audits and Inspections: At any time during normal business hours and as
often as the City may deem necessary, there shall be made available to the
City for examination all records with respect to all matters covered by this
Agreement. The Contractor will permit the City to audit, examine, and
make excerpts or transcripts from such records, and to audit all contracts,
invoices, materials, payrolls, records of personnel, conditions of
employment and or data relating to all matters covered by this Agreement.
N. Conflicts of Interest
Contractor agrees that it shall not engage in any activity or conduct that would
result in a violation of the City of Milton Code of Ethics.
O. Confidentiality
Contractor acknowledges that it may receive confidential information of the City
and that it will protect the confidentiality of any such confidential information and
will require any of its subcontractors, consultants, and/or staff to likewise protect
such confidential information. The Contractor agrees that confidential
information it receives or such reports, information, opinions or conclusions that
13
Contractor creates under this Agreement shall not be made available to, or
discussed with, any individual or organization, including the news media, without
prior written approval of the City. The Contractor shall exercise reasonable
precautions to prevent the unauthorized disclosure and use of City information
whether specifically deemed confidential or not.
P. Licenses Certifications and Pen -nits
The Contractor covenants and declares that it has obtained all diplomas,
certificates, licenses, permits or the like required of the Contractor by any and all
national, state, regional, county, local boards, agencies, commissions, committees
or other regulatory bodies in order to perform the services contracted for under
this Agreement. All work performed by Contractor under this Agreement shall be
in accordance with applicable legal requirements and shall meet the standard of
quality ordinarily expected of competent professionals.
Q. TRESERVEDI
R. Authority to Contract
The Contractor covenants and declares that it has obtained all necessary approvals
of its board of directors, stockholders, general partners, limited partners or similar
authorities to simultaneously execute and bind Contractor to the terms of this
Agreement, if applicable.
S. Ownership of Work
All reports, designs, drawings, plans, specifications, schedules, work product and
other materials prepared or in the process of being prepared for the services to be
performed by the Contractor ("materials") shall be the property of the City and
the City shall be entitled to full access and copies of all such materials. Any such
materials remaining in the hands of the Contractor or subcontractor upon
completion or termination of the work shall be delivered immediately to the City.
The Contractor assumes all risk of loss, damage or destruction of or to such
materials. If any materials are lost, damaged or destroyed before final delivery to
the City, the Contractor shall replace them at its own expense. Any and all
copyrightable subject matter in all materials is hereby assigned to the City and the
Contractor agrees to execute any additional documents that may be necessary to
evidence such assignment.
T. Meetings
The Contractor is required to meet with the City's personnel, or designated
representatives, to resolve technical or contractual problems that may occur
during the term of the contract, at no additional cost to the City. Meetings will
14
occur as problems arise and will be coordinated by the City. The Contractor will
be given a minimum of three full working days notice of meeting date, time, and
location. Face-to-face meetings are desired. However, at the Contractor's option
and expense, a conference call meeting may be substituted. Consistent failure to
participate in problem resolution meetings, two consecutive missed or
rescheduled meetings, or to make a good faith effort to resolve problems, may
result in termination of the contract.
Section S Covenants of the City
A_ Right of Entry
The City shall provide for right of entry for Contractor and all necessary
equipment along the Bethany Bend Road right-of-way, in order for Contractor to
complete the Work.
B. City's Representative
Matt Fallstrom shall be authorized to act on the City's behalf with respect to the
Work as the City's designated representative
Section 9 Warranty
Except as may be otherwise specified or agreed, the Contractor shall repair all defects in
materials, equipment, or workmanship appearing within two years from the date of Final
Completion of the Project at no additional cost to the City. An inspection shall be conducted by
the City or its representative(s) near the completion of the two-year general warranty period to
identify any issues that must be resolved by the Contractor.
Section 10 Termination
A. The City may terminate this Agreement for convenience at any time upon written
notice to Contractor. In the event of a termination for convenience, Contractor
shall take immediate steps to terminate work as quickly and effectively as
possible and shall terminate all commitments to third -parties unless otherwise
instructed by the City. Provided that no damages are due to the City for
Contractor's failure to perform in accordance with this Agreement, the City shall
pay Contractor for work performed to date in accordance with Section 5 herein.
The City shall have no further liability to Contractor for such termination.
B. The City may terminate this Agreement for cause if Contractor breaches any
material provision of this Agreement. The City shall give Contractor seven (7)
days written notice of its intent to terminate the Agreement and the reasons
therefore, and, if Contractor, or its Surety, fails to cure the default within that
15
period, the termination shall take place without further notice. The City shall then
make alternative arrangements for completion of the Project and deduct the cost
of completion from the unpaid Contract Price. The City will make no payment to
the Contractor or its Surety until all costs of completing the Project are paid. If
the unpaid balance of the amount due the Contractor, according to this agreement,
exceeds the cost of finishing the Project, the Contractor or its Surety will receive
the applicable funds due. If the costs of completing the Project exceed the unpaid
balance, the Contractor or its Surety will pay the difference to the City.
C. If the City terminates this Agreement for cause, and it is later determined that the
City did not have grounds to do so, the termination will be treated as a termination
for convenience under the terms of this Section (A) above.
D. Upon termination, the Contractor shall: (1) promptly discontinue all services
affected, unless the notice directs otherwise; and (2) promptly deliver to the City
all data, drawings, reports, summaries, and such other information and materials
as may have been generated or used by the Contractor in performing this
Agreement, whether completed or in process, in the form specified by the City.
E. The rights and remedies of the City and the Contractor provided in this Section
are in addition to any other rights and remedies provided under this Agreement or
at law or in equity.
Section 11 Miscellaneous
A. Complete Agreement. This Agreement contains all of the understandings and
agreements of whatsoever kind and nature existing between the parties hereto
with respect to the subject matter contained herein.
B. Governing Law. This Agreement shall be governed by and construed under the
laws of the State of Georgia.
C. Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed to be an original, but all of which together shall
constitute one and the same instrument.
D. Invalidity of Provisions. Should any part of this Agreement for any reason be
declared by any court of competent jurisdiction to be invalid, such decision shall
not affect the validity of any remaining portion, which remaining portion shall
continue in full force and effect as if this Agreement had been executed with the
invalid portion hereof eliminated, it being the intention of the parties that they
would have executed the remaining portion of this Agreement without including
any such part, parts or portions which may for any reason be hereafter declared
invalid.
E. Notice. All notices requests, demands and other communications hereunder shall
16
be in writing and shall be deemed received, and shall be effective when personally
delivered or on the third day after the postmark date when mailed by certified
mail, postage prepaid, return receipt requested or upon actual delivery when sent
via national overnight commercial carrier to the parties at the addresses given
below, unless a substitute address shall first be furnished to the other parties by
written notice in accordance herewith:
NOTICE TO CITY shall be sent to:
City of Milton
Attn: City Manager
13000 Deerfield Parkway, Suite 107F
Milton, Georgia 30004
NOTICE TO CONTRACTOR shall be sent to:
Baldwin Paving Company, Inc.
Attn: Mike Dernery
1014 Kenmill Drive NW
Marietta, Georgia, 30060
F. Sovereign Immunity. Nothing contained in this Agreement shall be construed to
be a waiver of the City's sovereign immunity or any individual's qualified good
faith or official immunities.
G. Force Majeure. Neither the City nor Contractor shall be liable for their respective
non -negligent or non -willful failure to perform or shall be deemed in default with
respect to the failure to perform (or cure a failure to perform) any of their
respective duties or obligations under this Agreement or for any delay in such
performance due to: (i) any cause beyond their respective reasonable control; (ii)
any act of God; (iii) any change in applicable governmental rules or regulations
rendering the performance of any portion of this Agreement legally impossible;
(iv) earthquake, fire, explosion or flood; (v) strike or labor dispute, excluding
strikes or labor disputes by employees and/or agents of Contractor; (vi) delay or
failure to act by any governmental or military authority; or (vii) any war, hostility,
embargo, sabotage, civil disturbance, riot, insurrection or invasion. In such event,
the time for performance shall be extended by an amount of time equal to the
period of delay caused by such acts and all other obligations shall remain intact.
H. Headings. All headings herein are inserted only for convenience and ease of
reference and are not to be considered in the construction or interpretation of any
provision of this Agreement.
Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as
17
amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975,
as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act
of 1990, 42 U.S.C. § 12132, and all other provisions of Federal law, the
Consultant agrees that, during performance of this Agreement, Consultant, for
itself, its assignees and successors in interest, will not discriminate against any
employee or applicant for employment, any subcontractor, or any supplier
because of race, color, creed, national origin, gender, age or disability. In
addition, Consultant agrees to comply with all applicable implementing
regulations and shall include the special provisions of this Section 11(1) and in
Exhibit I attached hereto and incorporated herein by reference, in every
subcontract for services contemplated under this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
under seal as of the date first above written.
[SIGNATURES ON FOLLOWING PAGE]
18
Baldwin Paving Cyfnppfhy, Inc.
/ L- "�U
Print Name
� r
Title
SIGNER, SEALED, AND DELIVERED
In the presence of:
Witness (Corporate Secretary should attest)
`l k ` '-
ct1t��rrr
Print Mame ��► i�
G'�r� . a -s- �
Notary Pu c
[NOTARY SEAL]
My Commission Expires:
[AFFIX CORPORATE SEAL]
dP
�G ..
Z i A s.A)
20114
w
� Q b •.. LIG�..�t t.
SIGNED, SEALED, AND DELIVERED
In the presence of:
Witness
Notary Public
[NOTARY SEAL}
My Commission Expires:
MILTON CITY COUNCIL:
Joe Lockwood, Mayor
19
EXHIBIT "A"
REQUEST FOR BID
HOME OF'THE BEST QUALITY OF E iF !N C� EURGIA'
MILTON't
ESTABU511ID 2006
CITY OF MILTON
INVITATION TO BID
(THIS IS NOT AN ORDER)
Bid Number: Project Name:
13-PW7 FY13 Reconstruction & Resurfacing Project
Due Date and Time:
May 22, 2013
Local Time: 2:00pm
ISSUING. DEPARTMENT INFORMATION
Issue Date:
April 29, 2013
Number of Pages: 67
City of Milton
Public Works Department Phone: 678-242-2500
1300+0 Deerfield Pkwy, Suite 107G Fax: 678-242-2499
Milton, Ga. 30004 Website: www.cityofmiltonga.us
INSTRUCTIONS TO BIDDERS
Return Submittal to:
Mark face of Envelope/Package:
Bidder Phone Number:
Bid Number: 13-PW7
City of Milton
Name of Company or Firm
Attn: Rick Pearce, Purchasing Office
13000 Deerfield Pkwy
Special Instructions:
Suite 107G
Deadline for Written Questions
Milton, Ga. 30004
May 14th , 2013, 5 pm
Email questions to Rick Pearce at
rickpearce@cifyofmiltonga, us
BIDDERS MUST COMPLETE THE FOLLOWING
Bidder Name/Address:
Authorized Bidder Signatory;
(Please print name and sign in ink)
Bidder Phone Number:
Bidder FAX Number:
Bidder Federal I.D. Number:
Bidder E-mail Address:
BIDDERS MUST RETURN THIS COVER SHEET WITH BID RESPONSE
1 IPa.ge
Table of Contents
Topic
Page
Definitions
3
Invitation to Bid
4
Bidding Instructions (What must be submitted)
5
InsuranceBond Requirements
6
Bid Form and Addenda Acknowledgement
7
Bid Bond
9
Qualifications Signature and Certification
12
Corporate Certificate
12
List of Subcontractors
13
Contractor Affidavit and Agreement (eVerify)
14
Bid Schedule
15
Disclosure Form
17
General Conditions
18
EPD Air Quality Rules
23
Project Specifications
24
Schedule of Events
39
Sample Contract Agreement
40
2 1 P a g e
DEFINITIONS
COMPW: City of Milton Public Works Department
GDOT: Georgia Department of Transportation
ENGINEER: The City of Milton Director of Public Works or a duly authorized representative.
ADA: Americans with Disabilities Act
EA: Each
GAL: Gallon
LF: Lineal Feet
LS: Lump Sum
SY: Square Yard
TN: Ton
MUTCD: Manual on Uniform Traffic Control Devices
OSHA: Occupational Safety and Health Administration
FHWA: Federal Highway Administration
AASHTO: American Association of State Highway and Transportation Officials
3 1 P a g e
CITY OF MILTON
Invitation to Bid 13-PW7
The City of Milton is accepting sealed bids from qualified firms for the FY 13 Reconstruction &
Resurfacing Project for the Public Works Department in conformance with Title 32, Chapter 4,
Article 4, Part 2 of the Official Code of Georgia Annotated. All work will be done in accordance
with Georgia Department of Transportation's (GDOT) Standard Drawings, Standard
Specifications, and Pay Items Index as standards and specifications for the construction and
completion of the work required. All bidders must comply with all general and special
requirements of the bid information and instructions enclosed herein.
Sealed bids will be received no later than 2:00 PM Local Time on May 22nd, 2013.
Sealed bids shall be submitted to: City of Milton Attn: Rick Pearce, Purchasing Office 13000
Deerfield Pkwy Suite 107G Milton, Ga. 30004.
At approximately 2:10 PM Local Time on the day bids are received the bids will be publicly
opened and the bidder's name and total bid amount will be read aloud at: City of Milton
Courthouse 13000 Deerfield Parkway Suite 107E Milton, GA 30004.
Bids received after the above time or in any other location other than the Purchasing Office will
not be accepted.
Bids shall be presented in a sealed envelope with the bid number (13-PW7) and the name of the
company or firm submitting clearly marked on the outside of the envelope. ONE (1)
ORIGINAL (PAPER) AND TWO (2) COPIES (PAPER) AND A PDF COPY OF THE BID ON
CD MUST BE SUBMITTED. Bids will not be accepted verbally, by fax, or email. Questions
must be in writing. For questions, please email Rick Pearce at rick.pearce@cityofmiltonga.us.
Deadline for questions is May 14th, 2013 at 5:00pm. Official answers to questions and
potential changes to the ITB (Addendums) will be posted at the same web locations as the ITB
on or about May 15th, 2013. Any other form of interpretation, correction, or change to this ITB
will not be binding upon the City. It is the bidder's responsibility to check the websites for
potential updates. Please refer to Bid (13-PW7) and bid name (FY13 Reconstruction &
Resurfacing Project) when requesting information.
The City of Milton reserves the right to reject any or all bids and to waive technicalities and
informalities, and to make award in the best interest of the City of Milton.
The selected contractor must be able to start work within ten (10) calendar days after the "Notice
to Proceed" is issued. The time of completion for the project is ninety (90) calendar days from
the date of the "Notice to Proceed." If weather affects the required completion schedule, The
City and selected contractor will negotiate a new completion date. Section 108.08 of the State of
Georgia Department of Transportation Standard Specifications Construction of Transportation
Systems (current edition) shall be applied.
4jPage
BIDDING INSTRUCTIONS
FAILURE TO RETURN THE FOLLOWING BID DOCUMENTS COULD RESULT IN THE
BID BEING DEEMED NON-RESPONSIVE AND BEING REJECTED:
Item
Description
page(s)
1
Filled out and Signed Invitation to Bid
1
2
Bid Form and Addenda Acknowledgement (2 pages)
7-8
3
Bid Bond (3 pages)
9-10-11
4
Qualification Signature and Certification
12
5
List of Subcontractors
13
6
Contractor Affidavit and Agreement (eVerify)
14
7
Bid Schedule (2 pages)
15-16
S
Disclosure Form
17
9
Qualification sheet listing projects and references as stipulated
in this document.
Use your
own form
INFORMATION AND INSTRUCTIONS
The purpose of this solicitation is to enter into a unit price "purchasing contract" with one firm to
be the primary supplier of the FYI Reconstruction & Resurfacing Project, 13-PW7.
No specification expressed or implied shall be construed as any type of restrictive specification
that would limit competition.
The City reserves the right to cancel the contract at any time with 34 days written notice.
Title to any supplies, materials, equipment or other personal property shall remain the
Contractors' until fully paid for by the City.
All items to be bid FOB, Milton, Georgia. No sales taxes are to be charged.
Any damage to any building or traffic control device, or equipment incurred during the course of
work shall be repaired at the contractor's expense to the complete satisfaction of the City of
Milton with no additional expense to the City.
EVALUATION
The City intends to evaluate the ITB on the lowest, best, responsible, and responsive vendor,
5 1 P a g e
INSURANCE REQUIREMENTS
Within 10 days of Notice of Award, and at all times that this Contract is in force, the Contractor
shall obtain, maintain and furnish the City Certificates of Insurance from licensed companies
doing business in the State of Georgia with an A.M. Best Rating A-6 or higher and acceptable to
the City. Insurance requirements are included in the CONTRACT AGREEMENT (section K)
below.
BONDING REQUIREMENTS
Each bid must be accompanied with a BID BOND (bond only: certified checks or other forms
are not acceptable) in an amount equal to five percent (5%) of the base bid, payable to the City
of Milton. Said bid bond guarantees the bidder will enter into a contract to construct the project
strictly within the terms and conditions stated in this bid and in the bidding and contract
documents, should the construction contract be awarded.
The Successful Bidder shall be required to famish PAYMENT AND PERFORMANCE
BONDS for the faithful performance on the contract and a bond to secure payment of all claims
for materials furnished and/or labor performed in performance of the project, both in amounts
equal to one hundred percent (100%) of the contract price.
The Successful Bidder shall also be required to furnish a MAINTENANCE BOND, in the
amount of one-third (1/3) of the contract price, guaranteeing the repair or replacement caused by
defective workmanship or materials for a period of two (2) years from the completion of
construction.
Bonds shall be issued by a corporate surety appearing on the Treasury Department's most
current list (Circular 570 as amended) and be authorized to do business in the State of Georgia.
Bonds shall be on the forms provided by the City and subject to the review and approval of the
City Attorney.
Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners
shall execute Bond.
OATH
Prior to commencing the Work, the successful bidder shall execute a written oath as required by
O.C.G.A. §§ 32-4-122 and 36-91-21(e).
COST OF PREPARING A PROPOSAL
The costs for developing and delivering responses to this ITB and any subsequent presentations
of the proposal as requested by the City are entirely the responsibility of the bidder. The City is
not liable for any expense incurred by the bidder in the preparation and presentation of their
proposal. All materials submitted in response to this ITB become the property of the City of
Milton.
6 1 P a g e
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
BID FORM and ADDENDA ACKNOWLEDGEMENT
TO: PURCHASING OFFICE
CITY OF MILTON
MILTON, GEORGIA 30004
Ladies and Gentlemen:
In compliance with your Invitation To Bid, the undersigned, hereinafter termed the Bidder,
proposes to enter into a Contract with. the City of Milton, Georgia, to provide the necessary
machinery, tools, apparatus, other means of construction, and all materials and labor specified in
the Contract Documents or as necessary to complete the Work in the manner therein specified
within the time specified, as therein set forth, for:
Bid Number I3-PW7
FY13 Reconstruction & Resurfacing Project
The Bidder has carefully examined and fully understands the Contract, Specifications, and other
documents hereto attached, has made a personal examination of the Site of the proposed Work,
has satisfied himself as to the actual conditions and requirements of the Work, and hereby
proposes and agrees that if his bid is accepted, he will contract with the City of Milton in full
conformance with the Contract Documents.
Unless otherwise directed, all work performed shall be in accordance with the Georgia
Department of Transportation Standard Specifications, Construction of Transportation Systems
(current edition). All materials used in the process of completion of the work included in the
Contract will be furnished from Georgia Department of Transportation certified suppliers only.
It is the intent of this Bid to include all items of construction and all Work called for in the
Specifications, or otherwise a part of the Contract Documents.
In accordance with the foregoing, the undersigned proposes to furnish and construct the items
listed in the attached Bid schedule for the unit prices stated.
The Bidder agrees that the cost of any work performed, materials furnished, services provided or
expenses incurred, which are not specifically delineated in the Contract Documents but which
are incidental to the scope, intent, and completion of the Contract, shall be deemed to have been
included in the prices bid for the various items scheduled.
The Bidder further proposes and agrees hereby to promptly commence the Work with adequate
forces and equipment within ten (10) calendar days from receipt of Notice to Proceed and to
complete all Work within ninety (90) calendar days from the Notice to Proceed. If weather
affects the required completion schedule, The City and selected Bidder will negotiate a new
7 1 P a g e
completion date.
Attached hereto is an executed Bid Bond in the amount of Dollars �$
(Five Percent of Amount Bid).
If this bid shall be accepted by the City of Milton and the undersigned shall fail to execute a
satisfactory contract in the form of said proposed Contract, and give satisfactory Performance
and Payment Bonds, or furnish satisfactory proof of carriage of the insurance required within ten
days from the date of Notice of Award of the Contract, then the City of Milton may, at its
option, determine that the undersigned abandoned the Contract and there upon this bid shall be
null and void, and the sum stipulated in the attached Bid Bond shall be forfeited to the City of
Milton as liquidated damages.
Bidder acknowledges receipt of the following addenda:
Addendum No. Date viewed
Bidder further declares that the full name and resident address of Bidder's Principal is as
follows:
Signed, sealed, and dated this day of , 20
Bidder
Bidder Mailing Address:
Signature:
Print Name:
Title:
Company Name
(Seal)
8 1 P a g e
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
BID BOND
CITY OF MILTON, GEORGIA
BIDDER (Name and Address):
SURETY (Name and Address of Principal Place of Business):
OWNER (hereinafter referred to as the "City" (Name and Address):
City of Milton, Georgia
ATI'N: Purchasing Office
13000 Deerfield Parkway, Suite 107G
Milton, Georgia 30004
BID
BID DUE DATE:
PROJECT (Brief Description Including Location):
BOND
BOND NUMBER:
DATE (Not later that Bid due date):
PENAL SUM:
(Words)
(Figures)
IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby to the City, subject to
the terms printed below or on the reverse side hereof, do each cause this Bid Bond to be duly executed on
its behalf by its authorized officer, agent or representative.
{Seal)
Bidder's Name and Corporate Seal
By:
Signature and Title:
Attest:
Signature and Title:
SURETY
Surety's Name and Corporate Seal
BY:
Signature and Title:
(Attach Power of Attorney)
Attest:
Signature and Title:
eal)
9 1 P a g e
Note: (1) Above addresses are to be used for giving any notice required by the terms of this
Bid Bond.
(2) Any singular reference to Bidder, Surety, the City or any other party shall be
considered plural where applicable.
1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to the City upon Default of Bidder the penal sum
set forth on the face of this Bond.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required
by the Bidding Documents (or any extension of that time agreed to in writing by the City) the
executed Agreement required by the Bidding Documents and any performance and payment
Bonds required by the Bidding Documents.
3. This obligation shall be null and void if:
3.1 The City accepts Bidder's Bid and Bidder delivers within the time required by the
Bidding Documents (or any extension of that time agreed to in writing by the
City) the executed Agreement required by the Bidding Documents and any
performance and payment Bonds required by the Bidding Documents; or
3.2 All Bids are rejected by the City; or
3.3 The City fails to issue a Notice of Award to Bidder within the time specified in
the Bidding Documents (or any extension of that time agreed to in writing by
Bidder and, if applicable, consented to by Surety when required by paragraph 5
hereof).
4. Payment under this Bond will be due and payable upon Default by Bidder within 30
calendar days after receipt by Bidder and Surety of a written Notice of Default from the City,
which Notice will be given with reasonable promptness and will identify this Bond and the
Project and include a statement of the amount due.
5. Surety waives notice of, as well as any and all defenses based on or arising out of, any time
extension to issue a Notice of Award agreed to in writing by the City and Bidder, provided that
the total time, including extensions, for issuing a Notice of Award shall not in the aggregate
exceed 120 days from Bid due date without Surety's written consent.
6. No suit or action shall be commenced under this Bond either prior to 30 calendar days after
the Notice of Default required in paragraph 4 above is received by Bidder and Surety or later
than one year after Bid due date.
7. Any suit or action under this Bond shall be commenced only in a court of competent
jurisdiction located in the State of Georgia.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by personal
delivery, commercial courier or by United States Registered or Certified Mail, return receipt
101 P age
requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party
concerned.
9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on behalf
of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any applicable
requirement of any applicable statute that has been omitted from this Bond shall be deemed to be
included herein as if set forth at length. If any provision of this Bond conflicts with any
applicable statute, then the provision of said statute shall govern and the remainder of this Bond
that is not in conflict therewith shall continue in full force and effect.
11. The term "Bid" as used herein includes a Bid, offer or proposal, as applicable under the
particular circumstances.
12. The terms of this Bid Bond shall be governed by the laws of the State of Georgia.
11IPage
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
QUALIFICATIONS SIGNATURE AND CERTIFICATION
I certify that this offer is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a proposal for the same materials, supplies, equipment, or
services and is in all respects fair and without collusion or fraud_ I understand collusive bidding
is a violation of State and Federal Law and can result in fines, prison sentences, and civil damage
awards. I agree to abide by all conditions of the proposal and certify that I am authorized to sign
this proposal for the proposer. I further certify that the provisions of the Official Code of
Georgia Annotated, including but not limited to Title 32, Chapter 4, Article 4, Part 2 and
Sections 45-10-20 et seq. have not been violated and will not be violated in any respect.
Authorized Signature,
Print/Type Name
Print/Type Company Name Here
I,
Date
CORPORATE CERTIFICATE
certify that I am the Secretary of the Corporation
named as Contractor in the foregoing bid; that
who signed said bid in behalf of the Contractor, was then (title)
of said Corporation; that said bid was duly signed for and in behalf of said Corporation by
authority of its Board of Directors, and is within the scope of its corporate powers; that said
Corporation is organized under the laws of the State of
This
(Signature)
day of 320
121Page
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
LIST OF SUBCONTRACTORS
I do , do not , propose to subcontract some of the work on this project. I
propose to Subcontract work to the following subcontractors:
Company Name:
131Pag
]KIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
EXHIBIT "F"
STATE OF GEORGIA
Xti IK93_a13_110I 1U,
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91,
stating affirmatively that the individual, firm, or corporation which is contracting with the City of Milton
has registered with and is participating in a federal work authorization program, in accordance with the
applicability provisions and deadlines established in O.C.G.A. § 13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection
with the physical performance of services pursuant to this contract with the City of Milton, contractor will
secure from such subcontractor(s) similar verification of compliance with O.C.G.A. § 13-10-91 on the
Subcontractor Affidavit provided in Rule 300-10-01-.08 in the form attached hereto as Exhibit "G"
Contractor further agrees to maintain records of such compliance and provide a copy of each such
verification to the City of Milton at the time the subcontractor(s) is retained to perform such service.
