Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAgenda Packet CC - 05/18/2015 - City Council Agenda Packet
Joe Lockwood, Mayor
CITY COUNCIL
Karen Thurman
Matt Kunz
Bill Lusk
Burt Hewitt
Joe Longoria
Rick Mohrig
CITY COUNCIL CHAMBERS
City Hall, Suite 107E
Monday, May 18, 2015 Regular Council Meeting Agenda 6:00 PM
INVOCATION - Rev. Dr. Brent Ward, Senior Pastor at Birmingham United Methodist
Church, Milton, Georgia.
CALL TO ORDER
1) ROLL CALL
2) PLEDGE OF ALLEGIANCE (Led by Sons of the American Revolution)
3) APPROVAL OF MEETING AGENDA (Add or remove items from the agenda)
(Agenda Item No. 15-132)
4) PUBLIC COMMENT
MILTON CITY COUNCIL REGULAR COUNCIL MEETING MAY 18, 2015
Page 2 of 5
Persons needing special accommodations in order to participate in any City
meeting should call 678-242-2500.
5) CONSENT AGENDA
1. Approval of the April 27, 2015 Regular City Council Meeting Minutes.
(Agenda Item No. 15-133)
(Sudie Gordon, City Clerk)
2. Approval of the Financial Statements for the Period Ending April, 2015.
(Agenda Item No. 15-134)
(Stacey Inglis, Assistant City Manager)
3. Approval of a Professional Services Agreement between the City of Milton and Peoples
& Quigley, Inc. to Provide Professional Engineering Services for the Design of the Fire
Station #42 Septic Field Replacement.
(Agenda Item No. 15-135)
(Carter Lucas, Assistant City Manager)
4. Approval of a Professional Services Agreement between the City of Milton and SiteMed
North America, LLC for Firefighter and Police Officer Wellness Physicals.
(Agenda Item No. 15-136)
(Robert Edgar, Fire Chief)
5. Approval of a Construction Services Agreement between the City of Milton and Gibson
Landscape Services, LLC for Tree Installation at the Thomas Byrd, Sr. Center.
(Agenda Item No. 15-137)
(Carter Lucas, Assistant City Manager)
6. Approval of a Professional Services Agreement between the City of Milton and Universal
Engineering Sciences, Inc. for Geotechnical Work on the City Hall Site.
(Agenda Item No. 15-138)
(Carter Lucas, Assistant City Manager)
7. Approval of the Acquisition of 0.063 AC of Right of Way and 0.088 AC of Construction
and Maintenance Easement at 12775 Birmingham Highway from Fulton County Board of
Education for a Combined Purchase Price of $55,500.
(Agenda Item No. 15-139)
(Carter Lucas, Assistant City Manager)
8. Approval of a Change Order between the City of Milton and BM&K, P.C. to Provide SR
372 (Crabapple Rd/Birmingham Hwy) Intersection Improvement Right of Way Services.
(Agenda Item No. 15-140)
(Carter Lucas, Assistant City Manager)
9. Approval of a Construction Services Agreement between the City of Milton and Bartow
Paving Company, Inc. for New Providence Road Stormwater Improvement Project.
(Agenda Item No. 15-141)
(Carter Lucas, Assistant City Manager)
MILTON CITY COUNCIL REGULAR COUNCIL MEETING MAY 18, 2015
Page 3 of 5
Persons needing special accommodations in order to participate in any City
meeting should call 678-242-2500.
10. Approval of an Agreement between the City of Milton and Special Events Network, LLC
for the Movies at the “Flicks & Food Trucks” Summer Event Series on June 6, July 11,
and August 1, 2015.
(Agenda Item No. 15-142)
(Courtney Spriggs, Public Outreach Coordinator)
11. Approval of a Change Order to the Professional Services Agreement between the City of
Milton and Town Planning & Design LLC to Develop a Conservation Subdivision
Ordinance.
(Agenda Item No. 15-143)
(Kathleen Field, Community Development Director)
12. Approval of a Construction Services Agreement between the City of Milton and Tri
Scapes, Inc. for the Re-Sodding of Three Rectangular Athletic Fields.
(Agenda Item No. 15-144)
(Jim Cregge, Parks and Recreation Director)
13. Approval of the First Amendment to the Agreement for Outside Providers between the
City of Milton and Newtown Recreation, Inc.
(Agenda Item No. 15-145)
(Jim Cregge, Parks and Recreation Director)
14. Approval of the following Subdivision Plats:
Name of Development Action Comments
Sharon Danville
Minor Subdivision
Plat
Create 3 lots
R Venture, LLC
Minor Subdivision
Plat
Create 2 lots
Ronnie Glen Smith & Debra Dookeran
Minor Subdivision
Plat
Combine lots 2 & 3 and
remove property line
Liverato-McDonell Subdivision
Minor Subdivision
Plat Revision
Revised Survey of lots 1A,
1B &2
The Manor Enclave – Phase I
Final Plat
Create lots 1-7 and 45-49
Deerfield Green – Phase IV
Final Plat
Revision
Revise lots 102-110 and
eliminate lot 360
(Agenda Item No. 15-146)
(Kathleen Field, Community Development Director)
MILTON CITY COUNCIL REGULAR COUNCIL MEETING MAY 18, 2015
Page 4 of 5
Persons needing special accommodations in order to participate in any City
meeting should call 678-242-2500.
6) REPORTS AND PRESENTATIONS
1. Proclamation Honoring Cambridge and Milton Students who Chose to Serve their
Country in a Military Career.
(Presented by Councilmember Bill Lusk)
2. Proclamation Recognizing Memorial Day.
(Presented by Councilmember Bill Lusk)
3. Proclamation Recognizing National Public Works Week.
(Presented by Mayor Joe Lockwood)
4. Proclamation Remembering Peace Officers’ Memorial Day and Its Origin in Georgia.
(Presented by Mayor Joe Lockwood)
5. Presentation of the City of Milton FY 2014 Annual Audit.
(Presented by Adam M. Fraley, CPA & Tim Lyons, CPA, Mauldin & Jenkins, LLC)
7) FIRST PRESENTATION
1. Consideration of Revisions to Milton City Code, Chapter 22, Fire Prevention and
Protection.
(Agenda Item No. 15-147)
(Discussed at May 11, 2015 Council Work Session)
(Matt Marietta, Fire Marshal)
8) PUBLIC HEARING (None)
9) ZONING AGENDA
1. Consideration of RZ15-05 – Chapter 64, Article XVII Development Standards, to
Create Standards and Penalties for the Request of Demolition Permits within the City of
Milton.
(Agenda Item No. 15- 096)
(First Presentation at April 13, 2015 Regular City Council Meeting)
(Discussed at April 20, 2015 City Council Work Session)
(Deferred at April 27, 2015 Regular City Council Meeting)
(Kathleen Field, Community Development Director)
2. Consideration of RZ15-10– To Amend Article VII, Division 6, Section 64-1141 – Single
Family Uses as it Relates to Lot Coverage.
(Agenda Item No. 15-123)
(First Presentation at May 4, 2015 Regular City Council Meeting)
(Discussed at May 11, 2015 Work Session)
(Kathleen Field, Community Development Director)
MILTON CITY COUNCIL REGULAR COUNCIL MEETING MAY 18, 2015
Page 5 of 5
Persons needing special accommodations in order to participate in any City
meeting should call 678-242-2500.
10) UNFINISHED BUSINESS (None)
11) NEW BUSINESS (None)
12) MAYOR AND COUNCIL REPORTS
13) STAFF REPORTS
Department Updates
1. Fire
2. Finance
3. Information Technology
4. Innovation & Engagement
5. Human Resources
14) EXECUTIVE SESSION (if needed)
15) ADJOURNMENT
(Agenda Item No. 15-148)
The minutes
were provided
electronically
no
HOME OF'
MIL;TON'*k
E STA ii l.1 S H F D 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of the Financial Statements for the Period Ending April, 2015.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: (APPROVED
CITY ATTORNEY APPROVAL REQUIRED: O YES
CITY ATTORNEY REVIEW REQUIRED
APPROVAL BY CITY ATTORNEY
PLACED ON AGENDA FOR
REMARKS
() YES
() NOT APPROVED
(VNO
VNO
() APPROVED () NOT APPROVED
OS t$Is W4
Your
PHONE: 678.242.2500 � FAX: 678.242.2499 Green' _Av
infoi4cityofmilfonga.us j www.cifyofmiltonga.us WILI11-,FE Community
13000 Deerfield Parkway, Suite 107 1 Muton GA 30004,,a<<,r
To: Honorable Mayor and City Council Members
From: Stacey Inglis, Assistant City Manager
Date: Submitted on May 8, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Financial Statements for Period 7 – April 2015
Overview and Financial Highlights:
General Fund
Revenue collections for the General Fund are 2.44% over what is anticipated for the
seventh period of the fiscal year.