EEV 1 Basic Pilot Program User Identification Number
BY: Authorized Officer or Agent Date
(Print Contractor Name)
Title of Authorized Officer or Agent of Contractor
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
DAY OF 200
Notary Public
My Commission Expires:
141Page
JBIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
BID SCHEDULE
ITEM
ITEM
UNITS
QUANTITY UNIT
TOTAL
NUMBER
DESCRIPTION
PRICE
AMOUNT
150-1000
Traffic Control
LS
1
301-2260
Cement Stabilized Base Variable Depth
SY
71,000
301-5000
Portland Cement
TN
2,100
310-1101
Gr Aggr Base Crs
TN
1,000
402-1802
Asphalt Concrete Patching including
TN
4,500
Bituminous Material & N Lime 3 in.
Recycled Asphalt Concrete 9.5 MM
402-3102
Superpave, Tp II, Blend 1, Including
TN
4,250
Bituminous Material and H -Lime 1.5
in. LMIG
Recycled Asphalt Concrete 9.5 MM
402-3103
Superpave GP 2 Only Including
,TN
10,500
Bituminous Material and H -Lime 1.5
in.
432-5010
Mill Asphalt Concrete Pavement,
SY
23,000
Variable Depth
600-1000
Flowable kill
CY
500
653-0120
Thermoplastic Pavement Marking
EA
16
Arrow, Type 2
653-1104
Thermoplastic Solid Traffic Stripe, 24"
LF
200
White
653-2501
Thermoplastic Solid Stripe, 5" White
LM
11
653-2502
Thermoplastic Solid Stripe, 5' Yellow
LM
11
653-4501
Skip Traf Stripe, 5" White
LF
1,()[10
653-6006
Thermoplastic Solid Traffic Stripe, 8"
SY4000
Yellow
151Page
Total Bid Price S
Print Total Bid Price
Fill out "Unit Price" column, "Total Amount" column, and "Total Bid Price"
Actual price to the City will be based on actual quantity multiplied by the bid "Unit Price"
Number of days to complete project (exclude weather related days)
In compliance with the attached Specification, the undersigned offers and agrees that if this Bid
is accepted, by the City Council within One Hundred and Twenty (120) days of the date of Bid
opening, that he will furnish any or all of the Items upon which Prices are quoted, at the Price set
opposite each Item, delivered to the designated point(s) within the time specified in the Bid
Schedule.
COMPANY
ADDRESS
AUTHORIZED SIGNATURE
PRINT 1 TYPE NAME
TITLE
161Page
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
DISCLOSURE FORM
This form is for disclosure of campaign contributions and family member relations with City of
Milton officials/employees.
Please complete this form and return as part of your bid package when it is submitted.
Name of Bidder
Name and the official position of the Milton Official to whom the campaign contribution was
made (Please use a separate form for each official to whom a contribution has been made in the
past two (2) years.)
List the dollar amount/value and description of each campaign contribution made over the past
two (2) years by the Applicant/Opponent to the named Milton Official.
AmountlValue Description
Please list any family member that is currently (or has been employed within the last 9 months)
by the City of Milton and your relation:
171Page
Cela r1�:7►11Kf]►1-�7-II=11=[i7►i�"
Unless otherwise directed, all work performed under this contract shall be in accordance with the
Georgia Department of Transportation Standard Specifications, Construction of Transportation
Systems (current edition), and Special Provisions modifying them, except as noted below.
SECTION 101 DEFINITION AND TERMS
Section 101.14 Delete as written and substitute the
COMMISSIONER following:
DIRECTOR OF PUBLIC WORKS, CITY
OF MILTON
Section 101.22 Delete as written and substitute the
DEPARTMENT following:
PUBLIC WORKS DEPARTMENT CITY
OF MILTON
Section 101.24 Delete as written and substitute the
ENGINEER following:
DIRECTOR OF PUBLIC WORKS, CITY
OF MILTON, ACTING DIRECTLY OR
THROUGH A DULY AUTHORIZED
REPRESENTATIVE OF THE DIRECTOR
Section 101.84 Add: DIRECTOR OF PUBLIC WORKS
CITY OF MILTON
SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS
Section 102.05 EXAMINATION OF PLANS, Add the following paragraph:
SPECIFICATIONS, SPECIAL PROVISIONS,
AND SITE OF THE WORK "The City will not be responsible for
Bidders' errors or misjudgment, nor for any
information on local conditions or general
laws and regulations."
Section 102.07 REJECTION OF Add the following subparagraphs
PROPOSALS
"I. The City reserves the right to reject any
and all bids, to waive technicalities, and to
make an award as deemed in its best
181I'age
Section 102.08 PROPOSAL
GUARANTY
Add Section 102.15
ADDENDA AND INTERPRETATION
Section 102.09
DELIVERY OF PROPOSALS:
interest. It is understood that all bids are
made subject to this Agreement, that the
City reserves the right to award the bid to
the lowest, responsible Bidder, and in
arriving at this decision, full consideration
will be given to the reputation of the Bidder,
his financial responsibility, and work of this
type successfully completed.
"J. The City also reserves the right to reject
any and all bids from any person, firm, or
corporation who is in arrears in any debt or
obligation to The City of Milton, Georgia."
Substitute the following for the first
sentence
"No bid will be considered unless it is
accompanied by an acceptable bid bond an
amount not less than five percent (5%) of
the amount bid and made payable to City of
Milton, Georgia. Such Bid Bond shall be on
the forms provided by the City."
Delete in its entirety and substitute the
following:
Bids shall be submitted on the Bid Form
provided by the City.
The bid package as described in Notice to
Contractors, Page 1 must be submitted with
the bid. Failure to do so could result in the
omission of pertinent documents and the
rejection of the apparent low bid."
Add the following as 102.15:
"No interpretation of the meaning of the
Contract Documents will be made orally to
any Bidder. Any request for such
interpretation should be in writing addressed
to the Purchasing Department, The City of
191Page
Section 103.02 AWARD OF CONTRACT
Section 103.05 REQUIREMENTS OF
CONTRACT BONDS
Section 143.07 FAILURE TO
EXECUTE CONTRACT
Milton 13000 Deerfield Pkwy., Suite 107G
Milton, Ga. 30004. TEL. 67$1242-2500,
FAX 6781242-2499.Each such interpretation
shall be given in writing, separately
numbered and dated, and furnished to each
interested Bidder. Any request not received
in time to accomplish such interpretation
and distribution will not be accepted.
AWARD OF AWARD AND
EXECUTION OF CONTRACT
Delete in its entirety and substitute
the following:
"The contract, if awarded, shall be awarded
to the lowest responsible bidder. The City of
Milton reserves the right to exercise
exclusive discretion as to the responsibility
of any bidder.
The contract shall be executed on the forms
attached, will be subject to all requirements
of the Contract Document, and shall form a
binding Contract between the contracting
parties."
Delete in its entirety and substitute the
following:
"At the time of the execution of the contract,
and as a part thereof, the successful bidder
shall furnish Contract Bond Below:
Performance Bond in the full amount of the
contract. Payment Bond in the full amount
of the contract. Maintenance bond in the
amount of one-third (113) of the contract. "
Delete in its entirety and substitute the
following:
"Failure to execute the Contract
Performance, Payment or Maintenance
Bonds, or furnish satisfactory proof of
201Page
carriage of the insurance required within ten
days after the date of Notice of Award of the
Contract, may be just cause for the
annulment of the award and for the
forfeiture of the proposal guaranty to the
City of Milton, not as a penalty, but as
liquidation of damages sustained. At the
discretion of the City, the award may then
be made to the next lowest bidder, may be
re -advertised, or may be constructed by City
forces. The Contract and Contract bonds
shall be executed in quadruplicate."
SECTION 107 LEGAL REGULATIONS AND RESPONSIBILITY TO THE PUBLIC
Section 107.18 ACQUISITION OF
RIGHT OF WAY
Section 107.21 CONTRACTORS
RESPONSIBILITY FOR UTILITY
PROPERTY AND SERVICE
SECTION 109
Section 109.07 PARTIAL PAYMENTS
Add the following paragraph:
"The Contractor shall inspect all easements
and rights-of-way to ensure that the City has
obtained all land and rights-of-way
necessary for completion of the Work to be
performed pursuant to the Contract
Documents. The Contractor shall comply
with all stipulations contained in easements
acquired by the Department."
Add the following sentence to
Paragraph A:
"The Contractor is responsible for the
location of above and below ground Utilities
and structures which may be affected by the
Work."
MEASUREMENT AND PAYMENT
Delete the first sentence of the
Second Paragraph under `A. General"
As long as the gross value of completed
work is less than 50% of the total Contract
amount, or if the Contractor is not
21 IPage
maintaining his construction schedule to the
satisfaction of the Engineer, the Department
shall retain 10% of the gross value of the
work that has been completed as indicated
by the current estimate certified by the
Engineer for payment.
Section 109.08 FINAL PAYMENT Delete in its entirety and substitute
the following.
"Final Payment: Upon completion by the
Contractor of the work, including the receipt
of any final written submission of the
Contractor and the approval thereof by the
Department, the CITY will pay the
Contractor a sum equal to 100 percent
(100%) of the compensation set forth herein,
less the total of all previous partial
payments, paid or in the process of payment.
The Contractor agrees that acceptance of
this final payment shall be in full and final
settlement of all claims arising against the
CITY for work done, materials furnished,
costs incurred, or otherwise arising out of
this Agreement and shall release the CITY
from any and all further claims of whatever
nature, whether known or unknown for and
on account of said Agreement, and for any
and all work done, and labor and materials
furnished, in connection with same."
221Page
***NOTICE TO CONTRACTORS"* x
EPD AIR QUALITY RULES ON OPEN BURNING REFER TO CHAPTER
391-3-1-42-05
For additional/information, please contact:
Georgia Department of Natural Resources
Environmental Protection Division
Air Protection Branch
4244 International Parkway, Suite 120
Atlanta, GA 30354
4041363-7000; 4041362-2534 — FAX
231Page
PROJECT SPECIFICATIONS
PROJECT DESCRIPTION
The City of Milton Public Works Department (City) requests for interested parties to submit
formal sealed bids/proposals for the full depth reclamation (FDR) and resurfacing project.
The project segments locations are depleted on the attached location map and further described
as follows:
FDR of Hamby Rd — beginning at Hopewell Rd and ending at the Forsyth County line.
Stripe to match and cut in butt joints on both ends. We have added a flow able fill line
item to be used in case we come across any voids at the bridge approaches for both
bridges.
Asphaltic Concrete Surface Course
1.5" of 9.5 mm Type II Superpave
Asphaltic Concrete Binder Course
2.5" of 19mm Superpave
FDR Section
13"
FDR Cement Content
6%
Required 7 day Laboratory Compressive
300/300 psi
Strength (lab/field)
FDR Recommended Minimum Degree of
Compaction ( % of Standard Proctor Maximum
98
Dry Density
FDR of Dinsmore Rd from Freemanville Road ending at Thompson Rd. Stripe to match
and cut in butt joints on both ends We have added a flow able fill line item to be used in
case we coxae across any voids at the bridge approaches.
Asphaltic Concrete Surface Course
1.5" of 9.5 mm Type lI Superpave
Asphaltic Concrete Binder Course
2" of 19mm Superpave
FDR Section
9"
FDR Cement Content
5%
Required 7 day Laboratory Compressive
Strength ( lab/field)
430130b psi
241Page
FDR Recommended Minimum Degree of
Compaction (% of Standard Proctor Maximum 98
Dry Density
FDR of Bethany Rd starting at the City Limits and ending the new asphalt joint at the
Bethany Rd/ Providence Rd intersection. Stripe to match and cut in butt joints on both
ends.
Asphaltic Concrete Surface Course
1.5" of 9.5 mm Type II Superpave
Asphaltic Concrete Binder Course
2" of 19mm Superpave
FDR Section
12"
FDR Cement Content
6%
Required 7 day Laboratory Compressive
375134+1 psi
Strength ( lab/field)
FDR Recommended Minimum Degree of
Compaction ( % of Standard Proctor Maximum
98
Dry Density
Resurfacing and Patching
- Green Rd starting at Crabapple Rd and ending at Arnold Mill Rd- Edge mill 1.5",
patch 3" as directed, stripe to match, and overlay 1.5" with 9.5mm superpave.
LMIG Resurfacing
Henderson Rd starting at Birmingham Rd and ending at Freemanville Rd-, patch 3"
as directed, overlay 1.5" with 9.5mm superpave and stripe to match.
- Mountain Rd starting at the City limit and ending at Hopewell Rd- patch 3" as
directed, overlay 1.5" with 9.5rnm superpave and stripe to match.
Wilkie Rd starting at Mountain Rd and ending at the Cherokee County Line- patch 3"
as directed overlay 1.5" with 9.5mm superpave and stripe to match.
- Cogburn Rd starting at Windward Pkwy intersection and ending at the Alpharetta
City limit.Patch 3" as directed, and overlay 1.5" with 9.5rnm superpave and stripe to
match.
■ Resurfacing of Residential Streets
- Lexington Place Ln- Edge mill, patch as directed, overlay 1.5" with 9.5mm and stripe
251Page
to match
- Providence Lake Dr. - Edge mill, patch as directed, overlay 1.5" with 9.5mm and
stripe to match.
- Buckland Run- Edge mill, patch as directed, and overlay 1.5" with 9.5mm and stripe
as directed.
- Double Creek Ln- Patch as directed and overlay 1.5" with 9.5mm and stripe as
directed.
- Uplands Ct- Patch as directed, and overlay with 1.5" of 9.5mm.
- Glendalough Ct- Edge mill, patch as directed, and overlay with 1.5" of 9.5mm.
- Kiltirnan Ct- Edge mill, patch as directed, and overlay with 1.5" of 9.5mm.
- Bray Ct- Edge mill, patch as directed, and overlay with 1.5" of 9.5mm.
- Petersford Way- Edge mill, patch as directed, and overlay 1.5" with 9.5mm.
- Croyton Terrace- Edge mill, patch as directed, and overlay 1.5" with 9.5mm.
- Cammngate Ct- Edge mill, patch as directed, and overlay 1.5" with 9.5mm.
- Berkshire Ln- Edge mill, patch as directed, and overlay 1.5" with 9.5mm.
- Wystead Ct- Edge mill, patch as directed, and overlay 1.5" with 9.5mm.
This project shall follow Georgia Department of Transportation Specifications. The most current
GDOT Specifications and shelf Special Provisions apply to all work performed under this
contract.
In case of discrepancy between the unit price and the total price on the completed Bid Schedule,
the unit price will prevail and the total price will be corrected.
To bid on this contract, the Contractor must be listed on the current Georgia Department of
Transportation Pre -Qualified Contractors list. No exceptions. Additionally, vendor must have a
minimum of 5 verifiable years' experience on pull Depth Reclamation with cement as the
additive or a minimum of 10 lane miles of experience with a city or county on Full Depth
Reclamation with cement as the additive; and, an 8 -foot wide minimum reclamation machine
would be desired but other larger widths may be acceptable.
The contractor shall submit with the bid a qualification sheet listing projects that meet the
experience requirement along with references. List should include project date, location, lane
miles, description, and contact info.
SPECIAL PROVISIONS
All work associated with this contract shall meet the Georgia DOT standard specifications for
construction materials, methods and procedures not specifically listed in this solicitation.
The following are special provisions prepared specifically for this contract and may be in conflict
with parts of the standard specifications. If conflicts are evident the special provisions shall take
precedence over the standard specifications.
261Page
August 25, 2003
Georgia Department of Transportation
Special Provision
Section 301—Soil Cement
Retain Section 301 and add the following:
Section 301—Cement Stabilized Reclaimed Base Construction
301.1 General Description
This work includes constructing a cement stabilized base course by pulverizing the existing pavement structure and
mixing with Portland cement to the depth specified on the plans. Construct according to these Specifications and to
the lines, grades, thickness, and typical cross-sections shown on the Plans or established by the Engineer.
301.1.01 Related References
A. Standard Specifications
Section? 412—Bituminous Prime
Section 800—Coarse Aggregate
Section 814—Soil Base Materials
Section 821—Cutback Asphalt
Section 830—Portland Cement
Section 880—Water
B. Referenced Documents
General Provisions 101 through 150
GDT Test Methods
GDT 19 GDT 21
GDT 65
GDT 86
GDT 20 GDT 59
GDT 67
301.1.01 Submittals
Before constructing a test section according to Subsection 301.3.04,E.1, submit a Construction Work Plan to the
Engineer. Include proposed equipment and proposed compaction procedures. If the Engineer determines that the
Work Plan is not satisfactory, revise the compaction procedure and augment or replace equipment, as necessary, to
complete the Work.
301.2 Materials
271 Page
Ensure that materials meet the requirements of the following Specifications:
Material
Section
Blotter material (sand)
412.3.05.G-3
Coarse Aggregate
800
Soil Base Mate6al
814.2.02
Cutback asphalt, RC -30, RC -70, RC -250 or MC -30, MC -70, MC -250
821.2.01
Portland Cement (Type i or Type Il)
830.2.01
Water
880.2.09
301.3 Construction Requirements
301.3.01 Personnel
Ensure that only experienced and capable personnel operate equipment_
301.3.02 Equipment
Use equipment that has been approved by the Engineer before construction begins. Provide equipment in
satisfactory condition capable of continuously mixing materials (pavement structure, soil, water, and cement) to a
consistent depth. Use equipment capable of providing a homogenous blend.
301.3.03 Preparation
Loosen and pulverize the in-place pavement structure to the width and depth to be stabilized without damaging the
underlying materials. Add water to assist pulverization if necessary.
301.3.04 Construction
1. Weather Limitations
1. Mix cement -stabilized base only when the weather permits the course to be finished without interruption
within the time specified.
2. Mix materials only when the moisture of the materials to be used in the mixture meets the specified limits.
3. Begin mixing only when the air temperature is above 40°F (4°C) in the shade and rising.
4, if the work is interrupted for more than two hours after cement has been added, or if rain increases the
cement's moisture content outside the specified limits, the affected area of completed cement -stabilized
base course will be tested for unconfined compressive strength, in accordance with Section E - Strength.
2. Moisture Adjustment
Adjust the moisture content of the roadway materials to within 100 to 120 percent of the optimum moisture
immediately before spreading the cement. The optimum moisture content is determined by the Job Mix Design
and can be adjusted by the Engineer.
3. Cement Application
1. Uniformly spread the required amount of Portland cement with a cyclone -type mechanical spreader or its
equivalent. Do not use pneumatic tubes to transfer the cement £torn the tanker directly onto the material to
be stabilized.
281Page
2. Apply cement at the rate specified on the Job Mix Design (as established by GDT -65) and mix to the depth
shown on the Plans. The Engineer may alter the spread rate during the progress of construction if
necessary. Maintain the application rate within + 10 percent of that specified by the Engineer.
3. Provide both equipment and personnel to measure the application rate of cement placed.
4. Apply cement on days when wind will not interfere with spreading.
5. If the cement content is below the 10 percent limit in the mixing area, add additional cement to bring the
affected area within the tolerance specified and recalibrate the mechanical spreader's spread rate. If the
cement content is more than the 10 percent limit in the mixing area, the excess quantity will be deducted
from the Contractor's pay for cement.
6. Regulate operations to limit the application of cement to sections small enough so that all of the mixing,
compacting, and finishing operations can be completed within the required time limits.
7. Pass only spreading and mixing equipment over the spread cement and operate this equipment so that it
does not displace cement.
8. Replace damaged cement at no cost to the Department when damage is caused by:
■ Hydration due to rain, before or during mixing operations.
■ Spreading procedures contrary to the requirements stated above.
■ Displacement by the Contractor's equipment or other traffic.
9. Do not spread cement on any areas that "pump" under construction traffic.
D. Mixing
1. Begin mixing as soon as possible after the cement is spread, and continue until a homogeneous and uniform
mixture is produced. Make any necessary changes to meet the Engineer's requirements if the equipment
does not produce a homogeneous and uniform mixture conforming to these Specifications.
2. Continue pulverizing until the base mixture is uniform in color and conforms to the following gradation
requirements
1. 95 percent passing the 2 inch (50mm) sieve
2. 55 percent of the roadway material, excluding gravel, passes the No. 4 (4.75mm) sieve.
3. Add water as needed to maintain or bring the moisture content to within the moisture requirements
immediately after the preliminary mixing of the cement and roadway material.
4. Mix the additional water homogeneously into the full depth of the mixture.
E. Compaction and Finishing
Test Section
1. Use the fust section of each constructed cement -stabilized base course as a test section.
2. Construct a test section between 350 feet (100m) and 500 feet (I 50m) long at the designated width.
c. The Engineer will evaluate compaction, moisture, homogeneity of mixture, thickness of stabilization,
and finished base surface. If the Engineer deems necessary, revise the compaction procedure or
augment or replace equipment.
2. Time Limits
a. Begin compaction within 45 minutes from the time water is added to the cement mixture.
b. Complete compaction within 2 hours.
c. Complete all operations within 4 hours, from adding cement to finishing the surface.
d. Do not perform vibratory compaction on materials more than 90 minutes old, measured from the time
cement was added to the mixture.
3. Moisture Control
291Page
During compaction, ensure that the moisture is uniformly distributed throughout the mixture at a level of
between 100 and 120 percent of the optimum moisture content.
4. Compaction Requirements
a. Use a steel wheel roller for initial compactive effort unless an alternate method is approved by the
Engineer.
b. Compact the cement-stabiiized base course to at least 98 percent of the maximum dry density
established on the Job Mix Design.
c. Uniformly compact the mixture and then shape to the grade, line, and cross- section shown on the
PIans.
d. Remove all loosened material accumulated during the shaping process. Do not use additional layers of
cement -treated materials in order to conform to cross-sectional or grade requirements.
e. Use a pneumatic -tired roller to roll the finished surface until it is smooth, closely knit, and free from
cracks or deformations, and conforming to the proper line, grade, and cross-section.
f. In places inaccessible to the roller, obtain the required compaction with mechanical tampers approved
by the Engineer. Apply the same compaction requirements as stated above in Subsection 301.3.04.E.4.
g. Perform grading operations immediately after the placement and compaction operations. Moll the
stabilized base course again with a pneumatic -tired roller.
F. Construction Joints
1. Form a straight transverse joint at the end of each day's construction or whenever the Work is interrupted.
2. Create the straight transverse joint by cutting back into the completed Work to form a true vertical face free
of loose or shattered material.
3. Form the joint at least 2 feet (600mm) from the point where the spreader strike -off plate comes to rest at the
end of the day's work, or at the point of interruption.
4. Form a longitudinal joint as described above if cement -stabilized mixture is placed over a large area where
it is impractical to complete the full width during one day's work. Use the procedure for forming a straight
transverse joint. Remove all waste material from the compacted base.
G. Priming the Base
1. The surface of the completed base course must be moist cured until the bituminous prime is applied.
2. Apply prime only to an entirely moist surface. If weather delays prime application, apply prime as soon as
the surface moisture is adequate
3. Apply bituminous prime according to Section 412 as soon as possible and in no case later than 24 hours
after completion of the finishing operations.
4. Maintain and protect the curing seal for seven days.
5. Protect finished portions of the cement -stabilized base course that are used by equipment in the
construction of an adjoining section to prevent marring or damaging of the completed Work. Protect the
stabilized area from freezing during the curing period.
H. Opening to Traffic
1. Do not permit any traffic or equipment on the finished surface of the base course until the prime has
hardened enough so that it does not pick up under traffic. For the first seven days after priming, restrict
traffic to lightweight vehicles such as passenger cars and pickup trucks. Do not allow vehicles with an
average axle toad exceeding 20,000 pounds (9Mg) on the unfinished base at any time.
2. Correct any failures caused by traffic at no additional cost to the Department.
1. Protection of Course
Maintain the base course until the Engineer determines that it has sufficiently cured and is ready to be covered
with the pavement course. Make repairs specified in Subsection 300.3.06.13, whenever defects appear. This
301Page
preservation action does not relieve the Contractor of his responsibility to maintain the Work until final
acceptance as specified in Section 105.
301.3.06 Quality Acceptance
A. Compaction Tests
1. Determine the maximum dry density from representative samples of compacted material, according to
GDT 19 or GDT 67.
2. Determine the in-place density of finished courses according to GDT 20, GDT 21 or GDT 59 , as soon as
possible after compaction, but before the cement sets.
B. Gradation Test
Ensure that the gradation of the completely mixed cement -stabilized base course meets the requirements of
Subsection 301.3.04.D.2.
C. Finished Surface
Check the finished surface of the cement -stabilized base course transversely.
Check the surface using a 15 ft (4.5 m) straightedge parallel to the centerline.
Additionally, use one of the following tools:
a. A template, cut true to the required cross-section and set with a spirit level on non-superelevated
sections
1.) A system of ordinates, measured from a stringline
A surveyor's level
Ensure that ordinates measured from the bottom of the template, stringline, or straightedge, to the surface do not
exceed 112 in (12 mm) at any point.
Correct any variations from these requirements immediately according to Subsection 300.3.06.B, "Repairing
Defects. "
C. Thickness Tolerances
1. Thickness Measurements
Determine the thickness of the cement -stabilized base course, by making as many checks as necessary to
determine the average thickness, but not less than one check per 1000 feet (300m) per 2 lanes.
2. Excess Thickness
a. Determine the average thickness per linear mile (kilometer) from all measurements within each mile
(kilometer) increment.
• Ensure that the average thickness does not exceed the specified thickness by more than 1/2 in (13 mm).
c. If the basis of payment is per cubic yard (meter), and the average thickness for any mile (kilometer)
increment exceeds the allowable 1/2 in (13 mm) tolerance, the excess quantity in that increment will be
deducted from the Contractor's payments.
d. The excess quantity is calculated by multiplying the average thickness that exceeds the allowable '/z in
(13 mm) tolerance by the surface area of the base, as applicable.
E. Strength
1. Ensure that the strength of the completed cement -stabilized base course is at least 300psi (20700a), as
determined from testing the unconfined compressive strength of cores from the completed course in
accordance with GDT 86.
2. If a strength test falls below 300psi (207OkPa), do the following:
31 1l'age
a. Isolate the affected areas by securing additional cores every 75 feet (23m) on each side of the failing
area.
b. Average all compressive strengths in the affected area to determine the basis for corrective work
according to the following table or the Engineer's directions.
Compressive Strength
Corrective Work
300 psi (2070 kPa) or greater
None
200 psi (1380 kPa) to 299 psi (2069 kPa)
6" & S" (150mm & 200mm) base — add 1351b*d2 (75kglm2) asphaltic concrete
Less than 200 psi (1380kPa)
Reconstruct affected area
Notes:
1) Ensure that a corrected area requiring asphaltic concrete is at least 150ft (45m) long and covers the full width of the
cement -stabilized base surface.
2) Perform corrective work requiring asphaltic concrete or reconstruction at no additional cost to the Department.
301.4 Measurement
A. Base Material
Measure base material by the cubic yard (meter), loose volume, as specified in Section 109, during mixed-in—
place construction when it is necessary to add materials to the roadbed or to build up the base with new
material.
B. Cement -Stabilized Base Course
Measure the surface length along the centerline when payment is specified by the square yard (meter). The
width is specified on the Plans. Measure irregular- areas, such as turnouts and intersections, by the square yard
(meter).
C. Portland Cement
Measure Portland cement by the ton (megagram).
D. Bituminous Prime
Bituminous prime is not measured for separate payment. Include the cost of furnishing and applying bituminous
prime according to the provisions of Section 412 in the Unit Price Bid for each individual base item.
E. Coarse Aggregate
Measure coarse aggregate by the ton (megagram).
301.5 Payment
A. Base Material
When it is necessary to add other materials to those in the roadbed, or to build up the base with entirely new
materials, the added base materials, will be paid for at the Contract Unit Price per square yard (meter),
complete, in place, and accepted. Payment will be full compensation for soil -cement material, mixing in the pit,
loading, unloading, and spreading.
B. Cement -Stabilized Base Course
Cement -stabilized base, in-place and accepted, will be paid for at the Contract Unit Price per square yard
(meter). Payment will be full compensation for roadbed preparation, mixing on the road, shaping, pulverizing,
watering, compaction, defect repair, bituminous prime and maintenance.
C. Portland Cement
321Page
Portland cement will be paid for at the Contract Unit Price per tori (megagram). Payment is full compensation
for furnishing, hauling, and applying the material. Only Type I or Type 11 Portland cement incorporated into the
finished course will be paid for and no payment will be made for cement used to correct defects due to the
Contractor's negligence, faulty equipment, or error.
D. Coarse Aggregate
Coarse aggregate will be paid for at the Contract Unit Price per ton (megagram). Payment is full compensation
for furnishing, hauling, spreading, watering, shaping, and compacting the material.
Payment will be made under:
Item No. 331
Base --including material
Per cubic yard (meter)
Item No. 301
Cement Treated Base Course
Per square yard (meter)
Item No. 301
Type I or Type 11 Portland Cement
Per ton (megagram)
Item No. 804
Coarse Aggregate — including material
Per ton (megagram)
331Page
PROSECUTION AND PROGRESS
The City desires to have all work completed by September 30, 2013. Please indicate on the Bid
Sheet your projected response time and calendar days to complete the project. This information
will be considered when awarding this contract.
Construction shall begin no later than 10 calendar days following the Notice to Proceed. The
Contractor will mobilize with sufficient forces such that all construction identified as part of this
contract shall be substantially completed within the calendar days indicated on the Bid Schedule.
Inclement weather days will not count against the available calendar days.
Normal workday for this project shall be 9:00 am to 4:00 pm and the normal workweek shall be
Monday through Friday. The City will consider extended workdays or workweeks upon written
request by the Contractor on a case by case basis. No work will be allowed on City recognized
holidays including Labor Day.
The work will require bidder to provide all labor, administrative forces, equipment, materials and
other incidental items to complete all required work. The City shall perform a Final Inspection
upon completion of all work. The contractor will be allowed to participate in the Final
Inspection. All repairs shall be completed by the contractor at his expense prior to issuance of
Final Acceptance. 10% retainage will be held from the total amount due the contractor until Final
Acceptance of work is issued by the City.
The contractor shall provide all materials, labor, and equipment necessary to perform the work
without delay unto completion. The scope of work includes pulverizing the existing pavement;
constructing a stabilized base; installing topping; and as further described in the project
specifications. The deceleration lanes into subdivisions and business' will not require full depth
reclamation, but will require edge milling to tie-in properly to curbs and side streets.
PERMITS AND LICENSES
The contractor shall procure all permits and licenses, pay all charges, taxes and fees, and give all
notices necessary and incidental to the due and lawful prosecution of the work.
OC/OA TESTING OF MATERIALS
The Contractor will be responsible for all quality control testing (sampling, testing, and
inspections) of materials incorporated into the project. All materials and workmanship shall meet
appropriate GDOT specifications. Materials quality control testing types will meet GDOT
specifications at a frequency equal to or exceeding that set by those specifications.
Contractor shall secure the services of a GDOT qualified geotechnical testing firm to perform all
required tests. Test results shall be provided to the City promptly as the work progresses. Tests
341Page
shall meet GDOT Specs for type, method, and frequency. This work shall be considered
incidental to the rest of the work and no separate payment will be made.
Contractor will be responsible for replacing any work performed with material from rejected
sample lot at no cost to the City.
DEVIATION OF QUANTITIES
The quantities given are estimates only and will vary from those indicated. Payment will be
made based on actual quantities of work completed and accepted. The City reserves the right to
add or delete quantities at any time. Contractor will notify the City in writing if additional items
are identified or quantities of contract items will exceed plan. At no time will contractor proceed
with work outside the prescribed scope of services for which additional payment will be
requested without the written authorization of the City.
UTILITIES
Contractor shall be responsible for coordinating any utility relocation necessary to the
completion of the work.
TEMPORARY TRAFFIC CONTROL
The contractor shall, at all times, conduct his work as to assure the least possible obstruction of
traffic. The safety and convenience of the general public and the residents along the roadway and
the protection of persons and property shall be provided for by the contractor as specified in the
State of Georgia, Department of Transportation Standard Specifications Sections 104.05, 107.09
and 154.
Traffic whose origin and destination is within the limits of the project shall be provided ingress
and egress at all times unless otherwise specified by the City. The ingress and egress includes
entrances and exits VIA driveways at various properties, and access to the intersecting roads and
streets. The contractor shall maintain sufficient personnel and equipment (including flaggers and
traffic control signing) on the project at all times, particularly during inclement weather, to insure
that ingress and egress are safely provided when and where needed.
Pilot vehicles will be required during all FDR work and placement of bituminous surface
treatment or asphaltic concrete on two-lane roadways unless otherwise specified. Pilot vehicles
shall meet the requirements of the MUTCD.
Two-way traffic shall be maintained at all times unless otherwise specified or approved by the
City. In the event of an emergency situation, the Contractor shall provide access to emergency
vehicles and/or emergency personnel through or around the construction area. Any pavement
351 Page
damaged by such an occurrence will be repaired by the Contractor at no additional cost to the
City.
The contractor shall furnish, install and maintain all necessary and required barricades, signs and
other traffic control devices in accordance with the latest MUTCD and GDOT specifications, and
take all necessary precautions for the protection of the workers and safety of the public. The
contractor shall provide 4 variable message boards to be placed at the direction of the City.
All existing signs, markers and other traffic control devices removed or damaged during
construction operations will be reinstalled or replaced at the contractor's expense. At no time
will contractor remove regulatory signing which may cause a hazard to the public. The
Contractor shall, within 24 hours place temporary pavement markings (paint or removable tape)
matching existing pavement markings on milled or patched pavements.
All personnel and equipment required for maintaining temporary traffic control, public
convenience and safety will not be paid for separately and shall be incidental to other pay items.
PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE
The contractor shall be responsible for the preservation of all public and private property, crops,
fish ponds, trees, monuments, highway signs and markers, fences, grassed and sodded areas, etc.
along and adjacent to the highway, road or street, and shall use every precaution necessary to
prevent damage or injury thereto, unless the removal, alteration, or destruction of such property
is provided for under the contract. No stone or asphalt chunks shall be left in the right-of-way
and screened topsoil shall be placed in all disturbed areas before grassing. Contractor is
responsible for ensuring that all permanent grassing shall match the existing grassing.
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, rebuilding or otherwise restoring as may be directed, or she/he
shall make good such damage or injury in an acceptable manner. The contractor shall correct all
disturbed areas before retainage will be released.
PAVEMENT MILLING
The milling equipment shall be a power driven, self-propelled machine which is specifically
designed to mill and remove a specified depth of existing asphalt paving. The equipment shall be
of size, shape and dimensions so as not to restrict the safe passage of traffic in areas adjacent to
the work. Conveyors capable of side, rear or front loading shall be provided together with the
necessary equipment to transfer the milled material from the roadway to a truck. Dust control
shall be such as not to restrict visibility of passing traffic or annoy adjacent property owners.
361Page
Deceleration lanes into subdivisions will not require full depth reclamation unless directed by the
city. In these and any other areas not identified for reclamation, the contractor shall provide
profile milling for the entire width of the deceleration lane. The contractor shall also mill side
streets to provide an adequate tie-in. The side streets shall be milled from the edge of travel lane
to the radius point of the side street or up to a maximum 15' of the travel lane.
The contractor shall also mill across the whole roadway at the beginning and ending limits of the
project to provide an adequate tie-in with existing pavements.
Edge milling shall match the depth of the overlay.
Topping shall be tapered/feathered so as to tie into existing driveways with the best possible ride
and aesthetic result. Tie-ins shall be marked on the ground and approved by the City prior to
paving.
Areas where no curb exists are not to be milled except to provide adequate tie-in with existing
pavement. The milling operation shall provide a pavement surface that is true to line, grade and
cross-section and of uniform texture.
A ten foot straightedge shall be maintained in the vicinity of the milling operation at all times for
the purpose of measuring surface irregularities of the milled pavement surface. The contractor
shall provide the straightedge and labor for its use. All irregularities in excess of 118" in 10' shall
be remilled at no additional cost.
The finished cross slope shall be uniform to a degree that no depressions or misalignment of
slope greater than 114" in 12' are present when tested with a straightedge placed perpendicular to
the centerline. The finished pavement surface will be subject to visual and straightedge
inspection.
The Contractor shall be responsible to repair any damage to existing curbs, aprons, and
driveways caused by the Contractor's operations at no additional cost to the City.
All material generated as a result of the willing operation shall become the property of the
contractor. The milled material shall be stockpiled, recycled and utilized by the bidder as a
means to offset the unit cost of patching.
After milling is completed all loose and flaking masses of asphalt shall be removed.
The contractor and City shall measure all work and determine the total pavement area in square
yards, to establish the basis of payment for the milling work.
ROAD WIDENING AND SHOULDER CONSTRUCTION
371Pa2e
On Hamby Rd, Dinsmore Rd, and Bethany Rd. the contractor will box out the shoulder to a
depth of 10 inches and width of 2 feet for widening on each side of the road or as necessary to
establish a minimum base width of 26 feet. All boxed out areas shall be filled to the level of the
edge of pavement at the end of work each day. All unsuitable and excess material shall be
removed from the jobsite at the contractor's expense within 7 calendar days. The shoulder area
shall be top dressed with screened topsoil before grassing and all asphalt chunks and rocks shall
be removed. Cost of shoulder backfill, reconstruction, and grassing shall be considered incidental
to the work and included in the bid price for other pay items. All disturbed areas shall be
mulched and grassed in accordance with GDOT Specifications, Section 700 within 7 calendar
days from the time of completion of each project segment.
All rock added if needed to supplement material will be spread from the tailgate to the depth of
1.5 inches over the entire in-situ asphalt and uniformly mixed. After mixing the mixture will be
pushed into the void created by the box out crew.
The finished base course mat shall be 26 feet wide and the asphalt mat shall be 25 feet wide with
a 30 — 35 degree angled fillet (Safety Edge) along each side of the roadway.
Contractor shall provide a smooth transition from the finished paved surface to all existing
driveway aprons. In any area where widening effects concrete driveways these driveways shall
be saw cut for removal at the new roadway width. Cost shall be incidental to the work.
BITUMINOUS TACK COAT
This work shall consist of the placement of bituminous tack on all areas. The cost of bituminous
tack shall be included in the cost of asphalt. Bituminous tack is not measured as a separate pay
item. AC -20 or AC -30 shall be used. All surfaces shall be cleaned completely and thoroughly
before any tack is applied. Tack shall not be applied when the pavement is wet. Bituminous tack
coat shall be applied between .03 to .06 gallons per square yard.
PAVEMENT MIX DESIGN
The plant mix materials from which the asphaltic pavement is manufactured and the plant at
which it is manufactured shall meet the requirements of the State of Georgia Department of
Transportation (GDDT), Standard specifications, Articles 820; 802; 883; 831; 828; and 882.
Load tickets that meet Georgia Department of Transportation Specifications must accompany all
delivered materials. The Contractor must supply copies of all asphalt tickets to the City on a
daily basis.
The most current version of the GDGT Specifications and Special Provisions apply, including but
not limited to sections 400 (including off -system Special Provision) and 301 Soil -Cement
381Page
Construction. Please refer to the GDOT website for the most current versions of the Specifications
and Special Provisions.
SUBGRADE STABILITY
To limit the likelihood that isolated zones of unstable soils are present, the contractor should
proofroll the subgrade prior to mixing. Proofrolling shall consist of applying repeated passes to
the subgrade using a heavily -loaded rubber -tired vehicle. Any materials judged to deflect
excessively under the wheel loads should be undercut to more stable soils. The undesirable
materials shall be removed and replaced with stabilizer aggregate (graded aggregate base) and
mixed with the Portland cement. This work shall be paid for by the ton of stabilizer aggregate.
THERMOPLASTIC PAVEMENT MARKINGS
This work shall consist of placement of Thermoplastic Pavement Markings. Final (thermoplastic)
pavement markings shall be placed at least 30 calendar days but no more than 60 calendar days
after placement of final asphalt lift. These final pavement markings shall match the original
pavement markings including center lines, lane lines, turn arrows, crosswalks, stop bars, etc.
unless specifically directed otherwise by the City. On all FDR roads the lane width will not
exceed 10'6" center to center allowing for the maximum safety shoulder width. Final pedestrian
crosswalk markings shall adhere to the latest standards. Pavement marking materials shall meet
GDOT standard specifications and be on the qualified products list
The Contractor shall install temporary paint pavement markings on the reclaimed base course
prior to re -opening the roadway until topping is installed. Temporary paint shall also be used on
the completed topping course while awaiting the thermoplastic striping. This work will be
considered incidental and should be included in the lump sum bid for Traffic Control.
CLEANUP
All restoration and clean-up work shall be performed daily. Operations shall be suspended if the
contractor fails to accomplish restoration and clean-up within an acceptable period of time.
Asphalt and other debris shall be removed from gutters, sidewalks, yards, driveways, etc. Failure
to perform clean-up activities may result in suspension of the work.
391Page
SCHEDULE OF EVENTS
FOR REFERENCE ONLY - DO NOT SUBMIT WITH BID RESPONSE
Event:
Release of ITB
Deadline for Written Questions
Date:
4129113
5/14/2013 @ 5:00 PM
*Submit via E -Mail (preferred) or Fax to Rick Pearce of Purchasing Office
City of Milton Addendum (on or about)
5/16/2013
(Official answers to questions and potential changes to ITB. Addendum will be posted at
the same web locations as the ITB)
Bids due
5/22/2013 a, 2:OOPM
Bids are due to: City of Milton
Attn: Rick Pearce, Purchasing Office
13000 Deerfield Pkwy
Suite -107G
Milton, Ga. 30004
Contract Award (On/about)
Notice to Proceed Issued (Onlabout)
6117/2013
6/18/2013
401Page
Reference Only
Snhject to change
SAMPLE CONS TR UCTION A GREEMENT
This Construction Agreement (the "Agreement') is made and entered into this day of
,20 by and between the City of Milton, apolitical subdivision of the State of Georgia, acting
by and through its governing authority, the City of Milton Mayor and Couilcil. (hereinafter referred to as the
"City'), and XXXXXX, a with its principal place of b siness located at XYXXXXX
{hereinafter referred to as the "Contractor') (collectively referred to=herein-as the "Parties').
WI TNESSX= TH:
WHEREAS, the City issued a Invitation to Bid, i%itedXXXYXXKYXXXX
.• for services generally described as
XXXXXXX,• and
WHEREAS, the City finds that specialized knowledge:=skills, anaxf'iiining are neces 6 yjo perform the
Work contemplated under this Agreement,• .afid
WHEREAS, Contractor has represented t> ajt is qualified by�training and experience to perform the Work;
and r} rY }
WHEREAS, based upon'Contractor's bid,fi:r-responseib'.tl. lnvitatior:to:Bidfor XXXXXXXXXXXXX, the
City has selected Contractor as the successful proposer; and
WHEREAS, Contractor has agree to perform such Work as set forth in this Agreement, according to the
terms and conditions provided in this Agro-e'm` ent; and
WHEREAS, Conductor hasfamiliari ed itself with the -nature and extent ofthe Contract Documents, the
Project, and the Work, wiih,all local conditions and federal, state and local laws, ordinances, rules and regulations
in any manner that may affect cost, progress or performance-4the Work, and Contractor is aware that it must be
licensed to do business in the State:p[Georgia.
r•
NOW THEREFORE, the Cind Contractor, in consideration of the mutual promises, public purposes,
and the acknowledgements and agrees it?'ats contained herein and other good and valuable consideration, the
sufficiency of which is hereby acknowledged, agree as follows:
Section 1. Contract Documents
The following documents, attached hereto (except as expressly noted otherwise below) are incorporated
herein by reference and constitute the Contract Documents:
M. This Agreement;
N .Invitation to Bid (and other bid related documents) attached hereto as Exhibit "A" (including the
Project Specifications);
Q. Bid Documents from Contractor dated attached hereto as Exhibit "B";
P. Performance Bond, Payment Bond and Maintenance Bond, attached hereto collectively as Exhibit
"C"
Q. Non -collusion Affidavit of Prime Proposer, attached hereto as Exhibit "D
R. Final Affidavit, attached hereto as ,Exhibit "E";
S. Alien Employment affidavits attached hereto as Exhibits "F" and "G
H. SAYE tiffirdavit attached hereto as Exhibit "H";
J. Key Personnel, attached hereto as Exhibit "J
K. The following which may be delivered or issued after the Effective Date of the Agreement and are not
attached hereto: All Written Amendments.. , and other d0uments amending modifying, or
supplementing the Contract Documents if properly adopted in wriiing: and executed by the Parties.
Section 2. Proiect Description
The Project is defined generally as follows:. «,
Section 3. The Work
The Work is specified and indicated in the Contract Documents>(the "Work'). The Work previously
described includes all material, labor, insurance, tools, equipment, and any other miscellaneous items necessary to
complete the Work as described.,:;Contractor shall coanplete the ;Fork. in sirict.cTCeordance with the Contract
Documents (including, but not limited to, the Project. Specifications attached hereto and incorporated herein by
reference). In the event afany discrepancy..among the terms of -the various Contract Documents, the provision most
beneficial to the City, as determined by the:` ity in its sole discretion, shall govern.
The City will issue a Notice to Proceed, which Nod, to Proceed shall state the dates for beginning Work
andfor achieving Final Completion rJ'Work. Work shall cotnln"eVice within ten (10) days of the City's issuance of
the Notice to Proceed.
Section 4. Contract Time
Contractor warrants and represents tharit;will perform the Work in a prompt and timely manner, which
shall not impose delays on the progre§. -,: the Work Contractor agrees to complete the Project within XXkX days
from the date of the City's. issuance nfavritten Notice To Proceed.
Section 5. Contractor's•Comnewalion; Time and Method of Payment
The total amount paid under this Agreement shall not, in any case, exceed except as
outlined in Section 6 below. The compensation for Work performed shall be based upon the amount of debris
removed pursuant to the Bid Submittal Form, attached hereto as parr of Exhibit B and incorporated herein by
reference. This amount shall include all use, lease, or other taxes, and all expenses far personnel and equipment
(including fuel) that Contractor will incur to provide the Work- Unless otherwise agreed in writing signed by both
Parties, the compensation payable by the City to Contractor is Iimited to the unit price amount set forth in the Bid
Submittal Form, and City will not pay any other sum attributable to taxes, costs or expenses that Contractor may
incur in providing the Work. City agrees to pay the Contractor for the debris removed upon certification by the City
that the Work was actuallyperformed and costs actually incurred in accordance -with the Agreement.
Compensation for Work performed shall be paid to the Contractor upon receipt and approval by the City of
invoices setting forth in detail the Work performed. Invoices shall be submitted on a monthly basis, and such
invoices shall reflect charges incurred versus charges budgeted. Each invoice shall be accompanied by an Interim
Waiver and Release upon Payment (or a Waiver and Release upon Final Payment in the case of the invoice for final
payment) procured by the Contractor from all subcontractors in accordance with O. C.GA, § 44-14-366.
For reasonable cause andlor when satisfactory progress has not been achieved by the Contractor during
any period for which payment is to be made, the City may retain a percentage of said payment, not to exceed ten
percent (101/6) of the maximum Contract Price to ensure performance of the Agreement. ,Said cause and progress
shall be determined by the City, in its sole discretion, based on its assessment of any past performance of the
Contractor and likelihood that such performance will continue. Uponcrlr.i' letion of all contract requirements,
retained amounts shall be paid promptly less any offsets or deductions authorized hereunder or by law.
Any material deviations in tests or inspections perforW� , ,times: or...locations required to complete such
tests or inspections and like deviations from the Work describ..ed in -this Agre&r ienl shall be clearly communicated to
the City before charges are incurred and shall be handled through change orders or construction change directives
as described in Vection 6 below. The City shall pay the Con -'tractor within thirty:3P) days after approval of the
invoice by the City. No payments will be made for un.aufhorized work. Payment" ivill._be sent to the designated
address by U.S. Mail only, payment will not be hand -delivered, though the Contracto -.: iTgy arrange to pick up
payments directly from the City or may make written requests. for the City ig deliver payni r,kfs Jo the Contractor by
Federal Express delivery at the Contractor's: expense.
The City may withhold payment orfnal payment for reasons: including, but not limited to, the following:
unsatisfactory job performance or progress,. defectiy }york disputed:::work, failure to comply with material
provisions of the Agreement, third party claims fled nr:rQranable evidence that a claim will be filed or other
reasonable cause.
r� J.
Section 6. Work Chaiikes'
A. "Change order " means a written moaication of the Contract Documents, signed by the City and
the Contractor_
8 : '� ftyreserves the right to orW r:Chgnges`0:the Work to be performed under this Agreement by
altering, adding to, or deducting from 'th- Xork. All such changes shall be incorporated in written
` ', •' change orders and e_recuted by the Contractor and City. Such change orders or construction
change directives shall spec the changes ordered and any necessary adjustment of
compensation and coTpletion..i ine. If the Parties cannot reach an agreement on the terms for
performing the changed Work 'ivithin a reasonable time to avoid delay or other unfavorable
impacts as determined by the City in its sole discretion, the City shall have the right to determine
reasonable terms, and the Contractor shallproceed with the changed Work.
C. Any Work` added to the scope of this Agreement by a change order or construction change
directive shall.;8e: executed under all the applicable conditions of this Agreement. No claim far
additional compensation or extension of time shall be recognized, unless contained in a written
change order or construction change directive duly executed on behalf of the City and the
Contractor -
D. The City Manager has authority without further action of the Mayor or Council to execute any
number of change orders or construction change directives so long as their total effect does not
materially alter the terms of this Agreement or materially increase the total amount to be paid
under this Agreement. Any such change orders or construction change directives materially
altering the terms of this Agreement or increasing the total amount to be paid under this
Agreement in excess of $10, 000.00, must be approved by the City of Milton Mayor and Council.
Section Z Covenants of Contractor.
C. Ethics Code
Contractor agrees that it shall not engage in any activity or conduct that would be in violation of
the City of Milton Code of Ethics or any other similar law or regulation.
D. Time is of the Essence
Contractor specifically acknowledges that TIME IS.g4-.X 3E ESSENCE for completion of the
Project. =:
C. Expertise of Contractor
Contractor accepts the relationship of trust and confidence established between it and the City,
recognizing that the City's intention!and purpose in entering into'tiijs:�A, greement is to engage an
entity with the requisite capacity, experience, and professional skill aria.judgment to provide the
services in pursuit of the timely and conipet nr completiQn of the Work tirtd�laken by Contractor
•..,.
under this Agreement. The:. Contractor agre'es:to.use.its best efforts, skill, judgment, and abilities
to perform its obligations' aod.to further the interests of the City and the Project in accordance
with the City's requirements grid &ocedures.
Contractor represents that it has familiarized itself wikh the nature and extent of the Contract
Documents, the, Work, work site(s); locality, .and all local `i dohditions, laws and regulations that in
any manner may`gTect cost, progress, performance, or furnish'i ig of the Work. Contractor further
represents and agrees _that it has.,.correlraed the results of such observations, examinations,
investigations, explorations, tests, repot:rs, and studies with the terms and conditions of the
Contract Documents. Contractor represents that it has given the City written notice of all
conflicts, errors;: -or discrepancies that the"Contractor has discovered in the Contract Documents,
and the written rl En thereof ky the City is acceptable to the Contractor.
Contractors?:agrees tW" will perforin, its services in accordance with the usual and customary
standards of flip: Conti�*for's profession or business and in compliance with all applicable
federal, state, auit local Idtius;;;rggulations, codes, ordinances, or orders applicable to the Project.
Further, the Contractor agrees o, bear the full cost of correcting the Contractor's negligent or
improper Work, the negligent &"improper work of its contractors and subcontractors, and any
harm caused by such. negligent Work,
The Contractor's dxties shall not be diminished by any approval by the City of Work completed or
produced, nor shall the Contractor be released from any liability by any approval by the City of
Work completed ar produced, it being understood that the City is ultimately relying upon the
Contractor's skill and knowledge in performing the Work required under the Contract Documents.