Total expenditures to-date are $9,180,745 and are 6.62% less than expected for this
period of the fiscal year.
Capital Project Fund
Expenditures within this fund continue to occur on a project-by-project basis. With a
total project expenditure budget of $12,139,643, capital expenditures-to-date total
$3,094,810.
City of Milton
STATEMENT OF REVENUES & EXPENDITURES
General Fund
For the Period Ending April 2015
Actual Budgeted Variance
over/(under)Actual Budgeted Variance
over/(under)
Property Tax 8,852,000 59,579 250 59,329 404,663 260,250 144,413
Motor Vehicle Tax 915,000 83,977 76,250 7,727 487,403 457,500 29,903
Intangible Tax 150,000 17,129 12,500 4,629 93,844 112,500 (18,656)
Real Estate Transfer Tax 75,000 5,420 6,250 (830) 43,936 37,500 6,436
Franchise Fees 1,850,000 200,544 200,544 - 896,453 1,045,000 (148,547)
Local Option Sales Tax 8,000,000 678,262 666,667 11,595 4,191,419 4,000,000 191,419
Alcohol Beverage Excise Tax 285,000 24,348 23,750 598 139,832 142,500 (2,668)
Business & Occupation Tax 660,000 38,241 33,000 5,241 611,690 627,000 (15,310)
Insurance Premium Tax 1,650,000 - - - - - -
Financial Institution Tax 33,000 - - - 39,673 33,000 6,673
Penalties & Interest 34,600 5,408 2,475 2,933 22,703 21,483 1,219
Alcohol Beverage Licenses 135,000 - - - 147,400 135,000 12,400
Other Non-Business Permits/Licenses 18,100 1,281 1,342 (61) 13,237 10,975 2,262
Zoning & Land Disturbance Permits 219,600 3,587 18,300 (14,713) 65,197 128,100 (62,903)
Building Permits 400,000 40,138 33,333 6,804 269,746 233,333 36,413
Intergovernmental Revenue - - - - - - -
Other Charges for Service 486,400 30,249 39,617 (9,368) 310,655 283,733 26,921
Municipal Court Fines 551,000 - 45,917 (45,917) 273,301 321,417 (48,115)
Interest Earnings 17,500 70 1,458 (1,388) 15,938 10,208 5,730
Contributions & Donations - - - - 2,589 - 2,589
Other Revenue 23,140 2,169 1,928 241 38,363 13,498 24,865
Other Financing Sources 30,900 2,161 2,161 - 15,141 18,025 (2,884)
Total Revenues 24,386,240 1,192,561 1,165,741 26,820 8,083,183 7,891,023 192,160
Actual Budgeted Variance
over/(under)Actual Budgeted Variance
over/(under)
Mayor and Council 166,010 8,392 9,781 (1,389) 81,297 83,904 (2,606)
City Clerk 192,358 11,236 15,102 (3,866) 90,082 107,364 (17,281)
City Manager 675,067 42,237 50,630 (8,394) 329,258 367,138 (37,880)
General Administration 39,414 3,085 3,285 (200) 27,320 22,992 4,328
Finance 431,244 21,374 25,950 (4,577) 230,188 250,351 (20,162)
Legal 230,000 15,305 38,333 (23,028) 112,989 115,000 (2,011)
Information Technology 772,467 37,291 47,977 (10,687) 462,363 474,707 (12,345)
Human Resources 323,149 20,180 24,409 (4,229) 144,731 171,542 (26,810)
Risk Management 251,855 - 20,988 (20,988) 108,898 146,915 (38,018)
General Government Buildings 380,230 32,809 31,686 1,123 227,485 221,801 5,684
Public Information & Marketing 358,730 16,447 22,221 (5,774) 191,522 206,672 (15,151)
Municipal Court 301,471 19,143 23,132 (3,989) 146,104 165,558 (19,454)
Police 3,956,660 208,487 291,322 (82,835) 1,995,193 2,169,973 (174,780)
Fire 5,566,535 311,232 402,825 (91,593) 2,889,787 2,977,835 (88,048)
Public Works 1,724,863 130,563 139,325 (8,762) 969,146 985,269 (16,122)
Parks & Recreation 950,945 29,633 43,880 (14,247) 529,940 620,172 (90,232)
Community Development 978,451 36,906 75,567 (38,661) 443,101 542,471 (99,370)
Economic Development 79,941 3,012 3,134 (122) 22,224 22,553 (329)
Debt Service - Capital Lease Payment 184,517 - - - 179,117 179,117 -
Operating Transfers to Other Funds 10,923,955 - - - - - -
Operating Reserve 177,068 - - - - - -
Total expenditures 28,664,930 947,332 1,269,546 (322,214)9,180,745 9,831,331 (650,586)
Net Income/(Loss)(4,278,690)245,229 (1,097,562)
Fund Balance - Beginning 10,798,747 10,798,747
Fund Balance - Ending 6,520,057 9,701,185
Revenues Annual Budget
Current Month Year-to-Date
Operating Expenditures Annual Budget
Current Month Year-to-Date
2
Original
Budgeted
Amounts
Current Period
Actuals
Year-to-Date
Actuals
Variance with
Final Budget -
Positive (Negative)
REVENUES
Earth Day Vendor Fee 500$ 150$ 150$ (350)$
Interest Revenues - 1 11 11
Crabapple Fest Sponsor 8,500 - 1,000 (7,500)
Earth Day Sponsor 3,500 250 2,000 (1,500)
Concert Sponsor 12,000 - - (12,000)
Mayor's Run Sponsor 500 - 1,000 500
Artisan Farmer's Market Sponsor 18,300 - - (18,300)
Craft Beer & Wine Festival Sponsor 35,000 - - (35,000)
Donations/MGG - - 818 818
T-shirt Sales - - - -
Mayor's Run Reg. Fees 450 - 675 225
Roundup Food Sales - - - -
Total revenues 78,750$ 401$ 5,654$ (73,097)$
EXPENDITURES
Current:
Special Events 123,825$ 7,365$ 39,152$ 84,673$
Total Expenditures 123,825$ 7,365$ 39,152$ 84,673$
OTHER FINANCING SOURCES (USES)
Transfers in from Hotel/Motel Tax Fund 40,000$ 6,378$ 33,296$ (6,704)$
Total other financing sources and uses 40,000$ 6,378$ 33,296$ (6,704)$
Net change in fund balances (5,075)$ (203)$
Fund balances - beginning 43,287 43,287
Fund balances - ending 38,212$ 43,085$
City of Milton
Special Events Fund
Statement of Revenues, Expenditures, and Changes in Fund Balances - Budget and Actual
For the Period Ended April 30, 2015
3
Original
Budgeted
Amounts
Current Period
Actuals
Year-to-Date
Actuals
Variance with
Final Budget -
Positive (Negative)
REVENUES
Cash Confiscations/State Funds -$ -$ -$ -$
Cash Confiscations/Fed Funds/US Marshal - - - -
Cash Confiscations/HIDTA - - 34,637 34,637
Interest Revenues/State Funds - - 14 14
Interest Revenues/Federal Funds - - 30 30
Realized Gain on Investments/State Funds - - - -
Budgeted Fund Balance - - - -
Total revenues -$ -$ 34,681$ 34,681$
EXPENDITURES
Current:
Police 33,000$ 1,249$ 13,451$ 19,549$
Total Expenditures 33,000$ 1,249$ 13,451$ 19,549$
OTHER FINANCING SOURCES (USES)
Transfers in from General Fund -$ -$ -$ -$
Total other financing sources and uses -$ -$ -$ -$
Net change in fund balances (33,000)$ 21,231$
Fund balances - beginning 163,191 163,191
Fund balances - ending 130,191$ 184,422$
City of Milton
Confiscated Assets Fund
Statement of Revenues, Expenditures, and Changes in Fund Balances - Budget and Actual
For the Period Ended April 30, 2015
4
Original
Budgeted
Amounts
Current Period
Actuals
Year-to-Date
Actuals
Variance with
Final Budget -
Positive (Negative)
REVENUES
Wireless 911 Fees 800,000$ 133,356$ 413,938$ (386,062)$
Interest Revenue 175 21 178 3
Total revenues 800,175$ 133,377$ 414,115$ (386,060)$
EXPENDITURES
Current:
Public Safety 821,000$ 1,310$ 79,737$ 741,263$
Total Expenditures 821,000$ 1,310$ 79,737$ 741,263$
OTHER FINANCING USES
Unallocated -$ -$ -$ -$
Total other financing sources and uses 400,000$ -$ -$ -$
Net change in fund balances (420,825)$ 334,378$
Fund balances - beginning 479,271 479,271
Fund balances - ending 58,446$ 813,649$
City of Milton
E-911 Fund
Statement of Revenues, Expenditures, and Changes in Fund Balances - Budget and Actual
For the Period Ended April 30, 2015
5
Original
Budgeted
Amounts
Current Period
Actuals
Year-to-Date
Actuals
Variance with
Final Budget -
Positive (Negative)
REVENUES
Taxes
Hotel/Motel Taxes 60,000$ 6,378$ 33,296$ (26,704)$
Total revenues 60,000$ 6,378$ 33,296$ (26,704)$
OTHER FINANCING SOURCES/(USES)
Transfers out to General Fund 20,000$ -$ -$ (20,000)$
Transfers out to Special Events Fund 40,000 6,378 33,296 (6,704)
Total other financing sources and uses 60,000$ 6,378$ 33,296$ (26,704)$
Net change in fund balances - -
Fund balances - beginning - -
Fund balances - ending -$ -$
City of Milton
Hotel/Motel Tax Fund
Statement of Revenues, Expenditures, and Changes in Fund Balances - Budget and Actual