In the event that during the course of performing the World the Contractor discovers or
reasonably should discover that there exists in any of the Contract Documents that is, in the
Contractor's opinion, unsuitable, improper, or inaccurate for the purpose for which the document
or data is furnished, Contractor shall promptly inform the City of such inaccuracies, impropriety,
issues or concerns.
D. Budgetary Limitations
Contractor agrees and acknowledges that budgetary limitations are not a justification for breach
of sound principals of Contractor's profession and industry. Contractor shall take no calculated
risk in the performance of the Work. Specifically, Contractor agrees that, in the event it cannot
perform the Work within the budgetary limitations established without disregarding sound
principals of Contractors profession and industry, Contractor will give written notice
immediately to the City.
E. City's Reliance on the Work
The Contractor acknowledges and agrees that the Citydoes not undertake to approve or pass
upon matters of expertise of the Contractor and that ,A. i• fore, the City bears no responsibility for
Contractor's services performed under this Agreemet I,';: The Contractor acknowledges and agrees
that the acceptance of Work by the City is limited:61heA?zction of determining whether there has
been compliance with what is required to be.praduced uricdr-(his agreement. The City will not,
and need not, inquire into adequacy, fitness, suitabiliO),'::or correctness of Contractor's
performance. Contractor further agrees that no approval of =ile�igns, plans, specifications, or
Work by any person, body or agency shall relieve Contractor of tie :qponsibility for adequacy,
fitness, suitability, and correctness of Contractor's Work under'-:pxro,�essional and industry
standards or for performing services under this agreement in acc6;i=dance with sound and
accepted professional andindustry principals;::;:::;
F. Contractor's Reliance on Sub»dssions by
Contractor must have timely injorvnation and input from,.:':ihe City in order to perform the Work
required under this Agreement- Contractor is entitled to rely: upon information provided by the
City, but Contractor shall be required to provide immediate written notice to the City if
Contractor knows or reasonably`sFiould'now kthat crrry-..information provided by the City is
erroneous, inconsistent, or.. otherwise problematic.
G. Contractors:Representattt.e.-..
titin 2 :
..........
shall ;he.authorized to act on.Contractor's behalf with respect to the Work as
.ti r
Contraa ;�,s designated representative.:;::::,:--
Ff Assignment ofA reement
'Thk.Contractor covehants and `agrees not to assign or transfer any interest in, nor delegate any
duti� :pf this Agreeme' t, without the prior express written consent of the City. As to any approved
subconp.�.pctors, the Contractor shall be solely responsible for reimbursing them, and the City shall
have no 6� gation 10,them.
I
The Contractor covenants and agrees to take and assume all responsibility for the Work rendered
in connection with this agreement. The Contractor shall bear all losses and damages directly or
indirectly resulting to it andlor the City on account of the performance or character of the Work
rendered pursuant to this Agreement. Contractor shall defend, indemnify and hold harmless the
City, its officers, boards, commissions, elected and appointed officials, employees, servants,
volunteers and agents (hereinafter referred to as "City Parties'} from and against any and all
claims, injuries, suits, actions, judgments, damages, losses, costs, expenses and liability of any
kind whatsoever, including but not limited to, attorney's fees and costs of defense (hereinafter
collectively "Liabilities'), which may be the result of willful, negligent or tortious conduct arising
out of the Work, performance of contracted services, or operations by the Contractor, any
subcontractor, anyone directly or indirectly employed by the Contractor or subcontractor or
anyone for whose acts the Contractor or subcontractor may be liable, regardless of whether or
not the negligent act is caused in part by a party indemnified hereunder. This indemnity
obligation does not include Liabilities caused by or resulting from the sole negligence of the City
or City Parties. Such obligation shall not be construed to negate, abridge, or otherwise reduce
any other right or obligation of indemnity which would otherwise exist as to any party or person
described in this provision. In any and all claims against the City or City Parties, by any
employee of the Contractor, any subcontractor, anyone 41rectly or indirectly employed by the
Contractor or subcontractor or anyone for whose acts: the'Contractor or subcontractor may be
liable, the indemnification obligation set forth in this provision steall not be limited in any way by
any limitation on the amount or type of damages,;:corripe,lsation or benefits payable by or for the
Contractor or any subcontractor under workers::;: `or workmen's compensation acts, disability
benefit acts or other employee benefit alts,.,`This obligation to indemniA defend, and hold
harmless the City and City Parties shall:s i ve termination of this Agreement, provided that the
claims are based upon or arise out'vf dations that occurred Miring the performance of this
Agreement.
J. Independent Contractor
Contractor hereby coveniitifs; and declares that -it . is engaged in an independent business and
agrees to perform the Work as an. independent contractor and not as the agent or employee of the
City. The Contractor agrees to be salely.responsible for: its own matters relating to the time and
place the Work is performed, :the instrumentalities, tools,�supplies andlor materials necessary to
complete the._ork,. hiring of subcontractors; agents or erravloyees to complete the Work, and the
payment.af>ernplayees, including compliance with"Social Seeurity, withholding and all other
regulatibhs':governing such matters. The Contractor agrees to be solely responsible for its own
acts and 'those of its. subordinates; employees, and "subcontractors during the life of this
Agreement.. Any provisions of this Agreement that may appear to give the City the right to direct
Contractor as:to the details of the services;'fa.,be performed by Contractor or to exercise a measure
.af control over suekservices-.will be, deemed' -:to mean that Contractor shall follow the directions of
--r ��> •-� e City with regA'o'Yhe results ofsuch services only.
Inasmuch as' he City acid the Contractor are independent of each other, neither has the authority
to bind the ot&is tci, an third' erson or otherwise to act in an w as the representative o the
y p. Y ay P f
"..(her, unless Ar'pise expressly agreed to in writing signed by both Parties hereto. The
Tactor agrees •i to represent itself as the City's agent for any purpose to any party or to
aNsiu;vpy employa :b xthe Contractor to do so, unless specifically authorized, in advance and in
writxit,�,- to do so, aril then only for the limited purpose stated in such authorization. The
Contractor shall assuitie full liabilityfar any contracts or agreements the Contractor enters into
on behalf of the City without the express knowledge and prior written consent of the City.
IC. Insurance
(1) Requirements: The Contractor shall have and maintain in full force and effect for the
duration of this Agreement, insurance insuring against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the
Work by the Contractor, its agents, representatives, employees or subcontractors. All
policies shall be subject to approval by the City Attorney as to form and content. These
requirements are subject to amendment or waiver if so approved in writing by the City.
(2) Minimum Limits of Insurance: Contractor shall maintain the following insurance
policies with limits no less than:
(a) Comprehensive General Liability of $1,000,000 (one million dollars) limit per
single occurrence, $2,000,000 (two million dollars) umbrella, including
coverage for bodily and personal injury, sickness, disease or death, injury to or
destruction of property, including loss of use resulting therefrom, vandalism,
property loss and theft.
(b) Comprehensive Automobile Liability (owned, non -owned, hired) of $1,000,000
(one million dollars) combined single .limit per occurrence for bodily and
personal injury, sickness, disease,or•.death, injury to or destruction of property,
including loss of use resulting thergfrom.
(c) Workers' Compensation • limits as regxiired by the State of Georgia and
Employers Liability limits 431,000,000 (one`million dollars) per accident.
(3) Deductibles and Self-insured Retentions: Any deductibles 'or self-insured retentions must
be declared to and approved fry>M4:. City in writing.
(4) Other Insurance. Provisions: The policy .is to contain, or be endorsed to contain, the
following provisions:
(a) General Liability a.hdl:automobile Liability Coverage.
The City and City. Parties are to: bexavered as insureds. The coverage
shall contain no special ?imitations nn the scope of protection afforded
to the City or City Parties:
N) The Contractor -'s insurance coverage shall be primary noncontributing
insurance as :respects to any other insurance or self-insurance
•available to the. Clay or City Parties. Any insurance or se f insurance
maintained.:by th City or City Parties shall be in excess of the
= :•. ContractorVint urance and shall not contribute with it.
'A"ilure to comply with reporting provisions of the policies shall not
affect coverage provided to the City or City Parties.
Coverage shall state that the Contractor's insurance shall apply
separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
(v) Coverage shall be provided on a `pay on behaf' basis, with defense
costs payable in addition to policy limits. There shall be no cross
liability exclusion.
(vi) The insurer agrees to waive all rights of subrogation against the City
and City Parties for losses arising from Work performed by the
Conlraclor for the City for General Liability coverage only.
(b) Workers' Compensation Covera e: The insurer providing Workers'
Compensation Coverage will agree to waive all rights of subrogation against
the City and City Parties for losses arising from Work performed by the
Contractor for the City.
(c) All Coverages:
(i) Each insurance policy required by this clause shall be endorsed to
state that coverage shall not be suspended, voided, canceled, reduced
in coverage or in limits except after thirty (30) days prior written notice
by certified mail, return receipt requested, has been given to the City.
(i i} Policies shall have concurrent starting and ending dates.
(5) Accotabilhy of Insurers: Insurance is.ilq. be: -placed with insurers authorized to do
business in the State of Georgia and with air A. �Bests'rating of no less than A: VI
(6) Ver cation of Caverax e: Contraclnr shall furnish tW`,!Eity with certificates of insurance
and endorsements to the policies evidencing coverage regacired by this clause prior to the
start of Work, The cert fcate of insurance and endorsements shall be on a form utilized
by Contractor's insurer in its normal course of business and. shall be received and
approved by the City within ten (10). days of the Notice of Award.::::The City reserves the
right to require complete, certified copies of all, required insurance policies, at any time.
The Contractor. shall. provide proof that: any:expiring coverage has been renewed or
replaced at least two' (2)'weeks prior to the..expiration of the coverage.
(7) Subcontractors: Contractor shall... include all subcontractors as insureds under its
policies or shall furnish :separate c-,rtifcates and 4hdorsements for each subcontractor,
ril[.coyetage.for subcontractors shall besubject to"aIP'of the requirements stated in this
Agreernent, including but not limited td namitik!he,Parties as additional insureds.
(8) Claims -Made Policies: Contractor shall extend any claims -made insurance policy for at
least six (6) years after termination. or final payment under the Agreement, whichever is
later.
(9) Citv_as Additiaital Insured Lass Payee: The City shall be named as an additional
insurer. ..and loss tryee on all policies required by this Agreement, except the City meed
not be:named as`an.. ddittona! insured and loss payee on any Workers' Compensation
policy.
.L. Bbrids;. c
The Ca]hir- ctor shz l provide Performance and Payment bonds on the forms attached hereto as
Exhibit "C a'hd.tivith"a surety licensed to do business in Georgia. Upon the request of any person
or entity appearing to be a potential beneficiary of bonds covering payment of obligations arising
under the Agreement, the Contractor shall promptly furnish a copy of the bonds or shall permit a
copy to be made.
M. Employment of Unauthorized Aliens Prohibited
(I) E- Vert
yAffidavit
It is the policy of City that unauthorized aliens shall not be employed to perform work on
City contracts involving the physical performance of services. Therefore, the City shall
not enter into a contract for the physical performance of services within the .State of
Georgia unless the Contractor shall provide evidence on City provided forms, attached
hereto as Exhibits "F" and "G" (affidavits regarding compliance with the E-Verify
program to be sworn under oath under criminal penalty of false swearing pursuant to
D. C. G.A. § 16-10-71), that it and Contractor's subcontractors have within the previous
twelve (12) month period conducted a verification, under the federal Employment
Eligibility Verification ("EEV" or "E-Ver') program, of the social security numbers,
or other identifying information now or hereafter accepted by the E- Verify program, of
all employees who will perform work on the City contract to ensure that no unauthorized
aliens rill be employed. The Contractor hereby.:yeriftes that it has, prior to executing
this Agreement, executed a notarized of davit, elie form of which is provided in Exhibit
"F", and submitted such affidavit to City. 1n the event the Contractor employs or
contracts with any subcontractor(s) in. connection with the covered contract, the
Contractor agrees to secure from such subcontractor(s) attestation of the subcontractor's
compliance with Q.C.G.A_ § 13-10-91 and Rule 300-10-1-.02 by the subcontractor's
execution of the subcontractor, affidavit, the form of•ivhiq'h is attached hereto as Exhibit
"G "> and such subcontractor'iTdavir shall became pari: rif the contractorlsubcontractor
agreement. Further, Contractor' agrees to provide completed. copies of Exhibit "G" to
the City within five (5) business. days of receipt.from any subcontractor.
The City Manager :or hislher designee.shull be authorized to conduGt•:an inspection of the
Contractor's and Contractor's subcontractors' verification process at any time to
determine that the .:verification was correct and complete. The Contractor and
Contractor's Subcontractors: shall retain all, ,i�pcuments and records of their respective
verification process for a per' dd. of three"(3. �,:m.years following completion of the
Agreement.
The City Mdflgger or hislher . designee shall. further be authorized to conduct periodic
inspections to `ansure that no .City Contractor yr Contractor's subcontractors employ
unauthorized intens on Cirj contracts. By entering into a contract with the City, the
Contractor and -.Contractor's .subcontractors agree to cooperate with any such
investigation by makir itheir records and personnel available upon reasonable noticefor
:::: ,Wspcction and questioning: Where a Contractor or Contractor's subcontractors are
found to liave employed an unauthorized alien, the City Manager or his/her designee may
report some to the Department of Homeland Security. The Contractor's failure to
cooperate-;with ihe.investigation may be sanctioned by termination of the Agreement, and
the Contiiitor shall be liable for all damages and delays occasioned by the City thereby.
Contractor"hereby agrees to comply with the requirements of the federal Immigration
{ ti e_form and' Control Act of 1986 (IRCA), P.L. 99-603, Q. C. G.A. § 13-10-91 and Rule
10-1-.02..: Contractor's compliance with the requirements of d.C.G.A. § 13-10-91
Ad Rule 300-10-1-.02 shall be attested by the execution of the contractor's affidavit,
attached hereto as Exhibit "F" and incorporated herein by this reference.
Contractor agrees that the employee number category designated below is applicable to
the Contractor.
500 or more employees
100 or more employees
Fewer than 100 employees.
Contractor hereby agrees that, in the event Contractor employs or contracts with any
subcontractors) in connection with this Agreement the Contractor will secure from the
subcontractor(s) such subcontractor(s) indication of the above employee number
category that is applicable to the subcontractor.
The above requirements shall be in addition to the requirements of State and federal lave,
and shall be construed to be in conformity with those laws.
(2) SAYE Affidavit and Secure Verifiable Document
Pursuant to O. C. G. A. ,§ 50-36-1, the City must oblain a SAYE Affidavit and a secure and
verifiable document evidencing the Contr'actor's legal status in the Country each time
that Contractor obtains a public:b.eneft. including any contract, from the City.
Contractor hereby verifies that it has,7-prior to 6xgcuting this Agreement, executed a
SAYE Affidavit (to be sworn under oath under criminal penalty of false swearing
pursuant to 0. C. G. A. ,§ 16•-10-71) ''a form of which is. attached hereto as Exhibit
and submitted such affidavit tn: the City in person, electronically, or by mail. Further,
Contractor verifies that it has, prior to executing this Agreement;• submitted a secure and
verifiable document, evidencing M4is Contractor::s;legal status, td -the, City either in person
or electronically:. (in compliance''::with the "Uniform Electronlc.; Transactions Act).
Contractor verifies that. it is in compliance. -with the Residency Status of an Applicant for
Public Benefit, dv regi irad. by the Geo11944�ecurity and Immigration Compliance Act
(O. C. G.A. § 50-3 6-
X
N. Records, Reports and Audits
(1) Records:
(a) Recor&'.shall be established and maintained by the Contractor in accordance
with requirements prescribed by the City with respect to all matters covered by
this Agreement•.. Except .,.as otherwise authorized, such records shall be
maintained for a p&iod of.three years from the date that final payment is made
under: this Agreemer t 'Furthermore, records that are the subject of audit
frndinks.:iball be retained for three years or until such audit findings have been
resolved,, ie331chever is later.
r
(b) 411'<costs shrill -"be supported by properly executed payrolls, time records,
invoices, contracts, or vouchers, or other official documentation evidencing in
prober detail the nature and propriety of the charges. All checks, payrolls,
invoices, contracts, vouchers, orders or other accounting documents pertaining
in :whole or in part to this Agreement shall be clearly identified and readily
,accessible.
(Z) Reports and Information: Upon request, the Contractor shall furnish to the City any and
all statements, records, reports, data and information related to matters covered by this
Agreement in the form requested by the City.
(3) ,audits and Inspections: At any time during normal business hours and as often as the
City may deem necessary, there shall be made available to the City for examination all
records with respect to all matters covered by this Agreement. The Contractor will permit
the City to audit, examine, and make excerpts or transcripts from such records, and to
audit all contracts, invoices, materials, payrolls, records of personnel, conditions of
employment and or data relating to all matters covered by this Agreement.
O, Conflicts oflnterest
Contractor agrees that it shall not engage in any activity or conduct that would result in a
violation of the City of Milton Code of Ethics or any other similar law or regulation.
P. Confidentiality
Contractor acknowledges that it may receive confidential information of the City and that it will
protect the confidentiality of any such confidential''information and will require any of its
subcontractors, consultants, andlor staff to likewise protect such confidential information. The
Contractor agrees that confidential informatiom it, receives' -or such reports, information, opinions
or conclusions that Contractor creates underthis Agreemrft-s
hall not be made available to, or
discussed with, any individual or organqo?3pn, including th'&:'rzews media, without prior written
approval of the City. The Coniractosall exercise reasorralit., precautions to prevent the
unauthorized disclosure and use of 'CiF z; irtformation whether specrcally deemed confidential or
not.
Contractor acknowledges.:thal the City's disclosrsr.a,locumentalion is gotierned by Georgia's
Open Record's Act, and :Contractor further dbk. otiyTedges that if Contractor submits records
containing trade secret itiformatibn_ and if Contrae or wishes to keep such records confidential,
Contractor must submit and addch:tb.such records: an affidavit affirmatively declaring that
speck information in the records constitutes trade secrets. pursuant to Article 27 of Chapter 1 of
Title Id, and -the Parties shall follow the requirements nf'p:.C.G.A. § 50-18-72(a)(34) related
thereto.
r
Q Licenses ' ert cations and Permits ti f
The ContrAi for covenants: and declares;"that it has obtained all diplomas, certificates, licenses,
permits or the like required of= the Contractor.:.by any and all national, state, regional, City, local
{; boards, -agencies, commissions, committees'. bio other regulatory bodies in order to perform the
Work contracted for under this Agreem'enk, Further, before commencing Work, Contractor, at its
ff own expense, will obtain:atll licenses, permits or other governmental authorizations needed to
Perform the Project. ("Licerist s ), including but not limited to any permits required by the EPA or
:r.fthe Georgia Environmental A6ii ction Division, if any, and shall furnish copies of such permits to
I'it:City within len .days of isskuance. Contractor further agrees to maintain such Licenses and
comply with the teri k of all such Licenses throughout the term of this Agreement. All Work
Performed by Contizii 4or under this Agreement shall be in accordance with applicable legal
requiremernts and: shall meet the standard of quality ordinarily expected of competent
professionals.
K Hazardous Waste
Contractor is obligated to handle all household hazardous waste and asbestos containing
materials in accordance with applicable federal, state and local regulations, properly document
those operations, and transport such hazardous waste to an appropriate landfill or disposal site.
Contractor is further responsible for all tipping fees and all other related costs associated with
such disposal of hazardous waste. All other hazardous waste material shall be reported to the
City for coordination with US. Environmental Protection Agency or the Georgia Environmental
Protection Division of the Georgia Department of Natural Resources.
S. Kg Personnel
All of the individuals identified in Exhibit "J" are necessary for the successful prosecution of the
Work due to their unique expertise and depth and breadth of experience. There shall be no change
in Contractor's Project Manager or members of the project team, as listed in Exhibit "J", without
written approval of the City. Contractor recognizes that the composition of this team was
instrumental in the City's decision to award the Work to Contractor and that compelling reasons
for substituting these individuals must be demonstrated for the City's consent to be granted. Any
substitutes shall be persons of comparable or superior._.expertise and experience. Failure to
comply with the provisions of this section shall constitute a material breach of Contractor's
obligations under this Agreement and shall be grounds for termination. Contractor shall not
subcontract with any third party for the performana eany portion of the Work without the prior
written consent of the City. Contractor shall be: solely responsible for any such subcontractors in
terms ofperformance and compensation.
T. Authors to Contract =
The Contractor covenants and declares`that. it has obtained all necessar�rapprovals of its board of
directors, stockholders, general partners, limited partners _or similar authorities to simultaneously
execute and bind Contractpr, to the terms of this'-Agreenient, if applicable.
y=
U. Ownershi2 of Work yz;
,411 reports, designs, drawings;-•plans, specFalions, schedules, work product and other materials
prepared or in the process oj' being prepared for the services to be performed by the Contractor
("Materials') shall he the property of the City,. ani! the City shall be entitled to full access and
copies. of all such Materials_ Any such Materials remaining in the hands of the Contractor or
subcontractor upon completion or termination of the Work shall be delivered immediately to the
City. The Contractor assumes all risk?? -loss, damage or destruction of or to such Materials. If
any Materials 'are lost,. damaged or destroyed before final delivery to the City, the Contractor
;skicri2 xeplace them at its:own expense. piny and all copyrightable subject matter in all Materials is
::: 'tiifr .Signed to the City and the:;_Cnn-trai of agrees to execute any additional documents that
may be �psary to evidence such crssasinent.
•jam
Meetings
The Contractor is required to meet with the City's personnel, or designated representatives, to
resolve technical or contractual problems that may occur during the term of the Agreement, at no
additional cost to the City. Meetings will occur as problems arise and will be coordinated by the
City. The Contracior .will be given a minimum of three full working days notice of meeting date,
time, and location. Face-lo-face meetings are desired However, at the Contractor's option and
expense, a conference call meeting may be substituted. Consistent failure to participate in
problem resolution meetings, two consecutive missed or rescheduled meetings, or to make a good
faith effort to resolve problems, may result in termination of the Agreement.
.Section 8. Covenants of the City
R Right of Entry
The City shall provide for right of entry for Contractor in order for Contractor to complete the
Work.
B. City's representative
XXXXXX shall be authorized to act on the City's behalf with respect to the Work as the City's
designated representative; provided any changes to the Work or the terms of this Agreement must
be approved as provided in Section 6 above.
Section 9. [Intentionally Omitted]
Section 10. Termination
A. Termination for Convenience:
i. The City may terminate this Agreement for convenience at any time upon providing
written notice to Contractor.
ii. In the event of a termination Jar convenience, Confiractor shall take immediate steps to
terminate Work as quickly: and" effectively as possible and shall terminate all
commitments to third -parties unless otherwise instructedliy`thje City.
iii. Provided that no damages are -:due to the City for Contrdctors failure to perform in
accordance with this Agreement: rhe Citv shall. pay Contractor::.in accordance with
Section S herein, for all debris that'4§74oaded.and disposed and f r other Work that is
performed by 6:00 Pel on the day follotiWng Contractor's receipt"of City's notice of
termination. The -City shall have no further. liability to Contractor for such termination.
Further, and at its: sole discretion, the City:::may pay Contractor for additional value
received as a result of Contracrnr':s.efforts, but fn no case shall the City's total payment
for thea.Work exceed the maxim wn C'onrract Price agreed to herein.
B. Termination for
i. The City may terminate this Agreement far cause if Contractor breaches any material
provision of this Agreement. The. City shall give Contractor seven (7) days written notice
of its intent to terminate the Agreement and the reasons therefore, and, if Contractor, or
;.Surety;. foils to cure thede fault within that period, the termination shall take place
' u.ut further novice.
ii. Th t r shall tkn, make alternative arrangements for completion of the Project. The
City itit7f_nake noayment to the Contractor or its Surety until all costs of completing the
Project are: paid If theder unit price charged by the replacement contractor exceeds the
per unit prrE,charged by the Contractor, as provided in this Agreement„ the Contractor
or ifs Surety;il! pay the difference to the City to finish the Project.
C. If the City terminatex'•ihis Agreement for cause, and it is later determined that the City did not
have grounds to do so, the termination will be treated as a termination for convenience under the
terms of Sectioh, l D(A) above.
D. Upon termination, the Contractor shall: (1) promptly discontinue all services affected, unless the
notice directs otherwise; and (2) promptly deliver to the City all data, drawings, reports,
summaries, and such other information and materials as may have been generated or used by the
Contractor in performing this Agreement, whether completed or in process, in the form specified
by the City.
E. The rights and remedies of the City and the Contractor provided in this Section are in addition to
any other rights and remedies provided under this Agreement or at Iaw or in equity.
Section 11. No Personal Liability
Nothing herein shall be construed as creating any individual or personal liability on the part of any City
Party. No City Party shall be personally liable to the Contractor or any successor in interest in the event
of any default or breach by the City or for any amount which may become due to the Contractor or
successor or on any obligation under the terms of this Agreement. Likewise, Contractor's performance of
services under this Agreement shall not subject Contractor's individual employees, officers or directors to
any personal liability. The Parties agree that their sole and exclusive remedy, claim, demand or suit shall
be directed and/or asserted only against Contractor or the City, respectively, and not against any
employee, officer, director, or elected or appointed official.
,flection 12. Miscellaneous
A. Complete A eement. This Agreement congitutes the comptele agreement between the Parties
and supersedes any and all other agreements; -' either oral or`4ri� writing, between the Parties with
respect to the subject matter of this Agreement. No other agreement, statement or promise
relating to the subject matter of this Agreement not contained in this Agreement shall be valid or
binding. This Agreement may be mod fe4 or amended only by a written document signed by
representatives of both Parties with appropriate authorization.
8- Successors and Assigns.. Sub
ject to the provisiom.of this agreement regarding assignment, this
Agreement shall be binding. on--tfi&-;heirs, executors;? administrators, successors and assigns of the
respective Parties, provided.: thar- no.:pQrty may assign, this agreement without prior written
approval of the other party,
C. Governine f_aw_: This Agreement;. h,Wl begotierned by. and construed under the laws of the .State
of Georgia. If any action at law or in equity is: broughr.. to enforce or interpret the provision of this
Agreement, the rules, regulations, s(atwes. and laws of t6ie State of Georgia will control. Any
action or suit related to -this Agreement. shall be brought in the Superior Court of Fulton County,
Georgia-
` Counterparts- This Agreement may be executed in any number of counterparts, each of which
shall he deemed to be. an original, but;gl of which together shall constitute one and the some
instrument.
E. Invalidt o Provisions. SkQldwny part of this Agreement for any reason be declared by any
of competent jurisdiction, be invalid, such decision shall not affect the validity of any
reMti i.ng portion, which remaining portion shall continue in full force and effect as if this
Agreement had been. executed with the invalid portion hereof eliminated, it being the intention of
the Parties. that they would have executed the remaining portion of this Agreement without
including anysuch part, parts or portions which may for any reason be hereafter declared invalid.
F Notice. All notices, requests, demands and other communications hereunder shall be in writing
and shall be deemed received, and shall be effective, when_ (1) personally delivered, or (2) on the
third day after the postmark date when mailed by certified mail, postage prepaid, return receipt
requested, or (3) upon actual delivery when sent via national overnight commercial carrier to the
Parties at the addresses given below, or at a substitute address previously furnished to the other
Parties by written notice in accordance herewith:
NOTICE TO CITY shall be sent to:
City of Milton
13000 Deerfield Parkway Suite 107
City Manager
Milton, GA 30004
NOTICE TO CONTRACTOR shall be sent to:
G. Sovereign Immunity, Nothing contained in this Agreement,shall be construed to be a waiver of the
City's sovereign immunity or any individual's qualified good faith or official immunities.
H. Force Majeure. Neither the City nor Contractor shall be,liablefar their respective non -negligent
or non -willful failure to perform or shall be., deemed in -default with respect to the failure to
perform (or cure a failure to perform) arty :of their respective duties or obligations under this
Agreement or for any delay in such performance due to: (ij. wny cause beyond their respective
reasonable control; (ii) any act of God; (iii) any change in applicable governmental rules or
regulations rendering the performance :of any portion of this Agreement legally impossible; (iv)
earthquake, fire, explosion or flood,- (v)'strike or labor dispute, excluding strikes or labor disputes
by employees andlor agents of Contractor,%(iii) delay :or failure to act by.:any governmental or
military authority,- or (vii). any war, hostility, embargo, sabotage, clod,= --disturbance, riot,
insurrection or invasion. In such Event, the time for..-.' formonce shall be wended by an amount
of time equal to the period of delay caused by such,. ts. Any additional reasonable costs incurred
by Contractor as a result of such extension may be:added to the Contract Price subject to the
terms of Section 6 and approval: of a CQ�ge-Drder relating. to same. All other obligations shall
remain intact.
I Headings. :The caution or headnote-on.articles or sections of this Agreement are intended for
convenience and ease of reference purposes'only and in nd'way define, limit or describe the scope
or intent thereof, or of this Agreement n¢k ¢n any way affect this Agreement_
J. In.accordance .with TitIr,--;Y1 of the Civil Rights Act, as amended, 42 US, C. §
2UDDct;. section 303 of the Age Disc:riminatio0a of 1975, as amended, 42 U,S.C. § 6102, section
202 of the Americans with Disabilities Act -of 1990, 42 IJS.C. § 12132, and all other provisions of
Federal law; the Contractor agrees that; during performance of this Contract, Contractor, for
itself, its assignees. and successors in interest, tivilI not discriminate against any employee or
`applicant for employment, aWi subcontractor, or any supplier because of race, color, creed,
national origin, gender, age o"disability. In addition, Contractor agrees to comply with all
apf#cable implementing regulations and shall include the provisions of this Section 12(,1) in every
subcontract for services contemplated under this Agreement.
K. Waiver. N -o failure by the City to enforce any right or power granted under this Agreement, or to
insist upon strict,compliance by Contractor with this .Agreement, and no custom or practice of the
City at variance with the terms and conditions of this Agreement shall constitute a general waiver
of any future breach or default or affect the City's right to demand exact and strict compliance by
the Contractor with the terms and conditions of this Agreement.
L. No Third Party Rights. This Agreement shall be exclusively for the benefit of the Parties and shall
not provide any third parties with any remedy, claim, liability, reimbursement, cause of action or
other right.
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed under seal as of the
datefirst above written
CONTRACTOR:
By:
,fittest:
SIGNET
in the pi
Witness
Notary,
(NOTA
My Con
[SIGNA
(signature)
(print)
Approved as to form:
City Attorney
CITY OF MILTON
[CITYSEAL]
SIGNED, SEALED, AND DELIVERED
i.n the presence of.-
Witness
f
Witness
Notary Public
[NOTARY SEAL]
* Commission Expires:
EXHIBIT "A "
]Insert Invitation to Bid]
E)CHIBIT "B "
[Insert Bid Documents]
titi•y
EXHIBIT "C"
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS THAT
CONTRACTOR, hereinafter referred to as the "Principal'), and
(as
(as SURETY COMPANY, hereinafter referred to as the "CONTRACTOR'S SURETY"), are held and firmly bound
unto the City of Milton, Georgia (as OWNER, hereinafter referred to as the::"C'ity'), for the use and benefit of any
"Claimant, " as hereinafter defined, in the sum of _ Dollars {$ }, lawful
money of the United States ofAmerica, for the payment of o.k.h the Principal and (he Contractor's Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly an&si eperally, firmly by these
presents.
WHEREAS, the Principal has entered or is about to enter; into'a certain written agreement with the City,
dated the of 20_ which is incorporated herein.by reference in its entirety (hereinafter
referred to as the "CONTRACT"), for the construction c j a project known as
(hereinafter referred to as "tire PROJECT;).
NOW THEREFORE, the conditions of this obligation are as follows_
That if the, Principal shall fully and completely perform. each and all of the terms, provisions and
:::"irements of the Contract, including and durthe period of arty warranties or guarantees required
th&.&under, and all modifications, amendments, changes, deletions, additions, and alterations thereto that
may hereafter be made, and if the Principal and the Contractor's Surety shall indemnify and hold harmless
the City from a?V.. and all losses, liability and damages, claims, judgments, liens, costs and fees of every
description, including but nbt limited to, any damages for delay, which the City may incur, sustain or suffer
by reason of the failure or default on the part of the Principal in the performance of any and all of the
terms, provisions and requirements of the Contract, including all modifications, amendments, changes,
deletions, additions, and alterations thereto and any warranties or guarantees required thereunder, then
this obligation shall be void; otherwise to remain in full force and effect;
2. In the event of a failure of performance of the Contract by the Principal, which shall include, but not be
limited to, any breach of default of the Contract:
a. The Contractor's Surety shall commence performance of its obligations and undertakings under
this Bond no later than thirty (30) days after written notice from the City to the Contractor's
Surety; and
b. The means, method or procedure by which the Contractor's Surety undertakes to perform its
obligations under this Bond shall be subject to the advance }written approval of the City.
The Contractor's Surety hereby waives notice of any and all modf cations, omissions, additions, changes
and advance payments or deferred payments in or about the Conrraei, and agrees that the obligations undertaken by
this Bond shall not be impaired in any manner by reason., of ahy such modifications, :omissions, additions, changes,
and advance payments or deferred payments. The Parties.further expressly agree that any action on this Bond may
be brought within the time allowed by Georgia lawfor suit on'contracis: under seal.
IN WITNESS WHEREOF, the Principal and,Contractor's Surety have hereunto affixed their corporate
seals and caused this obligation to be signed by their duly aulhorized officers or attorneys -in fact this day of
20
Attest.,
Title:
Date:
(print)
CONTRACTOR ("Principal')
0
Title:
[AFFIX CORPORATE SEAL]
ignature)
(print)
[SIGNATURES CONTINUE ON FOLLOWING PAGE)
Attest:
Title:
Date:
CONTRACTOR'S SURETY:
U. m
Title:
(signature)
(print)
(signature)
(print)
(SEAL)
PAYMENTROND
CITY OF MILTON, GEORGIA
KNOW ALL MEN BY THESE PRESENTS THAT
(as CONTRACTOR, hereinafter
referred to as the "Principal'), and (as SURETY. COMPANY, hereinafter referred to as
the "CONTRACT'OR'S SURETY' ), are held and firmly bound unto the City of Milton, Georgia (as OWNER,
hereinafter referred to as the "City' j, for the use and benefit of ani . "Claimant, " as hereinafter defined, in the sum
Of Dollars ($ - `), lawful money -,'of -the United States ofAmerica,
for the payment of which the Principal and the Contractors Surety bind themselves, their :heirs, executors,
administrators, successors and assigns, jointly and severally firmly by thesepresents.
WHEREAS, the Principal has entered or is about to enter; into a certain written agreement with the City,
dated which is incorporated herein by reference in -its entirety (hereinafter referred to as the
"CONTRACT' ), for the construction of a project known as _ (hereinafter
referred to as "the PROJECT -)-
NOW THEREFORE, the condition of chis obligation is such that if the Principal shall promptly make
payment to any Claimant, as hereinafter defined, for all labor, services and materials used or reasonably required
for use in; the performance of the Contract, then this obligation shall be void,- otherwise to remain in full force and
effect.
any Subcontractor, person, Party, partnership, corporation or
other entity furnishing labor, services or materials used or reasonably required for use in the performance of the
Contract, without regard to whether such labor, services or materials were sold, leased or rented, and without
regard to whether such Claimant is or is not in privity of the Contract with the Principal or any Subcontractor
performing Work on the Project.
In the event of any claim made by the Claimant against the City, or the filing of a Lien against the property
of the City affected by the Contract, the Contractor's Surety shall either settle or resolve the Claim and shall remove
any such Lien by frond or otherwise as provided in the Contract.
The Parties further expressly agree that any action on this Bond may be brought within the time allowed by
Georgia law for suit on contracts under seal.
IN WITNESS WHEREOF, the Principal and Contractor's Surety have hereunto affixed their corporate
seals and caused this obligation to be signed by their duly authori=ed officers on this
day of
20
CONTRACTDR: '
fty::
(signature)
(printed)
Title:
(SEAL)
Attest:
(signature) :R
(prirrtedj
Title:
r
Date:
.fittest:
(signature)
(printed)
CONTRACTOR SURETY:
By:
Title:
(signature)
(printed)
(SEAL)
Title:
Date:
(A TTA CH SURETY'S POWER OF ATTORNEY)
STATE OF GEORGIA
City of Milton
EXHIBIT "D"
NONCOLLUSIONAFFIDAVIT OFPRIME PROPOSER
being first duly sworn, deposes and says that:
(1) He is (Owner, Partner,:_'Ocer, Representative, or Agent) of
(the "Proposer') that has submitted the attached
(2) He is fully informed respecting their preparation and eontehts. of the attached Bid and of all pertinent
circumstances respecting such Bid,
(3) Such Bid is genuine and is not a collusive of sham Bid,
(4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees,
or parties in interest, including this affidavit, has in any way colluded,.conspired, connived •or agreed, directly or
indirectly, with any other Proposer, firm or person to submit .a. collusive or sham Bid in connection with the
Contract for which the attached Bid has -been submitted to or refrain from proposing in connection with such
Contract, or has in any collusion or communication or conference with any other Proposer, firm or person to ftr the
price or prices in the attached Bid or of any: wher'Proposer, or to..seeure through any collusion, conspiracy,
connivance or unlawful agreement any advantage against, the City or-",,. ty. person interested in the proposed
Contract, and,
(5) The price orprices quoted inthe attached Bid are fair an proper and are not tainted by any collusion,
conspiracy, connivance, or unlawful agreement on the part of the Proposer or any of its agents, representatives,
owners, employees, or parties in interest, including this affidavit.
(6) Proposer has not directly or indirectly violated O.C.G.A. § 36-91-21(d).
Signature of �t iithorized Officer or Agent
Printed Name and Tfi afAuthorized Officer or Agent
SUBSCRIBED AND SWORN T O BEE`bRE ME
THIS DAY OF 20
Notary Public
My Commission Expires
Date
(SEAL)
EXHIBIT "E,,
FINAL AFFIDAVIT
TO CITY OF MILTON, GEORGIA
I, hereby certify that all suppliers:.af materials, equipment and service,
subcontractors, mechanics, and laborers employed by XXXXXXX. or any:ofats subcontractors in connection with
the construction of the XXXXXXXXX for the City have been paid and: satisfred in full as of
20 and that there are no outstanding obligations or claims of any kind for the payment of which the City on
the above named project might be liable, or subject to, in any lawf l prop ceding at law or in equity.
Personally appeared before me this i
deposes and says that he is
above statement and that to the best of his lu
Signature
title ...
217 who under oath
of tlae firm of XXXXXXXXX. that he has read the
;-relief same is an exact true statement.
NptawNblic
1
[NO YSEA I]
fission Expires
EXHIBIT "F"
STATE OF GEORGIA
CITY OF MIL TON
CONTRACTOR AFFIDAVITAND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating
affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services on
behalf of the City has registered with, is authorized to use and uses the federal work authorization program
commonly known as E -Verb, or any subsequent replacement program. accordance with the applicable
provisions and deadlines established in d. C. G.A. § 13-10-91.
Furthermore, the undersigned contractor will continue to use the federal .work authorization program throughout
the contract period, and the undersigned contractor will contract for the:phy.sical performance of services in
satisfaction of such contract only with subcontractors jv.hopresent an affidavit to the contractor with the
information required by O-C.G.A. § 13-10-91(b), a form of ivich is attached hereto as Exhibit "G ".
Contractor hereby attests that its federal work authorization. user identification nttmbo-;.and date of authorization
are as follows. :.
Federal Work Authorization User Ident f cati0rf Number
Date ofAuthorization
Name of Contractor
Name of Project." ` T.
Name of Public Employer
I hereby declare under penalty of perjury that the. foregoing is true and correct.
Executed on : tiv 201_ in (city), (state).
Signature ofAuthorized Officer or Agent
Printed Name and Title ofAuthorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME
ON THIS THE DAYOF , 201 .
Notary Public
(NOTARY SEAL]
My Commission Expires:
EXHIBIT "G"
STATE OF GEORGIA
CITY OF MELTON
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13-10-91,
stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of
services under a contract with (name of contractor) .on behalf of the City has registered
with, is authorized to use and uses the federal work authorization program.;gbmmonly known as E- Verify, or any
subsequent replacement program, , in accordance with the applicable provisions and deadlines established in
n. C. G.A. § 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work
authorization program throughout the contract period, and the; undersigned subcontractor will contract for the
physical performance of services in satisfaction of such contractonly with. sub -subcontractors who present an
affidavit to the subcontractor with the information requirad by O.C. G.A. ,x::;13. -10-91(b). Additionally, the
undersigned subcontractor will forward notice of the. -receipt of an affidavit fr*a sub -subcontractor to the
contractor within Eve business days of receipt. If the •undersigned subcontractor receives notice that a sub -
subcontractor has received an affidavit from any other contracted sub-subcontrrg7 lor, the undersigned
subcontractor must forward, within five business days of . receipt, a ;copy of the notice:.to the contractor.
Subcontractor hereby attests that its federal work authorization -•:-user' identification number and date of
:•:•..
authorization are as follows:
r �
Federal Work Authorization User, Identification Number
Name of Public Employer s.
I hereby declare under penalty of pei jyriT,' jhat the foregoing is true and correct.
Executed on 701in (city), (state).
Signature of Authorized Officer or Agent
Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME
ON THIS THE DAY OF '201
Notary Public
[NOTARYSEAL]
My Commission Expires:
EXHIBIT "H"
SA VE Affidavit
By executing this affidavit under oath, and as an applicant: foi"a city contract, a public benefit, as
referenced in O. C. G.A. § 50-36-1, from the City of Milton, the ..undersigned applicant, acting on beha�r of
verifies one of the following with respect .to, my application for a public benefit:
I) I am a United States citizen.
2) 1 am a legal permanent resident of the United States.
3) I am a qualified alien or non-immigrant under. the Federal Immigration and Nationality Act with an
alien number issued by the Department::of.Homelarid:.Security or other: -federal immigration
agency -
My alien number issued by the Department of Homeland Security or other federal immigration
agency is: % >•-
The undersigned applicant also -hereby verifies rh'at`he or she'i'18 years of age'or older and has provided a copy of
at least one secure ..:..and.. verifiable document . to,'.:''..the... City, as required by O.C.G.A.
50-36-1(e)(1), with this. u#11davit.
The secure and verifiable document provided with this affidavit can best be classified as:
In making -the above representation under oath, I understand that any person who knowingly and willfully makes a
false, fact thous, or fraudulent statement nr. t presentation' irr an of davit shall be guilty of a violation of O.C. G.A. §
16-10-2a arrd face criminalpenidries us a?locoed by such criminal statute.
Executed in `'� (City), (state).
�fSY i
. \5'
rrS'
Signature of Applicant
r
J Printed Name of Applicant
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
DAY OF 20
NOTARY P UBLIC
MY Commission Expires:
EXHIBIT "I"
[RESERVED]
EXHIBIT "J"
KEYPERSONNEL
[Insert Key Personnel]
END SAMPLE CONTRA CT
ACKNOWLEDGEMENT
RECEIPT OF ADDENDUM #1
ITB 13-PW7
Upon receipt of documents, please email, fax or mail this page to:
City of Milton
Attn: Rick Pearce, Purchasing Office
13440 Deerfield Pkwy
Suite 107G
Milton, GA 30004
Phone: 678-242-2511
Fax: 678-242-2499
Email: rickpearce@u cityofmiitottga. us
I hereby acknowledge receipt of documents pertaining to the above referenced ITB.
COMPANY NAME:
CONTACT PERSON:
ADDRESS:
CITY: STATE: ZIP:
PHONE: FAX:
EMAIL ADDRESS•
Signature
ADDENDUM #1
Date
Item #1
The bid schedule from the ITB is deleted and replaced with the following:
ITEM ITEM
UNIT
TOTAL
NUMBER DESCRIPTION
UNITS
QUANTITY
PRICE
AMOUNT
150-1000 Traffic Control
LS
7
Cement
Cement Stabilized Base Variable
301-2260
71,pDp
Depth
301-S000 Portland Cement
TH
2,'100
310-1101 Or Aggr Base Crs
TH
1,400
Asphalt Concrete Patching
402-1802 Including Bituminous Material 8, H
TN
4,500
Lime 3 in.
Recycled Asphalt Concrete 9.5
MM Sperpave, Tp 11, Blend 1,
402.3102
TN
4,250
Including Bituminous Material and
H -Lime 1.5 in. LMIG
Recycled Asphalt Concrete 9.5
MM Superpave GP 2 Only
402-3103
TN
10,500
Including Bituminous Material and
H -Lime 1.5 in.
Asphalt Concrete 19 MM
Superpave GP 2 Only Including
402-3190
TH
8,000
Bituminous Material and H -Lime 2
in.
Mill Asphalt Concrete Pavement,
432-501 D
SY
23,000
Variable Depth
600-1000 Plowable Fill
CY
500
Thermoplastic Pavement Marking
653-0120
EA
16
Arrow, Type 2
Thermoplastic Solid Traffic Stripe,
653-1704
LF
200
24" White
Thermoplastic Solid Stripe, 5"
553-2501
LM
11
White
Thermoplastic Solid Stripe, 5'
653-2502
LM
11
Yellow
6534501 Skip Traf Stripe, 5" White
LF
1,000
Thermoplastic Solid Traffic Stripe,
653-60�� SY 2500
8" Yellow
Questions and answers
1) Would the City of Milton consider giving the contractors a spread sheet with the length,
width and proposed tons of each asphalt item (resurfacing, patching, etc.) on each road?
If this information is given to the contractors then each bidding contractor will have the
same information to bid by (apples to apples). No
2) What will be the milling cover up time for the milled roads? 24 hours unless weather
interferes
3) What type is the 10,500 tons of 9.5mm set up? Type 1 or Type 2. Type 2
4) It looks like the 1,000 tons of GAB is to be used with the FDR. Is this correct? Yes
5) Do the streets in the LMIG Resurfacing receive any tie-in milling? Yes
6) What will be the depth of patching on the residential streets? 3 inches
7) Will 19mm be used for the patching? Yes. See new Bid schedule for the line itein for the
19mm Binder
8) On page 3 8 of the proposal it states that the FDR and the topping course will be temp.
striped with paint, so I guess that the 19mm will be temp. striped in paint or can temp.
tape be used? Yes. Also nail clown reflectors can be used for the base during until binder
is placed.
9) Can the Advanced Waming Signs be placed on tripods or will they need to be post
mounted? They can be mounted on tripods.
10) On page 34 of the proposal it states that the contractor will provide (4) variable message
boards. Will these boards be used for the entire project or only on the FDR work? Please
clarify. They will be used all roads except for residential neighborhoods.
11) It looks like Hamby Rd., Dinsmore Rd. and Bethany Rd. will be widened an additional 2'
during the FDR operation. Is this correct? The road will be widened as necessary to meet
the project specification of 26' base width with 25' wide asphalt surface.
12) On page 36 of the proposal it states that the shoulder area should be dressed with
screened topsoil. GDOT usually inspects the borrow location and only requires that grass
EXHIBIT "F"
SUBCONTRACTOR AFFIDAVIT
STATE OF GFORGIA
CITY OF MILTON
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13-10-91, stating
affirmatively that the individual, Firm or corporation which is engaged in the physical performance of services under
a contract with Baldwin Paving Company, Inc. on behalf of the City of Mitten has registercd with, is authorized to
use and uses the federal work authorization program commonly known as E -Verify, or any subsequent replacement
program, in accordancc with tine applicable provisions and deadlines established in O.C,G.A. § 13-10-91.
Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout
the contract period, and the undersigned subcontractor will contract for the physical performance of services in
satisfaction of such contract only with sub -subcontractors who present an affidavit to the subcontractor with the
information required by O.C.G.A. § 13-10-91(b). Additionally, Eire undersigned subcontractor wilt forward notice
of the receipt of an affidavit from a sub -subcontractor to fire contractor within five (5) business days of receipt. If
the undersigned subcontractor receives notice that a sub -subcontractor has received an affidavit from any other
contracted sub -subcontractor, the undersigned subcontractor must forward, within five (5) business days of receipt, a
copy of the notice to the contractor.
Subcontractor hereby attests that its federal work authorization user identification number and date of authorization
are as follows.
federal Work Authorization User Identification
Number
2-C G}._
T�tae`M1 er Group, Inc.-
Narn .ofSubcontmoor W
Ly 13 Recoils(Egqtion and Resurfaciu
Name of Project
Baty ofMilion
Name of Public Employer
I hereby declare under penalty of perjury that the
foregoing is true and correct.
fixe uted on-j�:.i: u , 20fin�et�4cityi,
(state).
Signature of Xulhorized Officer or Agent
Kimbel Stokes
Printed Na rill at Officer or
Agent
SUBSCRIBED AND $WORM BEFORE MR
ON THIS THE "4 C z -`-r .DAY OF
r • r r}r �Eu
EXHIBIT "G"
FINAL AFFIDAVIT
TO CITY OF MILTON, GEORGIA
I, , hereby certify that all suppliers of materials, equipment
and service, subcontractors, mechanics, and laborers employed by Baldwin Paving Company,
Inc. or any of its subcontractors in connection with the construction of the FY 13 Reconstruction
and Resurfacing project for the City have been paid and satisfied in full as of ,
20 , and that there are no outstanding obligations or claims of any kind for the payment of
which the City on the above named project might be liable, or subject to, in any lawful
proceeding at law or in equity.
Signature
Title
Personally appeared before me this day of , 20 ,
who under oath deposes and says that he is of the firm of
Baldwin Paving Company, Inc. that he has read the above statement and that to the best of his
knowledge and belief same is an exact true statement.
Notary Public
[NOTARY SEAL]
My Commission Expires
EXHIBIT "H"
Special Provisions Applicable to Henderson Rd, Mountain Rd, Wilkie Rd and Coeburn ltd
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 the (Recipient) 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 the (Recipient), 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, the (Recipient) shall impose such contract sanctions as it or the Federal
Highway Administration may determine to be appropriate, including, but not limited to:
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.
be able to grow. Screened topsoil will increase the price for shoulder building. Please
clarify. Screened topsoil shall be used in accordance with the project specification.
13) What will be the required width of the shoulder building/reconstruction? The contractor
shall tie the proposed edge of asphalt to the existing shoulder. The foreslopelbackslope
after construction should be no steeper than existing conditions.
14) Will the contractor be required to erect Low/Soft Shoulder Signs for the shoulder
building/reconstruction? In the case where shoulder work is delayed yes we will require
signs but they can be placed on tripods.
15) The only shoulder building addressed in the proposal looks to be on the three FDR roads.
Since this is an incidental item will any shoulder building, grassing and or Low/Soft
Shoulder Signs be required on any of the streets? Please clarify. Shoulder work on any
road not identified for FDR or internal to a subdivision is incidental to the work and only
required to eliminate any edge drop-off condition.
16) It looks like Cogbum Rd. has 3 or 4 traffic signal loops that will need to be repaired or
replaced — No Pay Item. Will the City of Milton repair or replace these loops? Paving
will stop before the Loop.
17) What should the finished elevation of the FDR be? Should the FDR be 4" below the
existing asphalt? Please clarify. Final asphalt elevations should match existing asphalt
elevations and the top of the FDR sections should be set accordingly. Haul off of
materials is to be expected prior to mixing of cement.
18) Will any adjusting of manholes or water valves be required? If so can you give us the
total of each and what street they are on? This would also make sure all of the bidding
contractors have the same information. No.
19) Mountain Rd. and Henderson Rd. both have side roads that are gravel. Will the contractor
be required to pave into these side roads the 15' stated on page 35. If so how will the
contractor be paid for the grading work? GDQT usually pays for this type work under
Section 231. Mountain road only and only expected to cover existing aprons.
20) There is a steel plate on Dinsmore Rd. Will this steel plate be removed before the paving?
Yes.
21) When adding the additional 2' on each side of Hamby Rd., Dinsmore Rd. and Bethany
Rd. the contractor will have a conflict with some of the custom/brick mailboxes. How
will these be handled? The city will resolve any conflict.