For the Period Ended April 30, 2015
6
Original
Budgeted
Amounts
Current Period
Actuals
Year-to-Date
Actuals
Variance with
Final Budget -
Positive (Negative)
REVENUES
Charges for Service
Infrastructure Maintenance Fee 70,000$ 17,272$ 37,253$ (32,747)$
Sidewalk Replacement Account - 18,480 22,226 22,226
Crabapple Paving Fee - - - -
Traffic Calming - - - -
Tree Recompense - - - -
Landfill Host Fees 90,000 27,805 58,174 (31,826)
HYA Fees - - -
Interest Revenue 1,700 - 258 (1,442)
Realized Gain or Loss on Investments - - - -
Insurance Proceeds - - 10,225 10,225
Insurance Proceeds/Public Safety - - - -
Insurance Proceeds/Public Works - - - -
Miscellaneous Revenue - (8) 4,921 4,921
Atlanta HIDTA Stipend - - - -
Capital Lease Proceeds - - - -
Total revenues 161,700 63,548$ 133,056$ (28,644)$
EXPENDITURES
Capital Outlay
City Council 300,000$ -$ 355,008$ (55,008)$
General Admin 50,000 - 19,414 30,586
Finance - 1,156 1,156 (1,156)
IT - - - -
Police 2,003,226 975 1,025,243 977,983
Fire 1,853,287 - 182,417 1,670,870
Public Works 6,622,457 6,500 500,708 6,121,749
Parks & Recreation 1,115,233 59,613 996,627 118,606
Community Development 195,440 2,632 14,237 181,203
Total Capital Outlay 12,139,643$ 70,877$ 3,094,810$ 9,044,833$
Excess of revenues over expenditures (11,977,943) (7,328) (2,961,754) (9,073,476)
OTHER FINANCING SOURCES/(USES)
Transfers in from General Fund 4,065,206$ -$ -$ (4,065,206)$
Transfers in from E-911 Fund 400,000$ -$ -$ (400,000)$
Unallocated - -$ -$ -$
Lease Proceeds - -$ -$ -
Proceeds of Sale of Assets - -$ -$ -
Budgeted Fund Balance - - - -
Total other financing sources and uses 4,465,206 - - (4,465,206)
Net change in fund balances (7,512,737) (2,961,754)
Fund balances - beginning 7,875,774 7,875,774
Fund balances - ending 363,037$ 4,914,020$
City of Milton
Capital Project Fund
Statement of Revenues, Expenditures, and Changes in Fund Balances - Budget and Actual
For the Period Ended April 30, 2015
7
Original
Budgeted
Amounts
Current Period
Actuals
Year-to-Date
Actuals
Variance with
Final Budget -
Positive (Negative)
REVENUES
Intergovernmental Revenues
GDOT Crabapple Streetscape 500,000$ -$ -$ (500,000)$
GDOT TAP (Big Creek Greenway)188,623 - 41,891 (146,732)
LMIG Funds 200,000 - 278,684 78,684
GDOT HPP Funds 5,514,052 - 622,373 (4,891,679)
MARTA Grant 177,355 - 102,705 (74,650)
SR 9 @ Bethany Bend Grant 17,726 - 16,232 (1,494)
GDOT-Signage/Landscaping 4,062 - - (4,062)
Trail Connection to Big Creek Greenway 15,000 - 15,000 15,000
Interest Revenues - - 44 44
Total revenues 6,616,818$ -$ 1,076,929$ (5,524,889)$
EXPENDITURES
Capital Outlay
Unallocated -$ -$ -$ -$
Public Safety - -
Public Works 7,261,981$ 222,950$ 2,055,195$ 5,206,786$
Community Development 4,900 - - 4,900
Total Capital Outlay 7,266,881$ 222,950$ 2,055,195$ 5,211,686$
Excess of revenues over expenditures (650,063) (222,950) (978,266) (313,203)
OTHER FINANCING SOURCES (USES)
Transfers in to General Fund 600,180$ -$ -$ 600,180$
Budgeted Fund Balance - - - -
Total other financing sources and uses 600,180$ -$ -$ 600,180$
Net change in fund balances (49,883) (978,266)
Fund balances - beginning 50,032 50,032
Fund balances - ending 149$ (928,234)$
City of Milton
Capital Grant Fund
Statement of Revenues, Expenditures, and Changes in Fund Balances - Budget and Actual
For the Period Ended April 30, 2015
8
Original
Budgeted
Amounts
Current Period
Actuals
Year-to-Date
Actuals
Variance with
Final Budget -
Positive (Negative)
REVENUES
Intergovernmental Revenues
Interest Revenues - - 91 91
Contributions & Donations 100,000 - - (100,000)
Total revenues 100,000$ -$ 91$ (99,909)$
EXPENDITURES
Capital Outlay
General Government Buildings 3,133,611$ 37,349$ 37,453$ 3,096,158$
Parks & Recreation 9,131,258 346,667 3,125,032 6,006,226
Bond Principal 535,000 - - 535,000
Bond Interest 300,000 669 669 299,331
Total Capital Outlay 13,099,869$ 384,685$ 3,163,154$ 9,936,715$
Excess of revenues over expenditures (12,999,869) (384,685) (3,163,063) 9,836,806
OTHER FINANCING SOURCES (USES)
Transfers in from General Fund 6,258,569$ -$ -$ (1,979,879)$
Revenue Bond Proceeds 9,600,000 - - 9,600,000
Total other financing sources and uses 15,858,569$ -$ -$ 7,620,121$
Net change in fund balances 2,858,700 (3,163,063)
Fund balances - beginning 1,419,989 1,419,989
Fund balances - ending 4,278,689$ (1,743,073)$
City of Milton
Capital Projects Fund - Revenue Bond
Statement of Revenues, Expenditures, and Changes in Fund Balances - Budget and Actual
For the Period Ended April 30, 2015
9
W.
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Professional Services Agreement between the City of
Milton and Peoples & Quigley, Inc. to Provide Professional Engineering
Services for the Design of the Fire Station #42 Septic Field Replacement.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: (� APPROVED () NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: YES () NO
CITY ATTORNEY REVIEW REQUIRED: { YES () NO
APPROVAL BY CITY ATTORNEY ( APPROVED () NOT APPROVED
PLACED ON AGENDA FOR: D 4 1 S
1
REMARKS 4
© . YO
PHONE: 678.242,2500 j FAX: 678.242.2499 Gib e
info@cityo}miftanga.us j www.cliyofmiltonga.us
WILDLIEL Community ;J 'Itvof
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004
To: Honorable Mayor and City Council Members
From: Carter Lucas, Public Works Director
Date: Submitted on May 7, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Professional Services Agreement between the City of Milton and
Peoples & Quigley, Inc. to Provide Professional Engineering Services for the
Design of the Fire Station #42 Septic Field Replacement
____________________________________________________________________________
Department Recommendation:
Approval.
Executive Summary:
Fire Station #42 is scheduled for replacement within the next two years. The ability to provide an
adequate septic system that meets the current demands and regulatory requirements will be a
decisive factor in the ability to redevelop the existing site for the new station. This project will
size the new system and evaluate the potential of various locations for the drain field.
Funding and Fiscal Impact:
Funding for this project is available in the Capital Projects fund Fire Station Improvements
account for the Fire Department.
Alternatives:
There are no alternatives to this project.
Legal Review:
Jarrard & Davis, LLP – Paul Higbee, 4/21/2015
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
Professional Services Agreement
MILTON'r
ESTABLISHED.
PROFESSIONAL SERVICES AGREEMENT
FIRE STATION #42 SEPTIC DESIGN
This Professional Services Agreement (the "Agreement") is made and entered into this day of
, 2015, by and between the CITY OF MILTON, GEORGIA (hereinafter referred to as
the "City"), and Peoples & Quigley, Inc. (hereinafter referred to as the "Consultant") located at 6059
Boylston Drive, NE, Sandy Springs, Georgia 30328.
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
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 the preliminary design of a new septic system for fire station #42.
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". The City may grant extensions to this time frame at their discretion.
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
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
Page 1 of 6
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 $6,500, plus $500
in reimbursable expenses (the "Contract Price"), except as outlined in Section 4 above. Reimbursable
expenses shall be paid at a direct cost to the consultant with no additional mark-ups included.