22) On Mountain Rd. the words STOP AHEAD are in two locations. No pay item. Will these
be replaced? No.
23) On several of the roads the word "ONLY" appears in the turn lanes. No pay item. Only
the arrows are to be replaced.
24) On the streets that receive Edge Milling is the finished asphalt need to be flush with the
gutter? Yes.
EXHIBIT "B"
BID FROM CONTRACTOR
HOME OF " r;
ESTABLISHED 2006
CITY OF MILTON
INVITATION TO BID
(THIS IS NOT AN ORDER)
Bid Number:
Project Name:
13-PW7
FY13 Reconstruction & Resurfacing Project
Due Date and Time:
City of Milton
May 22, 2013
Local Time: 2:00pm
Number of Pages: 67
ISSUING DEPARTMENT INFORMATION
Issue Rate:
April 29, 2013
City of Milton
Public Works Department Phone: 678-242-2500
13000 Deerfield Pkwy, Suite 107G Fax: 678-242-2499
Milton, Ga. 30004 Website: www.cityofmiltonga.us
INSTRUCTIONS TO BIDDERS
Return Submittal to:
Mark Face of Envelgpe/Package:
Bidder Name/Address:
Bid Number: 13-PW7
City of Milton
Name of Company or Firm
Attn: Rick Pearce, Purchasing Office
Bidder Phone Number:
13000 Deerfield Pkwy
Special Instructions:
Suite 107G
Milton, Ga. 30004
Deadline for Written Questions
v �
May 14th , 2013, 5 pm
Bidder E-mail Address:
Email questions to Rick Pearce at
�— 1 "' F 0 1 1
rich. fart i o muton a. us
BIDDERS MUST COMPLETE THE FOLLOWING
in
Bidder Name/Address:
Authori idd Si
o
n,
C,,4' 100 0
{PI a print name and sign in ink)]
Bidder Phone Number:
Bidder FAX Number:
1} L �
`�� fLi7! � �ZI
ti
� �0- "5- -
v �
Bidder Federal I.D. Number:
Bidder E-mail Address:
�— 1 "' F 0 1 1
•'n i m° 1 a
Gl
r
LY m
BIDDERS MUST RETURN THIS COVER SHEET
WITH BID RESPIDAE
1 Ii'age
:Vi
ACKNOWLEDGEMENT
RECEIPT OF ADDENDUM #1
ITB 13-PW7
Upon receipt of documents, please email, fax or mail this page to:
City of Milton
Attn: Rick Pearce, Purchasing Office
13000 Deerfield Pkwy
Suite 107G
Milton, GA 30004
Phone: 678-242-2511
Fax: 578-242-2499
Email: rick.pearce(a?cityofmiltonaa.u.s
I hereby acknowledge receipt of documents pertaining to the above referenced ITB.
COMPANY NAME: _ �.�=�)� rya' �raJi�'
CONTACT PERSON:
ADDRESS:
CITY: STATE: ZIP: _3
PHONE: _ ��� t �� lo l FAX: "� �:� - L � -o o
EMAIL ADD71S: ni t r 4 ��6 �n
3
Date
DENDUM #1
13-PW7 ��W_ Page 1
CITY OF MILTON
Invitation to Bid 13-PW7
The City of Milton is accepting sealed bids from qualified firms for the FYI Reconstruction &
Resurfacing Project for the Public Works Department in conformance with Title 32, Chapter 4,
Article 4, Part 2 of the Official Code of Georgia Annotated. All work will be done in accordance
with Georgia Department of Transportation's (GDOT) Standard Drawings, Standard
Specifications, and Pay Items Index as standards and specifications for the construction and
completion of the work required. All bidders must comply with all general and special
requirements of the bid information and instructions enclosed herein.
Sealed bids will be received no later than 2:00 PM Local Time on May 22nd, 2013.
Sealed bids shall be submitted to: City of Milton Attn: Rick Pearce, Purchasing Office 13000
Deerfield Pkwy Suite 107G Milton, Ga. 30004.
At approximately 2:10 PM Local Time on the day bids are received the bids will be publicly
opened and the bidder's name and total bid amount will be read aloud at: City of Milton
Courthouse 13000 Deerfield Parkway Suite 107E Milton, GA 30004.
Bids received after the above time or in any other location other than the Purchasing Office will
not be accepted.
Bids shall be presented in a sealed envelope with the bid number (13-PW7) and the name of the
company or firm submitting clearly marked on the outside of the envelope. ONE (1)
ORIGINAL (PAPER) AND TWO (2) COPIES (PAPER) AND A PDF COPY OF THE BID ON
CD MUST BE SUBMITTED. Bids will not be accepted verbally, by fax, or email. Questions
must be in writing. For questions, please email Rick Pearce at rick.pearce@cityofmiltonga.us.
Deadline for questions is May 14th, 2013 at 5:00pm. Official answers to questions and
potential changes to the ITB (Addendums) will be posted at the same web locations as the ITB
on or about May 16th, 2013. Any other form of interpretation, correction, or change to this ITB
will not be binding upon the City. It is the bidder's responsibility to check the websites for
potential updates. Please refer to Bid (13-PW7) and bid name (FY 13 Reconstruction &
Resurfacing Project) when requesting information.
The City of Milton reserves the right to reject any or all bids and to waive technicalities and
informalities, and to make award in the best interest of the City of Milton.
The selected contractor must be able to start work within ten (10) calendar days after the "Notice
to Proceed" is issued. The time of completion for the project is ninety (90) calendar days from
the date of the "Notice to Proceed.." If weather affects the required completion schedule, The
City and selected contractor will negotiate a new completion date. Section 108.08 of the State of
Georgia Department of Transportation Standard Specifications Construction of Transportation
Systems (current edition) shall be applied.
411'age
[RAIDERS MUST RETURN THIS SHEET WITH RID RESPONSE]
BID FORM and ADDENDA ACKNOWLEDGEMENT
TO: PURCHASING OFFICE
CITY OF MILTON
MILTON, GEORGIA 30004
Ladies and Gentlemen:
In compliance with your Invitation To Bid, the undersigned, hereinafter termed the Bidder,
proposes to enter into a Contract with the City of Milton, Georgia, to provide the necessary
machinery, tools, apparatus, other means of construction, and all materials and labor specified in
the Contract Documents or as necessary to complete the Work in the manner therein specified
within the time specified, as therein set forth, for:
Bid Number 13-PW7
FY13 Reconstruction & Resurfacing Project
The Bidder has carefully examined and fully understands the Contract, Specifications, and other
documents hereto attached, has made a personal examination of the Site of the proposed Work,
has satisfied himself as to the actual conditions and requirements of the Work, and hereby
proposes and agrees that if his bid is accepted, he will contract with the City of Milton in full
conformance with the Contract Documents.
Unless otherwise directed, all work performed shall be in accordance with the Georgia
Department of Transportation Standard Specifications, Construction of Transportation Systems
(current edition). All materials used in the process of completion of the work included in the
Contract will be furnished from Georgia Department of Transportation certified suppliers only.
It is the intent of this Bid to include all items of construction and all Work called for in the
Specifications, or otherwise a part of the Contract Documents.
In accordance with the foregoing, the undersigned proposes to furnish and construct the items
listed in the attached Bid schedule for the unit prices stated.
The Bidder agrees that the cost of any work performed, materials furnished, services provided or
expenses incurred, which are not specifically delineated in the Contract Documents but which
are incidental to the scope, intent, and completion of the Contract, shall be deemed to have been
included in the prices bid for the various items scheduled.
The Bidder further proposes and agrees hereby to promptly commence the Work with adequate
forces and equipment within ten (10) calendar days from receipt of Notice to Proceed and to
complete all Work within ninety (90) calendar days from the Notice to Proceed. If weather
affects the required completion schedule, The City and selected Bidder will negotiate a new
completion date.
1Page
Attached hereto is an executed Bid Bond in the amount of !:: Dollars �$
(Five Percent of Amount Bid).
If this bid shall be accepted by the City of Milton and the undersigned shall fail to execute a
satisfactory contract in the form of said proposed Contract, and give satisfactory Performance
and Payment Bonds, or furnish satisfactory proof of carriage of the insurance required within ten
days from the date of Notice of Award of the Contract, then the City of Milton may, at its
option, determine that the undersigned abandoned the Contract and there upon this bid shall be
null and void, and the sum stipulated in the attached Bid Bond shall be forfeited to the City of
Milton as liquidated damages.
Bidder acknowledges receipt of the following addenda:
Addendum No.
Date viewed
7 Z0-13
Bidder further declares that the full name and resident address of Bidder's Principal is as
follows:
Signed, sealed, and dated this Z2 day of :>, , 20_L3_`
Bidder 1144 ' (Seal)
Company Name
Bidder Mailing Address:
Signature: ,
Print Name: O .r
Title: re' `dc,,4
$'Page
;; I [ J,
[310 ERS DUST RETURN THIS SP -RET WITH 210 RESPONSE1
BID BOND
CITY OFIMILTON, GEORGIA
BIRDER (Name and Address):
Baldwin Paving Co., Inc., 1014 Kenmill Dr., Marietta, GA 34060
SURETY (Name and Address ofPrinci al Place: of Business):
Hartford Fire Insurance Company, One Hartford Plaza, Hartford, CT 05155
OWNER (hereinafter referred to as the "City" (Name and Address):
City of Milton, Georgia
ATTN: Purchasing Office
13000 Deerfield Parkway, Suite Itl7G
Milton, Georgia 30004
BID
HID DUE DATE: 5/22113
PROJECT (Brief Description
FYI Reconstruction 9 Re
BOND
BOND NUMBER- NIA
DATE (Not later that Bid due date): 5/22/13
PENAL SUM: Five Percent (5%) of Principal's Bid
(Words) (Figures)
IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby to the City, subject to
the terms printed below or on the reverse side hereof, do each cause this Bid Bond to be duly executed on
its behalf by its authorized officer, agent or representative.
BIDDER. SURETY
Hartford Fire Insurance
Baldwin Paving Co., 1 c. (Seal) Company _ (Seal)
Bidder's Name and C grate Seal Surety's Flame and Corporate Seal
By: �. By:G7
Sign ure and Title: ,� .�,..; .f N Signature and e: Carolyn znith
(Attach Power of Attorney) Attorney -In -Fact
Attest:t — Attest: AM�
t.Signature and Title: frSignature and Title: DcCKee
Account Manager
Nate: (1) Above addresses are to be used for giving any notice required by the terms of this
Bid Bond.
(2) Any singular reference to Bidder, Surety, the City or any other party shall be
considered plural where applicable.
+ L '`
911PFge
I . Bidder and Surety, Jointly and severally, bind themselves, their heirs, executors,
administrators, successors and assigns to pay to the City upon Default of Bidder the penal sum
set forth on the face of this Bond.
2. Default of.Sidder shall occur upon the failure, of Bidder to deliver within the time required
by the Bidding Documents (or any extension of that time agreed to in writing by the City) the
executed Agreement required by the Bidding Documents and any performance and pa3gnent
Bonds required by the Bidding Documents.
3. This obligation shall be null and void if:
3.1 The City accepts Bidder's Bid and Bidder delivers within the time required by the
Bidding Documents (or any extension of that time agreed to in writing by the
City) the executed Agreement required by the Bidding Documents and any
performance and payment Bonds required by the Bidding Documents; or
3.2 All Bids are rejected by the City; or
3.3 The City fails to issue a Notice of Award to Bidder within the time specified in
the Bidding Documents (or any extension of that time agreed to in writing by
Bidder and, if applicable, consented to by Surety when required by paragraph 5
hereof).
4. Payment under this Bond will be due and payable upon Default by Bidder within 30
calendar days after receipt by Bidder and Surety of a written Notice of Default from the City,
which Notice will be given with reasonable promptness and will identify this Bond and the
Project and include a statement of the amount due.
5. Surety waives notice of, as well as any and all defenses based on or arising out of, any time
extension to issue a Notice of Award agreed to in writing by the City and Bidder, provided that
the total time, including extensions, for issuing a Notice of Award shall not in the aggregate
exceed 120 days from Bid due date without Surety's written consent.
6. No suit or action shall be commenced under this Bond either prior to 30 calendar days after
the Notice of Default required in paragraph 4 above is received by Bidder and Surety or later
than one year after Bial due date.
7. Any suit or action snider this Bernd shall be; commenced only in a court of competent
jurisdiction located in the State of Georgia.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their
respective addresses shown on the face of this Bond. Such notices may be sent by personal
delivery, commercial courier or by United States Registered or Certified Mail, return receipt
requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party
concerned.
9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney
evidencing the authority of the officer, agent or representative who executed this Bond on behalf
of Surety to execute, seal and deliver such Bond and bind the Surety thereby.
.DEEM(—) 'ti 10 111 a g e
14, This Bond is intended to conform to all applicable statutory requirements. Any applicable
requirement of any applicable statute that has been omitted from this Bond shall be deerned to be
included herein as if set forth at length. If any provision of this Bond conflicts with any
applicable statute, then the provision of said statute shall govern and the remainder of this Bond
that is not in conflict therewith shall continue in full force and effect.
I l , The term "Bid" as used herein includes a Bid, offer or proposal, as applicable under the
particular circumstances.
12. The terms of this Bid Bond shall be governed by the laws of the State of Georgia.
Direct InquiriesfClaims to:
THE HARTFORDPO ER OF ATTORNEY
sonn, r-4
One Hartford Plaza
Hartford, Connecticut 06155
call, 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 20-262197
Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut
0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of hdiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut
Hartford Underwriters Insurance Company, a corporation duty organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organizedunder the laws of the State of Indima
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of IIIinois
Hartford Insurance Company of the Midwest, a corporation duty organized under the laws ofthe State of Indiana
Hartford insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited.
VVilliam H. Skeeles, John Langsfeld, Marilyn Brown, Rita L. Smith, Robert J. Ryan, Carolyn F. Smith, Madalyn H. Seiffert
Of
Atlanta, GA
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies
have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
Ills
07
9rti, J+'i�7s
bt'�). CXI-1�3.
Wesley W. Cowling, Assistant Secretary
STATE OF CONNECTICUT
Hartford
COU14TY OF HARTFORD
M. Ross Fisher, Vice President
On this 12' day of July, 2012, before me personally carne M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in
and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such
corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like
authority.
• �IIrLt4 ► Kathteen T. Maynard
Notary Public
CERTIFICATE My Commission Expires July 31, 2016
I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of
the Power of Attorney executed by said Companies, which is still in full force effective as of May 22, 2013,
Signed and sealed at the City of Hartford.
hF
AMS +tinr,[, • +•r�tu►► t ?074 s ti=7a r i'� •
Gary W. Stumper, Vice President
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
QUALIFICATIONS SIGNATURE AND CERTIFICATION
I certify that this offer is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a proposal for the same materials, supplies, equipment, or
services and is in all respects fair and without collusion or fraud. I understand collusive bidding
is a violation of State and Federal Law and can result in fines, prison sentences, and civil damage
awards. I agree to abide by all conditions of the proposal and certify that I am authorized to sign
this proposal for the proposer. I further certify that the provisions of the Official Code of
Georgia Annotated, including but not limited to Title 32, Chapter 4, Article 4, Part 2 and
Sections 45-10-20 et seq. have not beeryv7olated and will not be violated in any respect.
Authorized Signature
Print/Type Name
Print/Type Company Name Here
Date '7,z) -i.3
CORPORATE CERTIFICATE
certify that I am the Secretary of the Corporation
named as Contractor in the foregoing bid; that
who signed said bid in behalf of the Contractor, was then (title} ;f — ky ���, k
of said Corporation; that said bid was duly signed for and in behalf of said Corporation by
authority of its Board of Directors, and is within the scope of its corporate powers; that said
Corporation is organized under the laws of the State of
This t
Clay of M
.V) 1,:.1 . \ `� �— '.. = �.k :-", (Seal}
(Signature)
�1 m)1711P 121Page
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
LIST OF SUBCONTRACTORS
Ido- , do not , propose to subcontract some of the work on this project. I
propose to Subcontract work to the following subcontractors:
Company Name: ;, i N1'r,� Cyv n,
i 1!c) _� 131Page
JBIDDER.S MUST RETURN THIS SHEET WITH DID RESPONSE]
EXIBRIT "F"
STATE OF GEORGIA
CITY OF MILTON
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. §
13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with
the City of Milton has registered with and is participating in a federal work authorization
program, in accordance with the applicability provisions and deadlines established in O.C.G.A. §
13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to this contract with the City of
Milton, contractor will secure from such subcontractor(s) similar verification of compliance with
O.C.G.A. § 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 in the form
attached hereto as Exhibit "G." Contractor further agrees to maintain records of such
compliance and provide a copy of each such verification to the City of Milton at the time the
subcontractor(s) is retained to perform such service.
_, -
EEV / Basic Pilot Program User Identification Nu b
BY: Authorized Officer or Pike ate
(Print Contractor Name)
Title of Authorized Officer or Agent of Contractor
Printed blame of Authori`aed Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
DAY OF �`� �� _ 20k-3
. W'IE W
Notary Pu c %,,.,
j,:
My Commission Expires: , ,% V -
.MQ r
�v
Ic
''■sOU��®ma
Item ##I
The bid scheduk Txom the ITS is deleted and replaced with the
rCEM
ITEM
UNIT
TOTAL
NUMBER
DESCRIPTION
UNITS
alliANTITY
PRICE
AMOUNT
150.1000
Traffic Control
LS
1
� � t4s
301-2250
Cement Stabilized Sass Variable
Depth
Sy
71,000
301-5000
Portland Cement
TN
2,100
�, �r
rf ,7v.
i�
310-1101
Gr Aggr Base Cm
TN
1,000
Asphalt Concrete Patching
402-1802
including Bituminous Material & H
TN
4,500
Dime 3 In.
1 f
3 ]. ?�
Recycled Asphalt Concrete 9.
402-3102
MM Sperpave, Tp 11, Blend 1,
TN
4,250
Including Bituminous Material and
r
H -Lime 1.5 1n. LMIG
J —'16q
y 7.;
!
-
Recycled Asphalt Concrete 9.5
402-3103
MM Superpave GP 2 Only
TN
10,500
Including Bituminous Material and
H-Lim•a 1.5 in.
r�-
Asphalt Concrete 19 MM
402-3190
'uperpave GP 2 Only Including
Bituminous Material H 2
TN
ti' 000
71I
and -Lime
�
�{ r
In.
`•'
G
E G I�'7
432-5010
Mill Asphalt Concrete Pavement,
3Y
23' 000
Variable Depth
;7
( j� C
E
800.1000
Flowable Fill
CY
a"
853-0120
The►enoplastla Pavamfemil Marking
EA
78
'
Arrow, Type 2
633-1704
Thermoplastic Solid Y7-afflc Stripe,
LF
2Q0
Th White
553-2501
Thermoplastic Solid StrEpa, 5"
LMh
853-2502
Themoplastic Solid Stripe, 5'
Yellow
LM
1 1
6534501
Skip Traf Stripe, 5" White
LF
1,000
j �
Q C
r j
853-•8005
Thermoplastic Solid Traffic Stripe,
SY
2300
��
8" Yellow
r✓� Q
T 3-PW7 Page 2
Total Bid Price
Print Total Bid Rricc s r, it r. h a4jj, jo A t, A e,4 fmayjf4,1, f - 6 .4, he4
Fill out "Unit Price" column, "Total Amount" column, and "Total Bid Price" r�I� I
Actual price to the City will be based on actual quantity multiplied by the bid "Unit Price".
Number of days to complete project (exclude weather related days) 10
In compliance with the attached Specification, the undersigned offers and agrees that if this Bid
is accepted, by the City Council within One Hundred and Twenty (120) days of the date of Bid
opening, that he will furnish any or all of the Items upon which Prices are quoted, at the Price set
opposite each Item, delivered to the designated point(s) within the time specified in the Bid
Schedule.
COMPANY����Y]ia����
ADDRESS
AUTHORIZED SIGNATURE
PRINT 1 TYPE NAME
TITLE
�-J1 161Page
[BIDDERS MUST RETURN THIS SHEET WITH BID RESPONSE]
DISCLOSURE FORM
This form is for disclosure of campaign contributions and family member relations with City of
Milton officials/employees.
Please complete this form and return as part of your bid package when it is submitted.
Name of Bidder ihjaw,k!� bb, e_D.
Name and the official position of the Milton Oficial to whom the campaign contribution was
made (Please use a separate form for each official to whom a contribution has been made in the
past two (2) years.)
A
List the dollar amount/value and description of each campaign contribution made over the past
two (2) years by the Applicant/Opponent to the named Milton Official.
Amount/Value
Description
Please list any family that is currently (or has been employed within the last 9 months)
by the City of Miltonour relation:
Y"d
MILLFER
OROUP
The Mlller Group, ln<
1715 Nolan Court
Marrow, Georgia 30260
Tel. (770) 968-9100
Fax (7101968-0002
The Miller Group, Inc. - Full Depth Reclamation Equipment List:
I. CMI —.1050 -Pulverizer —Mixer,
1,000 H.P. - 12 Ft. Wide Drum, pulverizing chamber designed to meet material gradation
specification, 10 - 12 inch depth with automatically controlled water injection valves
spaced evenly across the drum to control the designed moisture content
2. Wirtgen -- 2500 Pulverizer — Mixer:
670 H.P. - 8 Ft. Wide Drum, pulverizing chamber designed to meet material gradation
specification 0 — 12 inch depth with automatically controlled water injection valves
spaced evenly across the drum to control the designed moisture content
3. CMI — 500 — Pulverizer — Mixer:
500 H.P. - 8 Ft. Wide Drum, 0 — 12 inch depth with automatically controlled water
injection valves spaced evenly across the drum to control the designed moisture content
4. 2- Stoltz, Cement Spreader:
25 ton hopper capacity, spread width 10 Ft. to 12 Ft. equipped with radar control, (6 -load
cell) digital scale for accurate spread rates. equipped with bag -house dust control system
5. Cat 12 H - Motor Grader, 14 Ft. Blade:
Equipped with automatic cross slope control to maintain a constant grade as required
6. Hamm 3412 - Roller:
Smooth drum vibratory roller 84 inch drum width
7. Hamm Roller:
Static pneumatic 8 -tire roller 30 ton capacity
8. Freightliner, Water Trucks:
2,506 Gal. Capacity, equipped with spray bars as need For curing reclaimed materials
The Miller Group, Inc.
1716 Nolan Court
Morrow, Georgia 30260
Tei. (770) 968-9100
Fax (770) 968.0002
REFERENCES
FOR
FULL DEPTH RECLAMATION' WITH CEMENT PROJECTS
1- City of Palm Bay, Florida ( Since 2007 Anneal Contract — Renewed through 2014- Various
Subdivision Roads and Arterial Roads - Cement & Emulsion Projects) Mike Hammer, Engineering
Inspector, Tony Collins, City Engineer or Chad Shouizt, Deputy City Manager, 1050 Malabar Road
SW, Palm Bay, Florida 32907 —Phone: 321-952-3438 or 321-952-3400, Fax: 321-952 3534, Email:
hammem�a,ualmbayflorida.org; collia oalmbaUflorida.org or shoulc almba florida.or
2- City of Fairburn, Georgia (Virlyn B, Smith Road Emulsion Projects)
Tray Besseche, City Engineer, 26 W., Campbel lton Street, Suite 110, Fairburn, GA 34213
Phone: 770-683-2486 Fax 770-969-3484 Email: troyQfairburn.eom
Fairburn City Hall, 56 Malone Street, Fairburn, Georgia 30213 Phone 770-964-2244
3- Chambers County, Alabama -- (Various Road Projects in 2009 to present with cement) Chambers
County Engineering Department, 18107 US Hwy 431, Lafayette, AL 36862, Joshua HarviIl,
Office: 334-864-4359 or Email: jltaivill rr�charnberscount.com
4- Coweta County, -Georgia (2004, 2007 & 2008, & 2010, 2011 & 2012 Various Subdivision &
Arterial Roads with Cement) Fred Landrum, Project Coordinator, 21 East Washington St,, Newnan,
GA 30263 - Phone: 774-254-3775 Fax: 774-683-2300 Fred's Cell: 678-201-6431 Email:
flandruni _ coweta.ga.us
5- Monroe County, Georgia (2005 to Present - Various Subdivision & Arterial Road Projects with
Cement & Chemical, Additives) Sid Banks, Road Superintendent - 521 Montpelier Road, Post office
Box 189, Forsyth, Georgia 31029 — Phone: 478-994-7029 Cell: 475-394-0149
6- Akin County, South Carolina (2011-- 6.7 Miles State Park Road Project) Jeff Terry, P.E., South
Carolina Department of Transportation, 1931 University Pkwy, P.O. Box 2014, Aiken, SC 29802 -
Phone 803-641-7660, Mobile: 843-646-2241 Email: teri is cdot.or — (See Attached Project
Summary)
Member of the Asphalt Recycling & Reclaiming Association � `
The_MilierwG ot,ip.,Inc,,
Vi S Nolan Court
Morrow, Georgia 302GO
Tel. (77U)968-9,100
Fax (770) 9G$-0002
FrpjectSuinmaxy
South Carolina Department of Transportation - Reclamation Project
State Park Road In Aiken County
News letter
Cost Savings:
State Park Road in Aiken County had deteriorated to the point that major reconstruction was required to meet
current standards. Based on recently completed dirt road paving projects which included new base
construction and triple treatment in the area, It was estimated that the cost to rebuild using traditional
methods would be well over 3 Million Dollars. SC DOT decided to use Full Depth Reclamation with triple
treatment for a riding surface.
At the time the project was put together, there was concern that there might not be sufficient stability in the
materials onsite, so 4 inches of additional stone was set up throughout the project. The additional stone was
eliminated by evaluating the in-place material and performing a cement modified base mix design. The mix
design passed specifications with the addition of cement only. No additional stone would be required.
Elimination of the additional stone also allowed us to offset the cost of increasing the road width from 20 ft
wide to 24 ft wide, providing the traveling public with wider and safer lanes.
Issues:
The additional stone would have created a 4 Inch change in the profile of the road. The Miller Group's
engineer inspected the Insitu material and determined that it would likely be sufficient to just mix cement into
the base without additional stone to reach SC DOT design requirements. The design performed by Summit
Engineering met the design requirements without the stone, thus saving not only the 17320 tons of virgin
aggregate, but also approximately 700 cubic yards of shoulder material. The spread rate for the cement was
65 lbs/square yard.
The first layer of the triple treatment was placed 2 days after mixing as a daring layer and subsequent layers
were placed several days after mixing the FDR base, In this way operations could be kept separate while
eliminating traffic control conflicts. Placement of the triple treatment in this fashion protected the FDR base
from traffic, And by offsetting the initial layer by 2 days, it allowed for the reduction of wasted chip seal due
to the elimination of construction In adjacent lanes.
The contractor and SC DOT had a very good working relationship on this project. As problems came up we
were able to work together to find solutions that worked well for all parties involved.
Jeff Terry, P.E.
Resident Construction Engineer
Aiken County — SC DOT
(803) 641-7660 Office
(803) 641-7638 Fax
teffxis@scdot.org
Resurfacing References
Cobb County DOT
Project: 201.1-1 Major Thoroughfares
Contact: Bobby Rakestraw — 404-569-8945
Description: Mill and inlay of major thoroughfares throughout Cobb County
Project Amount: $5,754,191.97
Completion Date: 11-2012
Geor is Department of Transportation
Project: Resurfacing or SR 9 from Carpenter Road to Abernathy Road
Contact: David Spivey — 770-891-5168
Description: Mill and Inlay of SR 9
Project Amount: $956,199.82
Completion Date: 10-2012
Cobb County DOT
Project: 2011-4 Resurfacing Local Roads - North
Contact: Bobby Rakestraw -- 404-569-8945
Description: Mill and inlay of Local Roads throughout Cobb County
Project Amount: $3,269,869.09
Completion Date: 1-2013
EXHIBIT "C"
BONDS
P.kYMRYT BOND #20BCSCOO407
CITY OF MILTON, GE, OROiA
KNOW ALL .MEN BY THESE SE PRRSENTS TITAT' Baldwin Paving Company, Inc. (as
CONTRACTOR, hereina -r referred to as the "Principal"), and
Hartford Fire Insurance Com an (as SURETY COMPAiVY, hereinafter
referred to as the "CONTRACTOR'S SURr- H"), are held wid fnsmly .bound unto the City of
Milton, Georgia (as OWNER., hereinafter referred to as the "C.ity"), :for the use and be-nelit of
any "Claimant," as hcreirmfter do fined, in the sum, of two naailli.on Five hundred thousand dollars
($2,500,000), lawful money of the United. States ofAnaerica., fur the, payment of which the
Principal and the Contractor's Surety bind themselves, their heirs, executors, administrators,
succeaors and aisigns, jointly+ aaad severally, lirn ity by thm presents.
NVEREAS, the Principal has entered, or is about to enter, into a certain v aitten
agreement with the City, dated �. , which i.s bicorporated herein by reference in
its entirety (hercivaiter referred to as the "CON IRAOT'), for the construction. of a project
known asars�r�nts�lae einafter referred tc a,5
"the PROJECT").
NOW TIMREFORE, the condition of this obligation is such that if the Principal shall
promptly make payment to any Claimana as hereinafter defined, for all labor, services and
materials used or reasonably required for vase in the performance of the Contract, then this
obligation shall he void; otherwise to retrain in full force -md effect.
A "Claimant" shall be defined harein as any Subcoutracmr, persoB, Party, partnership,
corporatiou or other entity f'wr skiing labor, services or materials Used or rea.5onably required for
use in the performance of the Contract, without regard to whether such labor, services or
materials were sold, leased or related, tuzd without regard to whether such Claimant is or is not .in
privity of the Contract with the Rrincipal or any Subcontmetor performing Work on the Project.
In the event of any claim made by the Claimant against the City, or the Fj ting of a Lien
agtabist the property of the City affected by the Cacit=t, the Contractor's Surety shall either
settle or resolve the Claim and. shall remove any such L icu by bond or otherwise as provided in
the Contract.
3lte fairies further expressly aUce that any action oil this Bond .may be brought within
the lilac allowed by Georgia law for suit on contracts under seal.
IN NVITNESS NWIEREOF, tlae principal and Contractor's Sively hktvc hereunto axed
their corporate seals wid causcd this obligation to be signed by thejr dtnly authorized o'f#xccrs on
this day of2013_
B aWwlu Paving Company, Ine.
(Siguatures Continued On Nexr Page)
Attest:
Date:
tc t:
Date:
(Name of Contractor's Surety)
4.
Fly:_. 24
) �
Title:Attornev In Fact _J,5EAL)
(ATTACH SUR TYS POWER OF ATTORNEY)
Direct InquirieslClaims to:
P E ER �F ATTORNEY THE HART -4
BOND, T-4
One Hartford Plaza
Hartford, Connecticut 06155
call: 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT. Agency Code: 20-262197
0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of hdiana
Hartford Accident and Indemnity Company, a corporation duly organized under the Iaws ofthe State of Connecticut
0 Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the $tate of Connecticut
0 Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the Iaws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
William H. Skeeles, John Langsfeld, Marilyn Brown, Rita L. Smith, Robert J. Ryan, Carolyn F. Smith, Madalyn H. Seiffert
of
Atlanta, GA
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies
have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
s 0Srx
� .� :C c ::�..a..ie.irelr a iV•ai !` _ f`'a°r•f'"ii:"� '�
/ }^
�h +►'wig► iY "' r wti�� rrnlv�` i�/li�l� � `;i Y9$9 � r�6LJy77�� •� Iy99 J�.rl
• M1r; � �• ��'�: '11 � 'h•��i �}vii• �/•• �� l
U
Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President
STATE 0 CONNEETICUT
ss. Hartford
COU TY OF HARTFORD
On this 12'h day of July, 2012, before me personally carne M. Ross Fisher, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in
and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such
corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like
authority.
+ r Kathleen T. Maynard
Notary Public
CERTIMATE My Commission Expires July 31, 2016
1, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of
the Power of Attorney executed by said Companies, which is still in fuIi force effective as of
Signed and sealed at the City of Hartford.
nor } 1 aa �� -11S�1 r1/rfr[. w 1 yQP
}t
�tpp4 4F. tp724,1
'+0y :., 'wwx^+ s►p 'i /i`ti� • ,l/u1S"
r
r `
Gary W. Stu mper, Vice President
CITE' OF MII.<'I`tfN' GRORCIA
KNOW ALL M7,N DY TIMSE PRESENTS THAT Baldwin Paving Company, Ino.
(as CONTRACTOR, hereinaftor referred to m the "Principal'% and Hartford Fire Insurance Company
(as SURF17 COMPANY, Y';, hereinafter ref=ed to as the "CONTRACTOR', SURETY'), are
held and frnrAy bound -tinto thr, City of Mihor, Georgia (as OWNER, hereinafter refmxcd to as
the "City"), for the use and benefit of any "Cl.aLrnant," as horclnafter defined, in'the stun of
two rnilli6n five hundred thoasaud dollws ($2,500,OOD), lawful money of the [hyited States Df
Aincrica, for the payment of which the Principal and the Contractor's Surety bind themselves,
their. heirs, executors, administrators, suc"sscrs mid assigns, jointly and severally, fiitnily by
these presents.
WHEREAS, the Principal has entered, or is about to enter, auto a. ceaain written
agrwinent with the City, dated the __ of � , 2013 which is incorporated
lrerehi by raference in its entirety (hereinafter referxed to as the "CONTRACT"), for the
construction of a project known as �3e�rf~te}d l�w�y-i�la��s RQed�rttexsectiaxr]mprv��n�ai�� r; -�," �_.��-
ry 13 {�-t-�..�.rs rt-,,.�-ate •�--�.5�•-s ����.-,] c ' ]
(.hereinafter re erred to as "the PROJECT").
NOW THERFYORE, the conditions of this obiigation am as follows.,
3. 'Ilint if the Principal shall fully and compleMyperforce each and all of the terms,
pmvisions and requirements of the Contract, including and during the period of
any warranties or guarantces required, thereunder, and all modifications,
wnendmen% changes, deletions, additions, and alterations thmato that may
hereafter be made, and if the Principal Wid the Conlractor's Surety shall
indemnify and hold harmless the City From any and all .losses, liability and
damages, elaims, judgintuts, Ems, c mts and fees of every description, -including
but not thnited to, auy damages for delay, which the City may ineur, sustain or
suffer by reason of the failure or cle:t'ault on the part of the Pr.in6pai in the
performance of any and. all of the tenns, provisions and requirements of the
Contract, including all modifications, amendniena , eba:nges, deletions, additions,
and alterations thereto and any warranties or guarantees .required theretanriear, then
this obligation shall be void; otherwise to remain in foil :farce an,d ekfect;
4. In the event of a failure of performata.cc ofthe Contract by the Principal, which
sh<-LU include, but not be linxited to, any brach of def=ault of the Contract:
a_ The Contractor's Surety shall commeace performance of its obligations
and widertakings undcr this Bond no later than thirty (30) days after
�Ngitten notice honl the City to the Contractor's Surety, and
b. Ule means, method or procedure by which the Contractor's Surety
undertakes to perforate ita obligations wider this k3caA shall be subject to
the advance written approval of the City.
The Contiwtor's Surety hereby waives.notice of any and all modifications, omissions,
additions, changes and advance payn.ents or deferred payments in or about the Contract, and
agrees that the obligations - ndertaken. by this Boad shall not be impaired in any manner by
reason of any such modifications, omissions, additions, changes, and advance payments or
deferred payments. The Parties further expressly agree that any action on this Bond may be
brought within. the Banc Allowed by Georgia law for salt on c*ntracts sander seal..
IN WITNTS8 WHEREOF, the principal and Coatmetox's Surety have hereunto affixed
their corporate seals mid caused this obUgation to be signed by their duly authorized officers or
attorneys -in -fact, this day of - 20 i 3.
Baldwin Paying Company, Inc.
By: - .
n r ..__
TitI _ c' i' c _- �� {SEAL}
Attest:
Title:
Date:
(risme of C:outractor's Satrety)
'Fitje•. Attorney In Fact - (S ,AL)
fl
Dom:
(ATTACH SURETY'S POWER OF ATS'ORNEY)
MAINTENANCE BOND
CITY OF MILTON, GEORGIA
KNOW ALL MEN BY THESE PRESENTS THAT Baldwin Paving Company, Inc.
(as CONTRACTOR, hereinafter referred to as the "Principal" located at 1014 Kenmill Drive
NW, Marietta, Georgia 30060, and
(as SURETY COMPANY,
hereinafter referred to as the "Contractor's Surety"), are held and firmly bound unto the City of
Milton, Georgia (as OWNER, hereinafter referred to as the "City"), for the use and benefit of the
City for maintenance of Improvements as described below in the sum of eight hundred thirty
three thousand three hundred thirty three dollars ($833,333), lawful money of the United States
of America, for the payment of which the Principal and the Contractor's Surety bind themselves,
their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has entered, or is about to enter, into a certain written
Agreement with the City, dated , which is incorporated herein by
reference in its entirety (hereinafter referred to as the "Agreement"), for the construction of
certain Improvements as contemplated by that Project for FYI Reconstruction and Resurfacing
(hereinafter referred to as the "Project"); and
WHEREAS, said Project is to be approved by the City of Milton, under the terms that a
maintenance bond is required of said Principal and good and sufficient surety payable to the
City, and conditioned that the Principal shall, for a period of two (2) years beginning on
maintain all improvements ("Improvements") involved in said Project in
accordance with all applicable federal and state laws, with the Agreement, and with all
applicable City regulations, including but not limited to the Code of Ordinances for the City of
Milton, Georgia, in force as of the date of said approval.
NOW THEREFORE, the conditions of this obligation are as follows:
1. That if the Principal shall maintain the Improvements as described above; and if the Principal
and the Contractor's Surety shall indemnify and hold harmless the City from any and all
losses, liability and damages, claims, judgments, liens, costs and fees of every description,
including but not limited to, any damages for costs of maintenance of Improvements, which
the City may incur, sustain or suffer by reason of the failure or default on the part of the
Principal in the performance of any and all of the terms, provisions and requirements
described herein, then this obligation shall be void; otherwise to remain in full force and
effect;
2. In the event of a failure of performance by the Principal;
The Contractor's Surety shall commence performance of its obligations
and undertakings under this Bond no later than thirty (30) days after
written notice from the City to the Contractor's Surety;
The means, method or procedure by which the Contractor's Surety
undertakes to perform its obligations under this Bond shall be subject to
the advance written approval of the City.
The Parties further expressly agree that any action on this Bond may be brought within
the time allowed by Georgia law for suit on contracts under seal.
IN WITNESS WHEREOF, the Principal and Contractor's Surety have hereunto affixed
their corporate seals and caused this obligation to be signed by their duly authorized officers on
this day of , 20
[SIGNATURES ON THE FOLLOWING PAGE]
Attest:
By:
Name, Title:
Date:
Attest:
By:
Name, Title:
Date:
Baldwin Paving Company, Inc.
By:
Name, Title:
(SEAL)
(Name of Contractor's Surety)
By:
Name, Title:
(SEAL)
(ATTACH SURETY'S POWER OF ATTORNEY)
EXHIBIT "D"
NONCOLLUSION AFFIDAVIT OF PRIME PROPOSER
STATE OF GEORGIA
CITY OF NULTON
t4 , �C-- � �� being first duly sworn, deposes and says that:
( 1) He is A , u-- 0 If" �— kGwtte -, T-aftner, Officer, t) of
Baldwin Paving Company, Inc. (the "Proposer") that has submitted the attached Proposal;
(2) He is fully informed respecting their preparation and contents of the attached Proposal and of
all pertinent circumstances respecting such Proposal;
(3) Such Proposal is genuine and is not a collusive of sham Proposal;
(4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, has in any way colluded, conspired, connived, or
agreed, directly or indirectly, with any other Proposer, firm or person to submit a collusive or sham
Proposal in connection with the Contract for which the attached Proposal has been submitted to or refrain
from proposing in connection with such Contract, or has in any collusion or communication or conference
with any other Proposer, firm or person to fix the price or prices in the attached Proposal or of any other
Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any
advantage against the City or any person interested in the proposed Contract; and,
(5) The price or prices quoted in the attached Proposal are fair an proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any of its
agents, representatives, owners, employees, or parties in interest, including this affidavit.
(5) Proposer has not directly or indirectly violated O.C.G.A. § 36-91-21(d).
Signa/e of AuthorizedOffic or Agent
tj";Ic'-.
Printed Name and Title of Authofized Officer or Agent
SUBSCRIBED AND SWORN TO BEFORE ME
THIS an':n- DAY OF 2013
Notary Pubh
My Comadssion Expires
Date
oolsffss,
fNGjS
�N°�'ty
At,
'rte Cl • C
EXHIBIT "E"
CONTRACTOR AFFIDAVIT AND AGREEMENT
STATE OF GEORGIA
CITY OF MILTON
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating
affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services on
behalf of the City of Milton has registered with, is authorized to use and uses the federal work authorization program
commonly known as E -Verify, or any subsequent replacement program, in accordance with the applicable
provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue
to use the federal work authorization program throughout the contract period and the undersigned contractor will
contract for the physical performance of services in satisfaction of such contract only with subcontractors who
present an affidavit to the contractor with the information required by 0.C.G.A. § 13-10-91(b).
Contractor hereby attests that its federal work authorization user identification number and date of authorization are
as follows:
10a-I�#s
Federal Work Authorization User Identification
Number
Date of Authorization
Baldwin Paving Company, Inc.
Name of Contractor
FY13 Reconstruction and Resurfacing
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that,lie
foregoing is true and correct. �.1
Executed on >— `, 2012 in [city},
(state).
5i aAreofuthorize fiicer or Agent
Printed Name and Title of Aut&iized Officer or
Agent
SUBSCRIBED AND SWORN BEFORE ME ON
THIS THE DAY OF
S ,201 3.
NOTARY PUBOC
[NOTARY SEAL]
My Co fission Expires;
_.... -�. �E wy'0•.,
f�'lR
2014
� '�•., ,LIQ,+ ��
�`�• Cour•••
.011811600
EXHIBIT "F"
SUBCONTRACTOR AFFIDAVIT
STATE OF GEORGIA
CITY OF MILTON
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13-10-91, stating
affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under
a contract with Baldwin Paving Company, Inc. on behalf of the City of Milton has registered with, is authorized to
use and uses the federai work authorization program commonly known as E -Verify, or any subsequent replacement
program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91.
Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout
the contract period, and the undersigned subcontractor will contract for the physical performance of services in
satisfaction of such contract only with sub -subcontractors who present an affidavit to the subcontractor with the
information required by O.C.G.A. § 13 -I0 -91(b). Additionally, the undersigned subcontractor will forward notice
of the receipt of an affidavit from a sub -subcontractor to the contractor within five (5) business days of receipt. If
the undersigned subcontractor receives notice that a sub -subcontractor has received an affidavit from any other
contracted sub -subcontractor, the undersigned subcontractor must forward, within five (5) business days of receipt, a
copy of the notice to the contractor.
Subcontractor hereby attests that its federal work authorization user identification number and date of authorization
are as follows: r �,
Ltf
w 9 9 I hereby declare under penalty of perjury that the
Federal Work Authorization User Identification foregoing is true and correct.
Number Z
�1 io
Executed a '� ,° 2013 in tcity},
3— Is - O f _(state).
Date of Authorization
PEEK PAVEMENT MARKING, LLC
Name of Subcontractor
FYI 3 RemMmcdon and Resurfacin
Name of Project
City of Milton
Name of Public Employer
Si a e o zed oFla gh,A enat
cy
Pfinfed'N'YmYaddlitle of Aut arue�o�1liISla1IJQI!
Agent
SUBSCRIBED AND SWORN BEFORE ME
ON T131S THE a&k-k-DAY OF
_,20 Ll Q t
NOTARY PUBLIC
My Coakmis5ion;�
EAR
HOME OF `THEBEST QUALITY OF LIFE IN C,1 G]RGIA'LTON%
M1
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council
FROM: City Manager
DATE: July 8, 2013
AGENDA ITEM: Approval of a Construction Services Agreement between the City of
Milton and Baldwin Paving Company, Inc. for the Construction of a
Roundabout at the Hopewell Road/Cogburn Road at Francis
Road/Hopewell Road Intersection.
MEETING DATE: Monday, July 15, 2013 Regular City Council Meeting.
BACKGROUND INFORMATION., (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: x APPROVED ( ) NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: �Yles { } NO
CITY ATTORNEY REVIEW REQUIRED: X YES { } NO
APPROVAL BY CITY ATTORNEY APPROVED (} N O T A PPRO VED
PLACED ON AGENDA FOR:
REMARKS t -7 3
Ifj /73 6,��jrloe-t, ry
®� YouQm_�
ercifi
y Green t Crti
Poral:: 678.242.2500 FAX: 678.242.2499 :�' " Community C", 01 6
infoOcityofmiltonga.us 1 www.clfyoFrnilfonga.us ,,..,:. o.«... .
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004 Ci iTIPIE❑ BBGNZL - 3Q (L
Page 1 of 2
To: Honorable Mayor and City Council Members
From: Carter Lucas, Public Works Director
Date: Submitted on July 2, 2013 for the July 15, 2013 Regular Council Meeting
Agenda Item: Approval of a Construction Services Agreement between the City of Milton and
Baldwin Paving Company, Inc. for the Construction of a Roundabout at the
Hopewell Road/Cogburn Road at Francis Road/Hopewell Road Intersection
____________________________________________________________________________
Department Recommendation: Approval.
Executive Summary: Following the transportation master plan an intersection
improvement was recommended at the Hopewell-Francis-Cogburn Road intersection. Currently
a 4-way stop at this intersection has exceeded its operational capacity in that configuration.
During the development of the concept plans two viable alternatives were evaluated, a
traditional signalized intersection and a single lane roundabout. Based on public input,
estimated construction costs, operational characteristics, long term operation and maintenance
costs the roundabout was selected for the final design.
Based on the final design plans prepared by Stantec for the roundabout and in accordance
with the city procurement procedures, an invitation to bid was issued by the city. The city
received two qualified bids for the proposed work which are summarized in Table 1. Staff is
recommending approval of a lump sum Construction Services Agreement with Baldwin
Paving Company, Inc. in the amount of $786,606.
Table 1. Bid Summary
Firm Bid
Baldwin Paving Co., Inc. $786,606.00
Astra $835,000.00
Page 2 of 2
Funding and Fiscal Impact: Funding for this project is available in the Capital
Projects fund Hopewell/Francis/Cogburn Intersection account in the Public Works Department.
Alternatives: There are no alternatives to this project.
Legal Review: Jarrard & Davis, LLP – Paul Higbee, 6/28/2013
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
Construction Services Agreement
HOME OF 'THE BEST QUAUTY OP LIFE iN GEDRGkA'
MILTON*k
ESS A6L IS t I ED 277
CONSTRUCTION SERVICES AGREEMENT
FOR
HOPEWELL-FRANCIS-COGBURN ROAD INTERSECTION IMPROVEMENTS
This Agreement (the "Agreement") to provide intersection improvements is made and
entered into this _ day of , 2013, by and between the CITY OF MILTON, a municipal
corporation of the State of Georgia, acting by and through its governing authority, the Milton
City Council (hereinafter referred to as the "City"), Baldwin Paving Company, Inc., a Georgia
corporation with its principal place of business located at 1014 Kenmill Dr NW, Marietta,
Georgia 30060-7911 (hereinafter referred to as the "Contractor").
WITNESSETH:
WHEREAS, the City issued an Invitation to Bid for the Hopewell-Francis-Cogburn Road
Intersection Improvements; and
WHEREAS, based upon Contractor's bid to construct the intersection improvements as
required by the bid documents, the City has selected Contractor as the winning bidder, and
WHEREAS, Contractor has agreed to perform such work as set forth in this Agreement,
according to the terms and conditions provided in this Agreement; and
WHEREAS, Contractor has familiarized itself with the nature and extent of the Contract
Documents, the Project, and the Work, with all local conditions and federal, state and local laws,
ordinances, rules and regulations in any manner that may affect cost, progress or performance of
work, and Contractor is aware that he must be licensed to do business in the State of Georgia.
NOW THEREFORE, the City and Contractor, in consideration of the mutual promises
contained herein and other good and valuable consideration, the sufficiency of which is hereby
acknowledged, agree as follows:
Section 1 Contract Documents
The following documents are incorporated herein by reference and constitute the
Contract Documents:
A. This Agreement (18 Pages);
B. Invitation to Bid ITB and Addenda (70 Pages), attached hereto as Exhibit "A";
C. Bid from Contractor dated June 11, 2013 (19 Pages), attached hereto as Exhibit
«8,,.
D. Performance and Other Bonds, attached hereto collectively as Exhibit "C";
E. Non -collusion Affidavit of Prime Proposer, attached hereto as Exhibit "D",
F. Contractor Affidavit and Agreement, attached hereto as Exhibit "E";
G. Subcontractor Affidavit, attached hereto as Exhibit "F";
H. Plans and Specifications as Exhibit "G";
Final Affidavit, attached hereto as Exhibit "H",
The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents if
properly adopted in writing and executed by the Parties; and
K. City of Milton Code of Ethics.
In the event of any discrepancy among the Contract Documents, that provision that inures most
to the benefit of the City, as determined by the City in its sole discretion, shall govern.
Section 2 Project Description
The scope of this project generally consists of the construction of a roundabout at the
intersection of Hopewell -Francis and Cogburn Roads in accordance with the plans and specifications
prepared by Stantec, Inc and included herein.
Section 3 The Work
The Work is specified and indicated in the Contract Documents (the "Work"). In the
event of any discrepancy among the Contract Documents, the provision operating most to the
benefit of the City, as determined by the City in its sole discretion, shall govern. The Work
previously described includes all material, labor, insurance, tools, equipment, and any other
miscellaneous items necessary to complete the Work as described. Contractor shall complete the
Work in strict accordance with the Contract Documents.
Section 4 Contract Time
This Contract shall take effect on . Contractor agrees to complete the
Project within 280 calendar days from the date of Notice to Proceed. Every effort will be made
by Contractor to shorten this period.
2
Section 5 Contractor's Compensation; Time and Method of Payment
A. The total amount paid under this Agreement shall not, in any case, exceed
$786,606 except as outlined in Section 6 below. City agrees to pay the Contractor
for the work upon certification by the City that the Work was actually performed
and costs actually incurred in accordance with the Agreement. This amount shall
include all use, lease, or other taxes, and all expenses for personnel and equipment
(including fuel) that Contractor will incur to provide the Work. Unless otherwise
agreed in writing signed by both Parties, the compensation payable by the City to
Contractor is limited to the price amount set forth in the Bid Submittal Form, and
City will not pay any other sum attributable to taxes, costs or expenses that
Contractor may incur in providing the Work.
B. Compensation for Work performed shall be paid to the Contractor upon receipt
and approval by the City of invoices setting forth in detail the Work performed.
Invoices shall be submitted on a monthly basis, and such invoices shall reflect
charges incurred versus charges budgeted. Each invoice shall be accompanied by
an Interim Waiver and Release upon Payment (or a Waiver and Release upon
Final Payment in the case of the invoice for final payment) procured by the
Contractor from all subcontractors in accordance with D.C.G.A. § 44-14-366.
C. As long as the gross value of the completed work is less than 50% of the total
contract amount and/or when satisfactory progress has not been achieved by the
Contractor during any period for which payment is to be made, the City may
retain a percentage of said payment, not to exceed ten percent (10%) of the
maximum Contract Price to ensure performance of the Agreement. Said cause
and progress shall be determined by the City, in its sole discretion, based on its
assessment of any past performance of the Contractor and likelihood that such
performance will continue. Upon completion of all contract requirements,
retained amounts shall be paid promptly less any offsets or deductions authorized
hereunder or by law.
D. Any material deviations in tests or inspections performed, times or locations
required to complete such tests or inspections and like deviations from the Work
described in this Agreement shall be clearly communicated to the City before
charges are incurred and shall be handled through change orders or construction
change directives as described in Section 6 below. All invoices should be
submitted to Rick Pearce (Budget and Procurement Coordinator), for approval.
The City shall pay the Contractor within thirty (30) days after approval of the
invoice by the City. No payments will be made for unauthorized work. Payment
will be sent to the designated address by U.S. Mail only; payment will not be
hand -delivered.