Invoices/receipts must be submitted for all reimbursable expenses. 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 Citv: 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
indemnify and hold harmless the City, its officers, boards, commissions, elected and appointed
officials, employees from and against any and all 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 6
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: The Client acknowledges the Consultant's construction documents,
including electronic files, as the work papers of the Consultant and the Consultant's instruments
of professional service. Nevertheless, upon completion of the services and payment in full of all
monies due to the Consultant, the Client shall receive ownership of the final construction
documents prepared under this Agreement. The Client shall not reuse or make any modification
to the construction documents without the prior written authorization of the Consultant. The
Client agrees, to the fullest extent permitted by law, to defend, indemnify and hold harmless the
Consultant, its officers, directors, employees and subconsultants (collectively, Consultant)
against any damages, liabilities or costs, including reasonable attorneys' fees and defense costs,
arising from or allegedly arising from or in any way related to or connected with the
unauthorized reuse or modification of the construction documents by the Client or any person or
entity that acquires or obtains the construction documents from or through the Client without the
written authorization of the Consultant.
Under no circumstances shall the transfer of ownership of the Consultant's drawings,
specifications, electronic files or other instruments of service be deemed a sale by the
Consultant, and the Consultant makes no warranties, either express or implied, of
merchantability and fitness for any particular purpose, nor shall such transfer be construed or
regarded as any waiver or other relinquishment of the Consultant's copyrights in any of the
foregoing, full ownership of which shall remain with the Consultant, absent the Consultant's
express prior written consent.
G. Consultant's Representative: Christopher Quigley shall be authorized to act on Consultant's
behalf with respect to the Work as Consultant's designated representative.
H. Confidentialitv: 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.
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. Countemarts. This Agreement may be executed in any number of counterparts, each of which
Page 3 of 6
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:
(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 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 "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
Page 4 of 6
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. 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 E 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 6
Peoples & Quigley, Inc.
Robert F. Peoples, President
CITY OF MILTON, GEORGIA
Joe Lockwood, Mayor
Page 6 of 6
Attest:
Christopher D. Quigley, Secretary
[AFFIX CORPORATE SEAL]
Exhibit "A"
Work Description
The following tasks shall be performed as directed by the City in the execution of this contract:
Task 1: Conduct site visit to detail/classify soils and perform two percolation tests in
each of three potential field replacement areas.
Task 2: Size needed septic improvements including tank volume, valving, dosing tank,
distribution box and drain field using infiltrator system, lift station and force
main if necessary.
Task 3: Identify primary and secondary field locations based on field data and design
requirements in accordance with Fulton County Health Department
requirements.
Exhibit `B"
Insurance Certificate
EXIIIBIT "C"
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 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:
/0(0530
eVerify Number
3 -/a.- 200 8
Date of Authorization
Peoples & Quigley, Inc.
Name of Contractor
Station #42 Septic Design
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the
foregoing is true and correct.
Executed on? M�s�--'—� I , 201-!�in
iF (stat )• V
Signature of Authorized Officer or Age
r_h N 5+ le Au r�zedQYi�
Printed Name d Title of Authorized O�ficer o
Agent
SUBSCRIBEDAND SWORN BEFORE ME ON
THIS THE .— DAY OF
/tit ,201
OTARY PUBLIC
ANN S. FUKUSHIMA
[NOTARY SEAL] NOTARY PUBLIC
Dekalb County
State of Georgia
My CormmlsSlon Expires May 20, 201
My Comrrryryt ssion Expires:
EXHIBIT "D"
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, finn or corporation which is engaged in the physical performance of services under a contract
with Peoples & Quigley, Inc. 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:
eVerify Number
Date of Authorization
Name of Subcontractor
Station #42 Sentic Desien
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing
is true and correct.
Executed on . _, 201_ in _(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
NOTARY PUBLIC
[NOTARY SEAL]
My Commission
rx
HOME OF' - a'
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Professional Services Agreement between the City of
Milton and SiteMed North America, LLC for Firefighter and Police Officer
Wellness Physicals.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: (APPROVED
CITY ATTORNEY APPROVAL REQU'IR`ED. YES
CITY ATTORNEY REVIEW REQUIRED. OYES
APPROVAL BY CITY ATTORNEY �APPROVED
PLACED ON AGENDA FOR: a � I Ej 1"S
REMARKS
O NOT APPROVED
() NO
() NO
Your C
PHONE: 678.242.25001 FAX: 678.242.2499 Green 9 crnf;M* ropioa
kILDL i Community i c"° "f
inioC�cityofmiltonga.us I www.citt
yafmi[tanga.us � +1 Ethic,
13000 Deerfield Parkway, Suite 107 1 Muton GA 30004'��{
Page 1 of 2
To: Honorable Mayor and City Council Members
From: Robert Edgar, Fire Chief
Date: Submitted on May 4, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Contract with SiteMed North America, LLC for Firefighter and
Police Officer Wellness Physicals
____________________________________________________________________________
Department Recommendation:
Approve the attached contract for the purpose of providing firefighter and police officer wellness
physicals by SiteMed.
Executive Summary:
The National Fire Protection Association (NFPA) recommends that all firefighters engaged in
emergency operation to be examined by a physician at least annually and suggested the medical
examination be developed and administered by the fire department physician in recognition of
the specific requirements of the members’ activities. Police officers participate in the same
wellness program as the firefighters since there is no current standard for this group.
The SiteMed wellness program, which meets NFPA and OSHA standards, is broken down into
two phases; Phase I - Lab Work, Phase II – Physical Exam (by a physician). Personnel are
offered three opportunities to complete each phase, allowing personnel on each shift the
opportunity to participate. This is easily accomplished since SiteMed performs all services on
site.
Since 2010, a competitive bid process has been completed and with only a limited number of
physician groups able to perform NFPA compliant physicals, SiteMed has consistently been the
lowest bidder. We have come to a point where the other physician groups will no longer provide
a quote for service.
Funding and Fiscal Impact:
The wellness program was included in the FY 2015 budget for the Fire Department and Police
Department. This contract would not obligate any further expense for the City of Milton, but
instead ensures that the Department gets the best service, price and quality for the funding
already earmarked for this purpose.
This agreement will automatically renew on January 1, 2016 and on January 1 of each year
thereafter. This agreement will terminate on December 31, 2019.
Page 2 of 2
Alternatives:
The department may continue to seek bids from other physician groups. However, this is not an
optimal arrangement because it would greatly increase the time administrative staff spends in the
procurement process and may hinder achieving consistency of the wellness program within the
Fire and Police Departments.
Legal Review:
Ken Jarrard – Jarrard & Davis (April 30, 2015)
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
Professional Services Agreement
1
SERVICES AGREEMENT
Public Safety Employee Medical Clearance Program
This Services Agreement (the “Agreement”) is made and entered into this ____ day of _______________, 20 15, by
and between the CITY OF MILTON, GEORGIA (hereinafter referred to as the “City”), and SiteMed North
America, LLC (hereinafter referred to as the “Contractor”) having its principal place of business at 1810 White
Circle, Suite 155, Marietta, GA 30066.
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-SCOPE OF WORK;
EXHIBIT B-INSURANCE CERTFICATE;
EXHIBIT C-CONTRACTOR AFFIDAVIT AND AGREEMENT;
EXHIBIT D-SUBCONTRACTOR AFFIDAVIT (IF NECESSARY)
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. 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. 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 a public safety employee medical clearance
program in accordance with Exhibit A.
Section 3. Contract Time: The Parties agree that this Agreement, as required by O.C.G.A. § 36-60-13, shall
terminate absolutely and without further obligation on the part of the City on December 31 each calendar year of
the Term, and further that this Agreement shall automatically renew on January 1 of each subsequent calendar year
absent the City’s provision of written notice of non-renewal to Contractor at least five (5) days prior to the end of
the then current calendar year, provided that in no event shall the term of this Agreement, including all renewal
terms, extend beyond December 31, 2019. Title to any supplies, materials, equipment, or other personal property
shall remain in Contractor until fully paid for by the City.
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, provided that the total annual cost to City shall not exceed
$22,800.00, except as may be agreed to pursuant to Section 4 above. Compensation for services 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.
2
Invoices shall reflect charges incurred versus charges budgeted. Payment shall be made as set forth in Exhibit A.
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 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 tortious conduct arising out of the Work, performance of contracted services, or
operations by Contractor, any subcontractor, anyone directly or indirectly employed by Contractor or subcontractor
or anyone for whose acts Contractor or subcontractor 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 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 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 durati on 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 meet the standard of quality ordinarily expected of its profession.
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: Tony Gibson 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 subcontractors,
consultants, and/or staff to likewise protect such confidential information.
3
I. 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
J. HIPAA: Contractor shall operate in compliance with the Health Insurance Portability and Accountability Act, as
well as all other federal, state and local laws, ordinances and regulations.
K. Execution: The individual executing this document on behalf of the Contractor hereby warrants and certifies,
under penalty of fraud, that they are duly authorized to execute this Agreement on behalf of the Contractor.
Section 7. 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. Employment of Unauthorized Aliens Prohibited:
(1) E-Verify Affidavit
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
“C” and “D” (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 “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
(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
4
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. 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 E 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.
SITEMED NORTH AMERICA, LLC
0 6-"' ,wyie
Vanessa Flores, Chief Operating Officer
[AFFIX CORPORATE SEAL]
CITY OF MILTON, GEORGIA
Joe Lockwood, Mayor
EXHIBIT “A”
[ATTACHED]
1810 White Circle · Suite 155 112 Donmoor Court
Marietta, GA 30066 Garner, NC 27529
SiteMedFire.com Phone/Fax 888-837-4819
ON-SITE FIREFIGHTER PHYSICALS
Chief Robert Edgar April 17, 2015
City of Milton Fire Department
13000 Deerfield Parkway, Ste. 107F
Milton, GA 30004
Re: Firefighter Medical Clearance Program
Dear Chief Edgar,
Please find the attached proposal for your Firefighter Medical Clearance Program. I have listed several key
factors that differentiate us from the competition.
1. Our examination meets and exceeds the NFPA 1582 standard.
Other companies only perform an OSHA 1910.156 exam that does not meet the requirements for NFPA
1582. OSHA 1910.156 is commonly referred to as the Fire Brigade Standard, and is meant for companies
that have Fire Brigades manned by their employees, not for Fire Departments. Components that we
include that are typically missing from other programs include:
Comprehensive head to toe physical exam
Option for Audiometer hearing testing
C.2.1.3 Submaximal Graded Treadmill Evaluation (WFI Treadmill Protocol)
C.2.1.5 Hand grip strength evaluation
C.2.1.8 Vertical Jump Assessment or C.2.1.6 Leg Strength Evaluation
C.2.1.7 Arm Strength Evaluation
C.2.1.9 Push-up muscle endurance evaluation
C.2.1.11 Prone Static Plank Core Stabilization Assessment
C.2.1.12 Sit and reach flexibility evaluation
All of our testing equipment meets the stringent standards in NFPA 1582. In addition, w e can exceed
the NFPA Standard by offering optional advanced genetic testing for heart disease and other ser vices
to help keep your firefighters healthy.
2. We are doctor owned and operated.
We own our clinic and Dr. Fernandez and Dr. Walker are licensed to practice medicine in 8 states
throughout the Southeast. What does this mean for you? Consistency, Reliability, & Dependability.
Other companies owned by non-physicians hire outside doctors who may not have experience with
firefighter physicals. We specialize in Occupational Medicine and firefighter exams. This is what we do all
day every day. Let us put our experience to work for you. Have medical questions about your firefighters
but don’t know who to ask? Don’t worry; with SiteMed you have year-round access to our physicians.
1810 White Circle · Suite 155 112 Donmoor Court
Marietta, GA 30066 Garner, NC 27529
SiteMedFire.com Phone/Fax 888-837-4819
ON-SITE FIREFIGHTER PHYSICALS
3. We use a unique Two Phase Process
Phase I – Techs gather all blood work and administer testing.
Phase II – Medical Provider on-site for physical exam and one on one consultation.
How does this benefit you? By having the test results available prior to the consultation, we are able to
customize a treatment plan to meet your specific needs. This allows for a much more productive and
valuable consultation. This time with your medical provider is what matters and where you see results.
4. Post-Event Management
As physicians, we will coordinate follow up clearances and mitigate medical clearance issues for you.
What does this mean to you? We are with you every step of the way and sweat the small stuff so you
don’t have to.
Once you have had a chance to review our proposal, please feel free to contact me with any questions you ma y
have. Thanks for giving us the opportunity to bid on this proposal. We look forward to working with you in the
near future.
Sincerely,
Vanessa Flores
COO
This proposal is valid for 90 days from date above. If you are outside this tim e frame,
please call our office for an updated proposal.
The information contained in this proposal is confidential information intended only for the use of the individual or entity named above. If the reader
of this proposal is not the intended recipient, or the employee or agent responsible to deliver it to the intended recipient, you are hereby notified that
any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this proposal i n error, please immediately
notify us by telephone at 888-837-4819. Thank you.
1810 White Circle · Suite 155 112 Donmoor Court
Marietta, GA 30066 Garner, NC 27529
SiteMedFire.com Phone/Fax 888-837-4819
ON-SITE FIREFIGHTER PHYSICALS
Firefighter Program meets OSHA 29 CFR 1910.95, 1910.134, 1910.120, 1910.1030, NFPA 1582 and includes:
Comprehensive Medical History – All necessary forms will be provided
Medical Examination - Comprehensive physical exam includes: head, eyes, ears, nose, throat, neck, heart, lungs,
gastrointestinal, genitourinary, lymph nodes, musculoskeletal, skin, neurological and hernia check.
Vitals – Height, Weight and Blood Pressure
Lab Analysis – Chemistry Screen, CBC, Lipid Panel, Thyroid and Urinalysis
PPD Skin Test for Tuberculosis
Body Composition – Bio Impedance Analysis (BIA)
Pulmonary Function Testing (PFT)
Vision – Snellen (distance) screening
EKG – 12-lead resting electrocardiogram
WFI Submaximal Graded Treadmill Evaluation - to evaluate aerobic capacity (per NFPA 1582 C.2.1.3)
Jackson System Strength Testing – Muscular Strength: includes grip, leg and arm strength
(per NFPA 1582 C.2.1.5, C2.1.6 & C 2.1.7) or Vertical Jump Assessment (per NFPA 1582 C.2.1.8 )
Flexibility: sit & reach (per NFPA 1582 C.2.1.12)
Muscular Endurance: push-up & static plank (per NFPA 1582 C.2.1.9 & C.2.1.11)
One-on-one consultation with licensed medical provider
Copy of results and interpretations provided to each firefighter in sealed envelope
Clearance letters will be provided within 5 days of the physical examination if there are no medical issues
requiring follow up
Department Summary Report including relevant averages, ranges, and annual comparison statistics
1810 White Circle · Suite 155 112 Donmoor Court
Marietta, GA 30066 Garner, NC 27529
SiteMedFire.com Phone/Fax 888-837-4819
ON-SITE FIREFIGHTER PHYSICALS
SiteMed Lab Analysis
Chemistry Screen:
Glucose Total Protein
Sodium Albumin
Potassium Globulin
Chloride Albumin/Globulin Ratio
Urea Nitrogen (BUN) Total Bilirubin – Liver Function
eGFR Direct Bilirubin
Creatinine Alkaline Phosphatase – Liver Function
BUN/Creatinine ratio Gamma-GT
Uric Acid AST (SGOT)
Inorganic Phosphorus ALT (SGPT)
Calcium LDH – Heart Enzyme
Iron (TIBC)
Lipids: Urinalysis:
Triglycerides Color Ketones
Cholesterol, Total Appearance Occult blood
HDL-High Density Lipoprotein Cholesterol Specific gravity Leukocyte esterase
LDL-Low Density Lipoprotein Cholesterol pH Nitrite
VLDL-Very Low Density Lipoprotein Cholesterol Protein Bilirubin
Cholesterol / HDL-Cholesterol Glucose Urobilinogen
Estimated Coronary Heart Disease Risk Microscopic examination
of urine sediment
Thyroid:
Thyroid-stimulating Hormone (TSH)
Complete Blood Count (CBC):
White Blood Count (WBC)
Red Blood Count (RBC) Hemoglobin
Hematocrit Mean Corpuscular Volume (MCV)
Platelets Mean Corpuscular Hemoglobin (MCH)
Lymphs Mean Corpuscular Hemoglobin Concentration (MCHC)
Monocytes Polymorphonuclear Neutrophils (Polys)
Eos Basos
1810 White Circle · Suite 155 112 Donmoor Court
Marietta, GA 30066 Garner, NC 27529
SiteMedFire.com Phone/Fax 888-837-4819
ON-SITE FIREFIGHTER PHYSICALS
Additional Services
Fees are in addition to the above basic program cost. If you would like to offer your firefighters additional services at
their expense, please have them visit our website at www.sitemedfire.com during phase I and click on the “store” tab
in the navigation menu for more information.