E. The City may withhold payment or final payment for reasons including, but not
limited to, the following: unsatisfactory job performance or progress, defective
work, disputed work, failure to comply with material provisions of the
Agreement, third party claims filed or reasonable evidence that a claim will be
filed or other reasonable cause.
Section 6 Work Changes
A. The City reserves the right to order changes in the Work to be performed under
this Agreement by altering, adding to, or deducting from the Work. All such
changes shall be incorporated in written change orders executed by the Contractor
and the City. Such change orders shall specify the changes ordered and any
necessary adjustment of compensation and completion time. If the Parties cannot
reach an agreement on the terms for performing the changed work within a
reasonable time to avoid delay or other unfavorable impacts as determined by the
City in its sole discretion, the City shall have the right to determine reasonable
terms and the Contractor shall proceed with the changed work.
B. Any work added to the scope of this Agreement by a change order shall be
executed under all the applicable conditions of this Agreement. No claim for
additional compensation or extension of time shall be recognized, unless
contained in a written change order duly executed on behalf of the City and the
Contractor.
C. The City Manager has authority to execute without further action of the Milton
City Council, any number of change orders so long as their total effect does not
materially alter the terms of this Agreement or materially increase the total
amount to be paid under this Agreement. Any such change orders materially
altering the terms of this Agreement or increasing the total amount to be paid
under this Agreement in excess of $50,000, must be approved by resolution of the
Milton City Council.
Section 7 Covenants of Contractor.
A. Ethics Code
Contractor agrees that it shall not engage in any activity or conduct that would be
in violation of the City of Milton Code of Ethics.
B. Time is of the Essence
Contractor specifically acknowledges that TIME IS OF THE ESSENCE for
completion of the Project.
C. Expertise of Contractor
Contractor accepts the relationship of trust and confidence established between it
and the City, recognizing that the City's intention and purpose in entering into this
Agreement is to engage an entity with the requisite capacity, experience, and
professional skill and judgment to provide the services in pursuit of the timely and
competent completion of the Work undertaken by Contractor under this
Agreement.
4
D. Budgetary Limitations
Contractor agrees and acknowledges that budgetary limitations are not a
justification for breach of sound principals of Contractor's profession and
industry. Contractor shall take no calculated risk in the performance of the Work.
Specifically, Contractor agrees that, in the event it cannot perform the Work
within the budgetary limitations established without disregarding sound principals
of Contractor's profession and industry, Contractor will give written notice
immediately to the City.
E. City's Reliance on the Work
The Contractor acknowledges and agrees that the City does not undertake to
approve or pass upon matters of expertise of the Contractor and that; therefore,
the City bears no responsibility for Contractor's services performed under this
Agreement. The Contractor acknowledges and agrees that the acceptance of
Work by the City is limited to the function of determining whether there has been
compliance with what is required to be produced under this Agreement. The City
will not, and need not, inquire into adequacy, fitness, suitability or correctness of
Contractor's performance. Contractor further agrees that no approval of designs,
plans, specifications, or work by any person, body or agency shall relieve
Contractor of the responsibility for adequacy, fitness, suitability, and correctness
of Contractor's professional and industry standards or for performing services
under this Agreement in accordance with sound and accepted professional and
industry principals.
F. Contractor's Reliance of Submissions by the City
Contractor must have timely information and input from the City in order to
perform the services required under this Agreement. Contractor is entitled to rely
upon information provided by the City, but Contractor shall be required to
provide immediate written notice to the City if Contractor knows or reasonably
should know that any information provided by the City is erroneous, inconsistent,
or otherwise problematic.
G. Contractor's Representative
Contractor's behalf with respect to the
representative.
H. Assignment of Agreement
shall be authorized to act on
Work as Contractor's designated
The Contractor covenants and agrees not to assign or transfer any interest in, nor
delegate any duties of this Agreement, without the prior express written consent
of the City.
61
Responsibift of Contractor and Indemnification of Cit
The Contractor covenants and agrees to take and assume all responsibility for the
services rendered in connection with this Agreement. The Contractor shall bear all
losses and damages directly or indirectly resulting to it on account of the
performance or character of the services rendered pursuant to this Agreement.
Contractor shall defend, indemnify and hold harmless the City, its officers,
boards, commissions, elected and appointed officials, employees and agents from
and against any and all claims, suits, actions, liability, judgments, damages,
losses, and expenses, including but not limited to, attorney's fees, which may be
the result of willful, negligent or tortuous conduct arising out of the Work,
performance of contracted services, or operations by the Contractor, any
subcontractor, anyone directly or indirectly employed by the Contractor or
subcontractor or anyone for whose acts the Contractor or subcontractor may be
liable, regardless of whether or not the negligent act is caused in part by a party
indemnified hereunder. Such obligation shall not be construed to negate,
abridge, or otherwise reduce any other right or obligation of indemnity which
would otherwise exist as to any party or person described in this provision. In any
and all claims against the City or any of its agents or employees, by any employee
of the Contractor, any subcontractor, anyone directly or indirectly employed by
the Contractor or subcontractor or anyone for whose acts the Contractor or
subcontractor may be liable, the indemnification obligation set forth in this
provision shall not be limited in any way by any limitation on the amount or type
of damages, compensation or benefits payable by or for the Contractor or any
subcontractor under workers' or workmen's compensation acts, disability benefit
acts or other employee benefit acts. This obligation to indemnify and defend the
City, its members, officers, agents, employees and volunteers shall survive
termination of this Agreement. Contractor shall not be required to indemnify the
City or its officers, boards, commissions, elected or appointed officials,
employees or agents against liability or claims for damages, losses, or expenses,
including attorney fees, arising out of bodily injury to persons, death, or damage
to property caused by or resulting from the sole negligence of the City or its
officers, boards, commissions, elected or appointed officials, employees or agents.
J. Independent Contractor
Contractor hereby covenants and declares that it is engaged in an independent
business and agrees to perform the services as an independent contractor and not
as the agent or employee of the City. The Contractor agrees to be solely
responsible for its own matters relating to the time and place the services are
performed; the instrumentalities, tools, supplies and/or materials necessary to
complete the services; hiring of Contractors, agents or employees to complete the
services; and the payment of employees, including compliance with Social
Security, withholding and all other regulations governing such matters. The
Contractor agrees to be solely responsible for its own acts and those of its
subordinates, employees, and subcontractors during the life of this Agreement.
Any provisions of this Agreement that may appear to give the City the right to
direct Contractor as to the details of the services to be performed by Contractor or
to exercise a measure of control over such services will be deemed to mean that
Contractor shall follow the directions of the City with regard to the results of such
services only.
The Contractor shall obtain and maintain, at the Contractor's expense, all permits,
licenses, or approvals that may be necessary for the performance of the services.
The Contractor shall furnish copies of all such permits, licenses, or approvals to
the City of Milton Representative within ten (10) days after issuance.
Inasmuch as the City of Milton and the Contractor are contractors independent of
one another neither has the authority to bind the other to any third person or
otherwise to act in any way as the representative of the other, unless otherwise
expressly agreed to in writing signed by both parties hereto. The Contractor
agrees not to represent itself as the City's agent for any purpose to any party or to
allow any employee of the Contractor to do so, unless specifically authorized, in
advance and in writing, to do so, and then only for the limited purpose stated in
such authorization. The Contractor shall assume full liability for any contracts or
agreements the Contract enters into on behalf of the City of Milton without the
express knowledge and prior written consent of the City.
K. Insurance
(1) Requirements: The Contractor shall have and maintain in full force and
effect for the duration of this Agreement, insurance insuring against
claims for injuries to persons or damages to property which may arise
from or in connection with the performance of the Work by the
Contractor, its agents, representatives, employees or subcontractors. All
policies shall be subject to approval by the City Attorney to form and
content. These requirements are subject to amendment or waiver if so
approved in writing by the City Manager.
(2) Minimum Limits of Insurance: Contractor shall maintain limits no less
than:
(a) Comprehensive General Liability of $1,000,000 combined single
limit per occurrence for bodily and personal injury, sickness,
disease or death, injury to or destruction of property, including loss
of use resulting there from.
(b) Comprehensive Automobile Liability (owned, non -owned, hired)
of $1,000,000 combined single limit per occurrence for bodily and
personal injury, sickness, disease or death, injury to or destruction
of property, including loss of use resulting there from.
(c) Professional Liability of $1,000,000 limit for claims arising out of
professional services caused by the Contractor's errors, omissions,
or negligent acts.
(d) Workers' Compensation limits as required by the State of Georgia
and employers Liability limits of $1,000,000 per accident.
(3) Deductibles and Self -Insured Retentions: Any deductibles or self-insured
retentions must be declared to and approved by the City.
(4) Other Insurance Provisions: The policy is to contain, or be endorsed to
contain, the following provisions:
(a) General Liability and Automobile Liability Coverage.
(i) The City, its officials, employees, agents and volunteers are
to be covered as insured as respects: liability arising out of
activities performed by or on behalf of the Contractor;
products and completed operations of the Contractor;
premises owned, leased, or used by the Contractor;
automobiles owned, leased, hired, or borrowed by the
Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City,
its officials, employees, agents or volunteers.
(ii) The Contractor's insurance coverage shall be primary
noncontributing insurance as respects to any other
insurance or self-insurance available to the City, its
officials, employees, agents or volunteers. Any insurance or
self-insurance maintained by the City, its officials,
employees or volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
(iii) Any failure to comply with reporting provisions of the
policies shall not affect coverage provided to the City, its
officials, employees, agents or volunteers.
(iv) Coverage shall state that the Contractor's insurance shall
apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of
the insurer's liability.
(v) Coverage shall be provided on a "pay on behalf' basis,
with defense costs payable in addition to policy limits.
There shall be no cross liability exclusion.
(vi) The insurer agrees to waive all rights of subrogation against
the City, its officials, employees, agents and volunteers for
losses arising from work performed by the Contractor for
the City.
(vii) All endorsements to policies shall be executed by an
authorized representative of the insurer.
(b) Workers' Compensation Coverage: The insurer will agree to waive
all rights of subrogation against the City, its officials, employees,
agents and volunteers for losses arising from work performed by
the Contractor for the City.
(c) All Coverages:
(i) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be suspended,
voided, canceled, reduced in coverage or in limits except
after thirty (30) days prior written notice by certified mail,
return receipt requested, has been given to the City.
(ii) Policies shall have concurrent starting and ending dates.
(iii) Policies shall include an endorsement incorporating the
Indemnification obligations assumed by the Contractor
under the terms of this Agreement, including but not
limited to Section 7(I) of this Agreement.
(iv) Policies shall include an endorsement incorporating the
Indemnification obligations assumed by the Contractor
under the terms of this Agreement, including but not
limited to Section 7(I) of this Agreement.
(5) Acceptability of Insurers: Insurance is to be placed with insurers with an
A.M. Bests' rating of no less than A: VII.
(G) Verification of Coverage: Contractor shall furnish the City with
certificates of insurance and endorsements to the policies evidencing
coverage required by this clause prior to the start of work. The certificates
of insurance and endorsements for each insurance policy are to be signed
by a person authorized by that insurer to bind coverage on its behalf. The
certificate of insurance and endorsements shall be on a form utilized by
Contractor's insurer in its normal course of business and shall be received
and approved by the City prior to execution of this Agreement by the City.
The City reserves the right to require complete, certified copies of all
required insurance policies, at any time. The Contractor shall provide
proof that any expiring coverage has been renewed or replaced at least two
(2) weeks prior to the expiration of the coverage.
9
(7) Subcontractors: Contractor shall include all subcontractors as insured
under its policies or shall furnish separate certificates and endorsements
for each subcontractor. All coverage for subcontractors shall be subject to
all of the requirements stated in this Agreement, including but not limited
to naming the parties as additional insured.
(8) Claims -Made Policies: Contractor shall extend any claims -made
insurance policy for at least six (6) years after termination or final
payment under the Agreement, whichever is later.
(9) City as Additional Insured and Loss Payee: The City shall be named as an
additional insured and loss payee on all policies required by this
Agreement.
L. Employment of Unauthorized Aliens Prohibited
(1) E -Verify Affidavits
It is the policy of the City of Milton that unauthorized aliens shall not be employed to
perform work on City contracts involving the physical performance of services. Therefore, the
City shall not enter into a contract for the physical performance of services within the State of
Georgia unless:
(1) the Contractor shall provide evidence on City -provided forms, attached hereto as
Exhibits "E" and "F" (affidavits regarding compliance with the E -Verify program
to be sworn under oath under criminal penalty of false swearing pursuant to
O.C.G.A. § 16-10-71), that it and Contractor's subcontractors have conducted a
verification, under the federal Employment Eligibility Verification ("EEV" or "E -
Verify") program, of the social security numbers, or other identifying information
now or hereafter accepted by the E -Verify program, of all employees who will
perform work on the City contract to ensure that no unauthorized aliens will be
employed, or
(2) the Contractor provides evidence that it is not required to provide an affidavit
because it is licensed pursuant to Title 26 or Title 43 or by the State Sar of
Georgia and is in good standing as of the date when the contract for services is to
be rendered.
The Contractor hereby verifies that it has, prior to executing this Agreement, executed a
notarized affidavit, the form of which is provided in Exhibit "E", and submitted such affidavit to
City or provided the City with evidence that it is not required to provide such an affidavit
because it is licensed and in good standing as noted in subsection (2) above. Further, Contractor
hereby agrees to comply with the requirements of the federal Immigration Reform and Control
Act of 1986 (IRCA), P.L. 99-603, O.C.G.A. § 13-10-91 and Rule 300-10-1-.02.
In the event the Contractor employs or contracts with any subcontractor(s) in connection
with the covered contract, the Contractor agrees to secure from such subcontractor(s) attestation
10
of the subcontractor's compliance with O.C.G.A. § 13-10-91 and Rule 300-10-1-.02 by the
subcontractor's execution of the subcontractor affidavit, the form of which is attached hereto as
Exhibit "F", which subcontractor affidavit shall become part of the contractor/subcontractor
agreement, or evidence that the subcontractor is not required to provide such an affidavit because
it is licensed and in good standing as noted in subsection (2) above. If a subcontractor affidavit
is obtained, Contractor agrees to provide a completed copy to the City within five (S) business
days of receipt from any subcontractor.
Where Contractor is required to provide an affidavit pursuant to O.C.G.A. § 13-10-91,
the City Manager or his/her designee shall be authorized to conduct an inspection of the
Contractor's and Contractor's subcontractors' verification process at any time to determine that
the verification was correct and complete. The Contractor and Contractor's subcontractors shall
retain all documents and records of their respective verification process for a period of three (3)
years following completion of the contract. Further, where Contractor is required to provide an
affidavit pursuant to O.C.G.A. § 13-10-91, the City Manager or his/her designee shall further be
authorized to conduct periodic inspections to ensure that no City Contractor or Contractor's
subcontractors employ unauthorized aliens on City contracts. By entering into a contract with
the City, the Contractor and Contractor's subcontractors agree to cooperate with any such
investigation by making their records and personnel available upon reasonable notice for
inspection and questioning. Where a Contractor or Contractor's subcontractors are found to have
employed an unauthorized alien, the City Manager or his/her designee may report same to the
Department of Homeland Security. The Contractor's failure to cooperate with the investigation
may be sanctioned by termination of the contract, and the Contractor shall be liable for all
damages and delays Occasioned by the City thereby.
Contractor agrees that the employee -number category designated below is applicable to
the Contractor. [Information only required if a contractor affidavit is required pursuant to
O.C.G.A. § 13-10-91.1
500 or more employees.
100 or more employees.
Fewer than 100 employees.
Contractor hereby agrees that, in the event Contractor employs or contracts with any
subcontractor(s) in connection with this Agreement and where the subcontractor is required to
provide an affidavit pursuant to O.C.G.A. § 13-10-91, the Contractor will secure from the
subcontractor(s) such subcontractor's') indication of the above employee -number category that is
applicable to the subcontractor.
The above requirements shall be in addition to the requirements of State and federal law, and
shall be construed to be in conformity with those laws.
11
M. Records, Reports and Audits
(1) Records:
(a) Records shall be established and maintained by the Contractor in
accordance with requirements prescribed by the City with respect
to all matters covered by this Agreement. Except as otherwise
authorized, such records shall be maintained for a period of three
years from the date that final payment is made under this
Agreement. Furthermore, records that are the subject of audit
findings shall be retained for three years or until such audit
findings have been resolved, whichever is later.
(b) All costs shall be supported by properly executed payrolls, time
records, invoices, contracts, or vouchers, or other official
documentation evidencing in proper detail the nature and propriety
of the charges. All checks, payrolls, invoices, contracts, vouchers,
orders or other accounting documents pertaining in whole or in
part to this Agreement shall be clearly identified and readily
accessible.
(2) Reports and Information: Upon request, the Contractor shall furnish to the
City any and all statements, records, reports, data and information related
to matters covered by this Agreement in the form requested by the City.
(3) Audits and Inspections: At any time during normal business hours and as
often as the City may deem necessary, there shall be made available to the
City for examination all records with respect to all matters covered by this
Agreement. The Contractor will permit the City to audit, examine, and
make excerpts or transcripts from such records, and to audit all contracts,
invoices, materials, payrolls, records of personnel, conditions of
employment and or data relating to all matters covered by this Agreement.
N. Conflicts of Interest
Contractor agrees that it shall not engage in any activity or conduct that would
result in a violation of the City of Milton Code of Ethics.
0. Confidentiality
Contractor acknowledges that it may receive confidential information of the City
and that it will protect the confidentiality of any such confidential information and
will require any of its subcontractors, consultants, and/or staff to likewise protect
such confidential information. The Contractor agrees that confidential
information it receives or such reports, information, opinions or conclusions that
Contractor creates under this Agreement shall not be made available to, or
discussed with, any individual or organization, including the news media, without
prior written approval of the City. The Contractor shall exercise reasonable
12
precautions to prevent the unauthorized disclosure and use of City information
whether specifically deemed confidential or not.
P. Licenses. Certifications and Permits
The Contractor covenants and declares that it has obtained all diplomas,
certificates, licenses, permits or the like required of the Contractor by any and all
national, state, regional, county, local boards, agencies, commissions, committees
or other regulatory bodies in order to perform the services contracted for under
this Agreement. All work performed by Contractor under this Agreement shall be
in accordance with applicable legal requirements and shall meet the standard of
quality ordinarily expected of competent professionals.
Q. FRESERVEDI
R. Authority to Contract
The Contractor covenants and declares that it has obtained all necessary approvals
of its board of directors, stockholders, general partners, limited partners or similar
authorities to simultaneously execute and bind Contractor to the terms of this
Agreement, if applicable.
S. Ownership of Work
All reports, designs, drawings, plans, specifications, schedules, work product and
other materials prepared or in the process of being prepared for the services to be
performed by the Contractor ("materials") shall be the property of the City and
the City shall be entitled to full access and copies of all such materials. Any such
materials remaining in the hands of the Contractor or subcontractor upon
completion or termination of the work shall be delivered immediately to the City.
The Contractor assumes all risk of loss, damage or destruction of or to such
materials. If any materials are lost, damaged or destroyed before final delivery to
the City, the Contractor shall replace them at its own expense. Any and all
copyrightable subject matter in all materials is hereby assigned to the City and the
Contractor agrees to execute any additional documents that may be necessary to
evidence such assignment.
T. Mem
The Contractor is required to meet with the City's personnel, or designated
representatives, to resolve technical or contractual problems that may occur
during the term of the contract, at no additional cost to the City_ Meetings will
occur as problems arise and will be coordinated by the City. The Contractor will
be given a minimum of three full working days notice of meeting date, time, and
location. Face-to-face meetings are desired. However, at the Contractor's option
and expense, a conference call meeting may be substituted. Consistent failure to
participate in problem resolution meetings, two consecutive missed or
rescheduled meetings, or to make a good faith effort to resolve problems, may
13
result in termination of the contract.
Section S Covenants of the City
A. Right of Entry
The City shall provide for right of entry for Contractor and all necessary
equipment along the Bethany Bend Road right-of-way, in order for Contractor to
complete the Work.
B. City's Representative
Matt Fallstrom shall be authorized to act on the City's behalf with respect to the
Work as the City's designated representative
Section 9 Warrant
Except as may be otherwise specified or agreed, the Contractor shall repair all defects in
materials, equipment, or workmanship appearing within two years from the date of Final
Completion of the Project at no additional cost to the City. An inspection shall be conducted by
the City or its representative(s) near the completion of the two-year general warranty period to
identify any issues that must be resolved by the Contractor.
Section 10 Termination
A. The City may terminate this Agreement for convenience at any time upon written
notice to Contractor. In the event of a termination for convenience, Contractor
shall take immediate steps to terminate work as quickly and effectively as
possible and shall terminate all commitments to third -parties unless otherwise
instructed by the City. Provided that no damages are due to the City for
Contractor's failure to perform in accordance with this Agreement, the City shall
pay Contractor for work performed to date in accordance with Section 5 herein.
The City shall have no further liability to Contractor for such termination.
B. The City may terminate this Agreement for cause if Contractor breaches any
material provision of this Agreement. The City shall give Contractor seven (7)
days written notice of its intent to terminate the Agreement and the reasons
therefore, and, if Contractor, or its Surety, fails to cure the default within that
period, the termination shall take place without further notice. The City shall then
make alternative arrangements for completion of the Project and deduct the cost
of completion from the unpaid Contract Price. The City will make no payment to
the Contractor or its Surety until all costs of completing the Project are paid. If
the unpaid balance of the amount due the Contractor, according to this agreement,
exceeds the cost of finishing the Project, the Contractor or its Surety will receive
the applicable funds due. If the costs of completing the Project exceed the unpaid
balance, the Contractor or its Surety will pay the difference to the City.
C. If the City terminates this Agreement for cause, and it is later determined that the
14
City did not have grounds to do so, the termination will be treated as a termination
for convenience under the teens of this Section (A) above.
D. Upon termination, the Contractor shall: (1) promptly discontinue all services
affected, unless the notice directs otherwise; and (2) promptly deliver to the City
all data, drawings, reports, summaries, and such other information and materials
as may have been generated or used by the Contractor in performing this
Agreement, whether completed or in process, in the form specified by the City.
E. The rights and remedies of the City and the Contractor provided in this Section
are in addition to any other rights and remedies provided under this Agreement or
at law or in equity.
Section 11 Miscellaneous
A. Complete Agreement. This Agreement contains all of the understandings and
agreements of whatsoever kind and nature existing between the parties hereto
with respect to the subject matter contained herein.
B. Governing Law. This Agreement shall be governed by and construed under the
laws of the State of Georgia.
C. Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed to be an original, but all of which together shall
constitute one and the same instrument.
D. Invalidity of Provisions. Should any part of this Agreement for any reason be
declared by any court of competent jurisdiction to be invalid, such decision shall
not affect the validity of any remaining portion, which remaining portion shall
continue in full force and effect as if this Agreement had been executed with the
invalid portion hereof eliminated, it being the intention of the parties that they
would have executed the remaining portion of this Agreement without including
any such part, parts or portions which may for any reason be hereafter declared
invalid.
E. Notice. All notices requests, demands and other communications hereunder shall
be in writing and shall be deemed received, and shall be effective when personally
delivered or on the third day after the postmark date when mailed by certified
mail, postage prepaid, return receipt requested or upon actual delivery when sent
via national overnight commercial carrier to the parties at the addresses given
below, unless a substitute address shall first be furnished to the other parties by
written notice in accordance herewith:
15
NOTICE TO CITY shall be sent to:
City of Milton
Attn: City Manager
13000 Deerfield Parkway, Suite 107F
Milton, Georgia 30004
NOTICE TO CONTRACTOR shall be sent to:
Baldwin Paving Company, Inc.
Attn: Mike Demery
1014 Kenmill Drive NW
Marietta, Georgia, 30060
F. Sovereign Immunity. Nothing contained in this Agreement shall be construed to
be a waiver of the City's sovereign immunity or any individual's qualified good
faith or official immunities.
G. Force Majeure. Neither the City nor Contractor shall be liable for their respective
non -negligent or non -willful failure to perform or shall be deemed in default with
respect to the failure to perform (or cure a failure to perform) any of their
respective duties or obligations under this Agreement or for any delay in such
performance due to: (i) any cause beyond their respective reasonable control; (ii)
any act of God; (iii) any change in applicable governmental rules or regulations
rendering the performance of any portion of this Agreement legally impossible;
(iv) earthquake, fire, explosion or flood; (v) strike or labor dispute, excluding
strikes or labor disputes by employees and/or agents of Contractor; (vi) delay or
failure to act by any governmental or military authority; or (vii) any war, hostility,
embargo, sabotage, civil disturbance, riot, insurrection or invasion. In such event,
the time for performance shall be extended by an amount of time equal to the
period of delay caused by such acts and all other obligations shall remain intact.
H. Headings. All headings herein are inserted only for convenience and ease of
reference and are not to be considered in the construction or interpretation of any
provision of this Agreement.
I. Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as
amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975,
as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act
of 1990, 42 U.S.C. § 12132, and all other provisions of Federal law, the
Consultant agrees that, during performance of this Agreement, Consultant, for
itself, its assignees and successors in interest, will not discriminate against any
employee or applicant for employment, any subcontractor, or any supplier
because of race, color, creed, national origin, gender, age or disability. In
addition, Consultant agrees to comply with all applicable implementing
regulations and shall include the special provisions of this Section 11(I) and in
Exhibit I attached hereto and incorporated herein by reference, in every
16
subcontract for services contemplated under this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
under seal as of the date first above written.
[SIGNATURES ON FOLLOWING PAGE]
17
SIGNED, SEALED, AND D_ELI_VERED
In the presence of:
Witness (Corporate Secretary should attest)
t- )'—tt
Print Name
Notary Public
[NOTARY SEAL]
My Commission Expires:
SIGNED, SEALED, AND DELIVERED
In the presence of:
Witness
Notary Public
[NOTARY SEAL]
My Commission Expires:_
Baldwin Paving Co Wany, Inc.
Signe - 1!
Print Name
Title
[AFFIX CORPORATE SEAL]
MILTON CITY COUNCIL:
.Toe Lockwood, Mayor
18
[CITY SEAL]