Chest X-Ray – minimum required $110 per person
Vision – Titmus color blindness, visual acuity and depth perception $15 per person
Hepatitis B Injections $75 per vaccine
Price is per person, per vaccine with a series of 3 shots – includes cost of the vaccines
Influenza Vaccination – Flu – must be scheduled in advance; $25 per person
minimum number required
QuantiFERON TB Gold Test – in case of a previous positive PPD $95 per person
NMR Particle Test $45 per person
Calcium Scoring CT Scan* may not be available at all locations $150 per person
Fecal Occult Blood Screening (>40 y.o.) $15 per person
Blood typing (ABO grouping & Rho-D) $17 per person
Hepatitis B Antibody Screening (Titer Test) $27 per person
Hepatitis C Screening $27 per person
HIV – Screening $25 per person
CRP (C-Reactive Protein) $15 per person
Hemoglobin A1C $40 per person
Ovarian Cancer Screening (CA-125) – female $30 per person
PSA screening – male $22 per person
Cholinesterase, RBC – blood test (Haz-Mat teams) $42 per person
Heavy Metals (Haz-Mat teams) Per request
DOT Medical Cards $25 per card
Blood and Urine Collection at LabCorp Facility $7.50 per person
1810 White Circle · Suite 155 112 Donmoor Court
Marietta, GA 30066 Garner, NC 27529
SiteMedFire.com Phone/Fax 888-837-4819
ON-SITE FIREFIGHTER PHYSICALS
AGREEMENT
SiteMed will provide the following firefighter physicals based on a minimum of 80 (55 Firefighters & 32 Police
Officers) exams. The firefighter physical program includes the services listed below, technician(s) and medical
provider:
$285 per firefighter includes services listed above and an audiogram using our Benson audiometer
equipment in a quiet room at your facility to check hearing. Total cost, excluding any additional services is
$22,800.
If you do not have a quiet room at your facility, we can also perform audio testing with our Benson audiometer
equipment in our 40’ Mobile Medical Van. An additional mobilization fee will apply based on mileage and job
length.
SiteMed will come on-site once per year. Each on-site visit will consist of 3 Phase I days, up to 5 hours each day, and
3 Phase II days, up to 8 hours each day, for a total of 6 days each year. Additional hours or days will be invoiced
separately.
Additional fees of $7.50 per person will apply for labs collected at LabCorp facility due to missed appointments or
absenteeism during Phase I.
Program will be broken down as follows:
Phase 1: Laboratory specimen collection at your facility at least 2 weeks prior to Phase 2
Phase 2: All other services including physical exam
Scheduling of services is as follows: To be determined
Billing of services is as follows: 25% to be invoiced after Phase I is completed
75% to be invoiced after Phase II is completed
This agreement made and entered this date________ of __________________, 2015 between SiteMed and City of
Milton- Fire Department. This agreement shall exist for an initial period of three (3) years with annual scheduling on
the below listed date for the above listed services and will automatically renew for successive scheduling annually
thereafter unless otherwise notified by either party 60 days prior to scheduled testing.
Any cancellations made less than 30 days prior to scheduled dates will incur charges of 50% of the Minimum Charge
for time scheduled if not rescheduled for a later date. Cancellations made more than 30 days prior to scheduled dates
will incur charges of 25% of the Minimum Charge if not rescheduled for a later date. Rescheduling of services will not
incur cancellation fee. The above listed pricing will only be guaranteed for the initial period of one (1) year and only
while above listed volume of testing remains the same or greater. Invoices are “Due upon Receipt”. Increase in
employee numbers may require additional testing dates.
We, the undersigned, duly authorized representatives of the above parties do hereby agree to the statement and
conditions outlined above.
City of Milton- Fire Department – Representative Date
SiteMed – Representative Date
1810 White Circle · Suite 155 112 Donmoor Court
Marietta, GA 30066 Garner, NC 27529
SiteMedFire.com Phone/Fax 888-837-4819
ON-SITE FIREFIGHTER PHYSICALS
RERERENCES:
The following is a list of some of our most recent public safety jobs. I encourage you to contact our clients
listed to discuss the key differences in our services vs. our competitor’s.
Atlanta Fire Rescue Department (GA) - Jerry Solamon, Project Manager – 404-546-2601
jsolamon@atlantaga.gov
Marietta Fire Department (GA) – Asst. Chief Kelly Caldwell – 770-794-5470
KCaldwell@mariettaga.gov
City of Smyrna (GA)– Chief Roy Acree - 770-434-6667
racree@ci.smyrna.ga.us
Cartersville Fire Department (GA) – Chief Scott Carter - 770-387-5635
scarter@cityofcartersville.org
Cherokee Fire and Emergency Services (GA) – Chief Eddie Robinson – 770-889-4451
erobinson@cherokeega.com
Paulding County Fire/Rescue (GA) – Chief Joey Pelfrey – 404-867-2881
jpelfrey@paulding.gov
Hoover Fire Department (AL) – Chief Rick Patterson – 205-229-9381
pattersr@ci.hoover.al.us
Wake Forest Fire Department (NC) – Chief Ron Early – 919-556-1966
rearly@wakeforestfire.com
Leland Fire/Rescue (NC) – Assistant Chief Ronnie Hayes – 910-371-2727
ronnie.hayes@lelandfirerescue.com
Davidson Fire Department (NC) - Assistant Chief Frank Molinek – 704-577-0632
fmolinek@townofdavidson.org
City of Asheville (NC) – Fire Chief Barry Hendren – 828-259-5646
bhendren@ashevillenc.gov
City of Fayetteville (NC) – Fire Chief Calvin Bishop – 910-433-1729
CBishop@ci.fay.nc.us
EXHIBIT “B”
Insurance Certificate
EXHIBIT "C"
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 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:
31o41945
eVerify Number
101t51-" -O 10
Date of Authorization
SiteMed North America, LLC
Name of Contractor
Public Safety ployee Medical Clearance
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the
foregoing is true and correct. _
Executed on ��, _4_, 201 Sin Q7t'f ity),
N Q(state
Signature of #uthorized Officer or Agent
Vt'yv&4 ,tA2j"C�N R J-oe -
Printed Name and Title of Authorized Officer or
Agent
SUBSCRIBED,AND SWORN BEFORE ME ON
THIS HE DAY OF
CJLA N TARY PUBLIC
w�www
Ina
dNpnrdi Ca dinar
M Comm)
My Comissi in Expires:
,
EXHIBIT "D"
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 SiteMed North American, LLC. 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:
S6 '&%5
eVerify Number
i'0�,S\Wko
Date of Authorization
SiteMed North America, LLC
Name of Subcontractor
Public Safes Employee Medical Clearance
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing
is true and correct.
Execute �1 , i,, 201 �5 in6Vft#ity),
e).
—3d.
Signature f Authorized Officer orAgent
�
Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED ANP SWORN BEFORE ME
ON HIST Y OF ,201 15
NO ARY LIC ,
EVanessa Flo Medina
btsi�a ftllcnston Countyrth Carolinaon Evires
My Commission Expires: a-'a4w I -)o 'Cil
HOME OF '
M I LTON*
ESTABLISHED 2000
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Construction Services Agreement between the City of
Milton and Gibson Landscape Services, LLC for Tree Installation at the
Thomas Byrd, Sr. Center.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER. (APPROVED
CITY ATTORNEY APPROVAL REQUIRED: l) YES
CITY ATTORNEY REVIEW REQUIRED: 9YES
APPROVAL BY CITY ATTORNEY YAPPROVED
PLACED ON AGENDA FOR: O � ) Qj I S
►Fj_:
() NOT APPROVED
O NO
() NO
NOTAPPROVED
©,yourY6en`� * Cernhed {
***
GR �1oP 100
PHONE: 678.242.2500 1 FAX: 678.242.2499 c�ira �,;
info@cityofmiltonga.us 1 www.cityofmlltonga.us IL[ommunity �,h;�L��
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004
To: Honorable Mayor and City Council Members
From: Mark Law, Arborist
Date: Submitted on May 5, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Construction Services Agreement between the City of Milton and
Gibson Landscaping Services, LLC for Tree Installation at the Thomas Byrd, Sr.
Center.
____________________________________________________________________________
Department Recommendation: Approval.
Executive Summary: Tree planting portion of the landscaping for the Thomas Byrd, Sr. House
will be done in the first phase.
Funding and Fiscal Impact: Funds for the tree plantings are available in the City Reforestation
Fund.
Alternatives: Installation of no trees.
Legal Review: Jarrard & Davis, LLP – Paul Higbee, 4/23/2015
Concurrent Review: Chris Lagerbloom - City Manager
Attachment(s): Construction Services Agreement
HO
ME
QF-
1�k
E5TARLESHLD 200(,
CONSTRUCTION SERVICES AGREEMENT
Thomas Byrd House Landscaping
This Services Agreement (the "Agreement") is made and entered into this CIday of 201
by and between the CITY OF MILTON, GEORGIA (hereinafter referred to as the "Ci ',
}, and Gibson
Landscape Services, LLC (hereinafter referred to as the "Contractor") having its principal place of business at
11395 Old Roswell Road, Alpharetta, GA 30009.
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 -SCOPE OF WORK;
EXHIBIT B -INSURANCE CERTFICATE;
EXHIBIT C -CONTRACTOR AFFIDAVIT AND AGREEMENT;
EXHIBIT D -SUBCONTRACTOR AFFIDAVIT (IF NECESSARY)
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. 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. 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 tree planting in accordance with the Exhibit A at
the Thomas Byrd House located at 15690 Hopewell Road.
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 or before a date to be specified on a written "Notice to
Proceed" from the City, and shall fully complete the Work within 30 business 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 executcd by the City in accordance with its purchasing regulations
"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 $5,000, must be
approved by resolution of the Milton City Council."
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 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 11,967.85 (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 b. Covenants of Contractor
A. Assignment of A eement: 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 Ci1y: Contractor covenants and agrees to take and assume
all responsibility for the services rendered in connection with the Work. Contractor shall bear all Iosses 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 tortious conduct arising out of the Work, performance of contracted services, or
operations by Contractor, any subcontractor, anyone directly or indirectly employed by Contractor or subcontractor
or anyone for whose acts Contractor or subcontractor 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 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 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 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 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: Tony Gibson shall be authorized to act on Contractor's behalf with respect to the
Work as Contractor's designated representative.
2
H. Confidentiali!y: 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.
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. Warranty. Contractor shall repair all defects in materials, equipment, or workmanship appearing
within one year from the date of completion of the Work at no additional cost to the City.
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. Employment of Unauthorized Aliens Prohibited:
(1) E -Verify Affidavit
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
"C" and "D" (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 "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
(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 "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. § 13-10-9I, 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. 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
4
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 E in every subcontract for services contemplated
under this Agreement.
[ Signatures continued on the next page I
IN WITNESS WlIERFOF. the garlics haVC caused this Agreement to he cxecu[ed nuclei .cal aN tit [hr dale firs-[
above ►► ritte[t.
Gibson Landscapc Sen ices, 1.11
F
5i�na[u
]AI I A CORP(illAI I til :11
CITY O ]III"YON, (;11:(14
Printed \amc: Ai3,vmj
EXHIBIT "A"
Scope of Work
Furnish all necessary material, labor and equipment to complete the work in accordance with
these specifications and standard industry practices.
All material is guaranteed to be as specified. All work to be completed in a skillful manner
according to standard industry practices. Any alteration or deviation from the specifications
involving extra costs shall be submitted as a written change -order. The costs will become an
extra charge over and above the contract amount. All elements of this agreement are contingent
upon strikes, accidents or delays beyond our control. The estimate does not include material
price increases, or additional labor and materials which may be required should unforeseen
problems arise after the work has started.
The following scope for installation services and specifications for products constructed by GLS
LLC, as described to include the following clarifications and conditions for proper evaluation.
All quoted items listed include procurement, storage and delivery of material to above mentioned
location yet this is not a limit or inclusive of other materials unless expressly mentioned in this
quotation.
Tree installation includes soil amendment, staking, installation of drip irrigation bags and a one-
time watering in or filing of drip irrigation bags. Any and all drip irrigation bags used are to
become the property of the City of Milton.
Contractor to coordinate the location of all plant materials with the City Arborist. The arborist
shall approve the final location of all materials prior to final installation by the Contractor.
Lay down area is to be provided by City for staging, holding and delivery of materials. Pricing
includes ONE mobilization.
WARRANTY: All plant material shall be selected from licensed growers with certified nursery
stock. The Contractor shall select only healthy, vigorous material, free of pest and disease. All
plant material shall be tagged "certified nursery stock", and not be collected material. The
Contractors Horticulturist shall inspect all root balls, containers and height to width ratios for
conformity to the she standards set forth in "AMERICAN STANDARD FOR NURSERY
STOCK". All plant material is guaranteed for one full year against improper installation or
defective material, provided proper care procedures are followed. No transplanted material will
be guaranteed. Replacements are only once. There is no extended warranty on replacements GLS
LLC, is not responsible for loss or damages due to acts of God, criminal malicious acts or any
negligent acts beyond the control of GLS LLC. (i.e. overwatering, under watering, freeze
damage, lightning, drought, vandalism, loss of power to irrigation, no litigation, etc).
EXCLUSIONS: Site grading, mass excavations, backfill, erosion control, demolition, rock
(blasting, excavation, disposal or replacement all any work related to unsuitable soil conditions
and/or the restoration of deteriorated subgrade caused by others or acts of God. Permits,
inspections and testing, flagmen and traffic control, temporary utilities including water, and
toilets and or disposal. Perpetual landscape care. Watering of plant material. Water management.
Maintenance. Warranty of transplanted plant material. Performance and Payment Bond.
Trees to be provided:
QTY
SIZE
TREE SPECIES
1
2"
Salix matsudana'Totuaosa'
1
3"
Acer saccharum 'Legacy'
1
3"
Prunus yedoensis `Yoshino'
2
5'
Betula nigra `Little King'
2
8'
Magnolia `Little Gem'
5
8'
Cypress Carolina ' Carolina Sapphire'
1
8'
Magnolia stellata
1
2"
Cercis canadensis'Risin Sun'
3
5'
Vaccinium arboreum
3
1.5"
Cornus florida `White'
2
1.5"
Cornus florida `Pink'
3
3"
N ssa s lvatica'Wildfire'
1
4"
Ulmus american `Princeton'
1
3"
Cladastris kentukea
3
6'
Cryptomeria
:L::
MISCELLANEOUS
30
Bas
Tree Save
30
Ea
Tree Staking
4
Cy
Soil Amendments
45
Bales
Pine Straw
32
Ea
Gator Bags
EXHIBIT "B"
Insurance Certificate
.acoRo� CERTIFICATE OF LIABILITY INSURANCE
TE(MMIDDPMY)
751512015
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 Re ions Insurance, Inc.
300Colonial Center Parkway
Suite 200E
Roswell, GA 30076
CONTACT
NAME: Ben Bryan
PHONE 1AIC, No- 770-255-7875 'FAX No: 770-255-7890
-MAIL
DDRE : ben. b an re ions.com
WSURER(SI AFFORDING COVERAGE NAIC If
4/1/2015
INSURER A : Association Casualty Insurance 35629
EACH OCCURRENCE $ 1,000,000
INSURED
Gibson Landscape Services, LLC
9200 Turner Road
INSURER B: Columbia National Insurance Com 19640
INSURER c: Technol2gy Insurance Company 42376
INSURER D:
Jonesboro GA 30236
INSURER E:
PRODUCTS - COMP/OP AGG $ 2,000,000
INSURER F:
A
I .I IV FKnI.F\ ['FW I o -u =a I F MI IAA 4FW' OACRnn Yl oQAnQIl Rl au laanco.
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 CLA)MS-
INSR
TR
TYPE OF INSURANCE
ADDL
SUER
POLICY NUMBER
MMlDDPOLICY EFF
MMrODPOLICYlYYYY
LIMITS
A
�/ COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE a OCCUR
CMPGA0000028167
4/1/2015
4/1/2016
EACH OCCURRENCE $ 1,000,000
AGE ToRNTED
PREM SES (EaEoccurrence $ 300,000
MED EXP (Any one person) S 10,000
PERSONAL &ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY jE O- LOC
OTHER:
GENERAL AGGREGATE $ 2,000,000
PRODUCTS - COMP/OP AGG $ 2,000,000
S
A
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOS NON -OWNED
AUTOS
Drive Ot Car
CAPGA0000028167
4/1/2015
4/1/2016
EDa BINE0 SINGLE LIMIT $ 1,000,000
BODILY INJURY (Per person) S
BODILY INJURY (Per amdent) $
PROPERTY DAMAGE $
Pea dant
$
B
UMBRELLA LIAB
EXCESSLIAB
,�
OCCUR
CLAIMS -MADE
CUPGA0000028167
4/1/2015
4/1/2116
EACH OCCURRENCE $ 10,000,000
AGGREGATE $ 10,000,000
DED RETENTION$ 10, 000
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
ANY PROPRIETOR/PARTNERfEXECUTIVEE.L.
OFFICERIMEMBER EXCLUDED? ❑Y
(Mandatory In NHI
If ns, describe urder
DESCRIPTIONOFOPERATIONSbelow !
N I A
TWC34168i1
7/1/2014
7/1/2015
P7AT rE ORiH-
EACH ACCIDENT $ 1,000,000
E.L. D#SEASE - EA EMPLOYE $ 1,000,000
E.L,DISEASE-POLICYUMIT $ 1,000,000
A
A
Equipment Floater
Leasd/Rented Equipment
Pesticide/Herbicide
CMPGA0000028167
CMPGA0000028167
4/1/2015
4/1/2015
4/1/2016
4/1/2016
Schedule On File
150,000
1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks SchedoW, may be attached if more space is required)
LaK I IFIL;A I It r1ULUtK GANL:tLLA I LUN
City of Milton, Georgia
13000 Deerfield Parkway, Suite 107F
Milton GA 30003
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
Mike Breedlove
CU 198E-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
CERT NO.: 24559902 CADENT CCDE: 3_3S,._ Ser. siva: 3 = ____ __, �, _ _ __ _
EXHIBIT "CV)
CONTRACTOR AFFIDAVIT AND AGREEMENT
STATE OF GEORGIA
CITY OF MILTON
By executing this affidavit. the undersigned contractor verilics its compliance with O.C.G.A. �, 13-I(1 {)I. statim
ly
ahiniiativcthat the individual, Irrin, or corporation whiclr is clipped in the physical perfor mance of service." on
behalf of the ('it% o1' Miltorf has rc.,isiercd kith_ i% authorised to use and tHl'S the Iedend work uuthori/witia program
cunletlollll kltoN%11 w, 1'.-Verl11, ol- ally' stlb4c(lacill rephlevnlew pro rain, in accorditwx uidi ills , plICa17I
provisions and deadlines established in U.C' 6; A. ; 13-10-91 Furthermore, the Undersigned contractor 11iII continue
to use the federal work authorization program ill roughout the contract period and the undersigned contractor will
conlrici for the ph%sicol perturnlance of services in satislaction of such contract only with subcontractors who
Present an A-ida%it to the Loutmc(or k%kli the illfirrmaliorl required h% OA'.(i.A. § 13 -l0 -91(h).
Contractor hereby attests that its federal work authorization user identification number and date of authorization are
as 1'01lows:
eVerik Number
U
Date of Authorisation
Ciibsoli Landscape Services. i.LC
Name of Contractor
'Hittintas Byrd 1 louse 1_.and,cain
Name of I'roicct
Citv of Wiltou
Name of'Public I-mployrr
I hrreb� declare under pcilAty ol'perjur\ tliat fli
tilre�iiirl_ is true andorrect.
Fted on '' ' ?U I'► in
W (state).
si_naturr of Aist a 1/cd i lfliccr or Agent
—7v;;�7y-*r Wov,f
Printed Nalne and Title 61'Aulhoriicd 013icer or
Agent
MA3SCRIBIA),PD SWORN BEFORk ME -:ON
TI IES Cllr: � U/�1' i)l�
Tsl(�'I'AliY+1 IFI31.f� 1- • r'
ExPMES
ALdu. x0.1016
y�
do
fJBL%Gpv
M\Conuttissi�f �.� R��t�y�`��,
1 1 �.
I -A 1-1113 IT 11 1) 11
SUBCONTRACTOR AFFIDAVIT
Proposal No: C 153001
Project Name: Milton Senjor Cenlel
Project Location: Milton Senior Centel
Milton Senior Center, Milton. GA
Contact: Tony Gibson
Contact Phone: 770.560.4248
Fax:
Gibson Landscape Services, LLC
4200 Turner Road
Jonesboro, GA. 30236
Phone: 400537 4201)
Fax: 404.537.4201
www albfkonlandsCage.QM
Bid No: M 1513002 Milton Senior Center 020615
PC0*
Estimalor/Phone: Chris Dugan 404.537 4244
Architect: NONE
Date of Plans: NONE
Addendum Date: NONE
Date of Proposal/Renison: 020615
Gibson LancSscope Services LLC. proposes to tufnish all tabor. materials tools, equipment to complete scope listed below for the above stated prosect according
to plans dated as indicated above for specification secfians and addendum dared above by NONE for nneets NONE,
PROLECT SUMMARY, lmtollalion and Planting of New frees
We propose hereby to famish material and lobor-complefe in accordance wNh lifted specdcatlans for the sum of $11.967.05
Payment to be made as follows
Net 30
Aufhaadahon All malnal A gurnonteeo to be as spatted All work ro kx campte+ed n a W f� manna• eccmdng Iq sinndatl pactnes Any d:eplgn oraeviomn nom ttte a1>aue 1p.crraRaa nrelvng Baha coak.ndl
•,;bmyled as a wrrnlan tnang!-a•de; Ina curls oil become .n lnRO Chdrye a'+er ana atOre Ire eafynatf AH elQmenn d'1M ayreemenl pre contrtpQnl upon Ihi es, .GCK/enita aeloyf OeyOnd ave conhd the
e sslm¢te Joel not nrlude mal -1 price rcr.ales_ w adddond labor Ona m..tO,O . hiCh ncay ix "e &d should urdateseen woole- ane o"irr the work nor states
Author12ed Signature: T4irins: Nel 30
--bei eement warn ana} fire
3CC?[ v� vKiar Tn4 POAawng-Cape 1., nsldlOrlon MreC of and ipecrca'pns for prods h canshxted b'y Cr_S lLC as daWreea to rclude •he 1,11, -ng 6arrl allonl and L dtare for {Japer V d1y tnn_ All quoted Isms
rated rclahe psaCV'leminf tlar.ge ana O.1— r Of motenai kG ache! mentynea location y61 ire a nCt a Imd.f rcfusw'e 41 other matenon. un7eff qm Wy menlonea r Ma quotahv Lmyout to, haloXgpe or Controls
co,s-N ton nafaraes all field engneemg req„fed f. w -on, On!y Prom CuiWg Innen ana p 7- estaalifted by orken cor,,rr_ n -it commence from a Sva-grade ocknae'leaged to fog •1- . of eleyo
radiated on Me conte.cron dpc.menn onee fw tom cancrefe/hantlscope mO o, londscdpa m apdrable ConweselhandscopQ.rdkf and ., aa+e. tic Cie fire gratlng faprlrlg. piocement fhftv+g of ndcoted
ecpat:cn pan and saw cut control prb as ndcoted on a canp xTea at ndroled+i-O 10 auoyla.t. Plocemenl of rnatend only nscluaea spe..I ndetin4. pumpng t ndcated noon are d pere+'aale ear^ and nae. -s
thngS la Iry . Syn water b NVfrenh. Lack o- eiceaa al orae land a.0 a the ON:Y MalOn why !bey e.pie, snrnb -.tend HStdfaRan a io elude Iron prey ffam ,1 whit n Olp..in, Ieled OmendmeM1h at lls ed amaunh -I,
TO value sal ipl pace, tai I -011i nrg Sad n f.0.lan rcludet fren onto from 1 and tprfn@tl TO imAs 01 106 Sewing rdhdel the oppleatpn of Seea fertlee, and mulon of wamfroies and does not nclade any further
sct pep or proo" w wo+emg unless l&Md sspaale4Y Seed mtn! Prov 8595 aai m4elaM CMteM11 m.rtaneO 1p at Isasf 30 pari Ip pfapM gQ1mn.!an. Wa!tlr a Nor rchcded �nlen spaGtCdlf-eneaned tG raid ducatan
Seed / Nor sad_ flee nttpaalan rtcfydal lei amenanent tlaAny t staled and a aM'ffre wafey.y h Mfpng 41 dT a9alion bagf anlY t ndCoted- Anv ana dl gptp bqg. .fed PO !p roman M+e pOperttr al OLS lLC unlet[
letea On the faecfcotcm one w purchmsd by the owns+ Aulaxn.nc rreaha. Syslem a.at¢ - n6,dtf of s,7up-ant labor and tupoles needed to .parole loom horn p uvged m Itlf Ona pawn source_ 9Qevey ,
lend -paofely Al unh may be.. lo&,ed a reference Ile- of tbape ah the Cufrint Mape a bN -n NOT ntdfch+e .f .n,arhes a1temply d inch X,.- ktpno dome pacing that can nae f.WT--C1 -0 IX ceded n pat
Of n whda r rufure -gem Oulan Rhet —NOT defrng Ientl al me popoad. La, do...n onee d+o be n•oydetl oY ovrn.n tar stdyrq. ho}tlrq ana delNen nF m.teraafa atria. ,d W d pn g —iVdes ONE mableaton
»AR PA qn Af hamcwe m 1t 1 a lobe Odied oc-ung In ANSI, ACL ICP, Sla oods.nd wdronteO fa• rhe aeltpQ a? I yea tram rhe .ate N i,,C&onbe 14 l air sAUCIVtdly wand an¢ daft rad' elude coi relc treml
tic Dietl wen cOrc•e}e airy c! tlOne. Nahwdk OCCuMIy c0:-efiC G rNn aackk ane 0 pat! Of m! �aRrg pOCef1 fIX a:.ntMle dna ane npl IC ae LMSCered a waRanlY item All plant -Drawl leled above shall bA
:elected Prom lieenwd grawen oils te•fi'ad nursery s1a¢k rhe Cone¢cfal st1d1 select oral, heathy •Ipwcnn -aleph. hoe of ❑e.f and deeau AA pl.nf -atonal shdl be fagged"cerH'�d nursery stock-. grct net pe cGNeGrea
molerW the Canlrocran s NO!hCuesrt{r snail hepecl op •Oar odor, con}anM ¢rad hegnn b +.ldltt notice •a cdnfpr-dor to mQ see Nmdaas kef tory, h'AMfeN'.1sN iANpAIEa FC75! NaRSEPy STfjCif-, All p4pt} maferid y
a�aonlasa ran ant lull cep dyarnst jnprapQr rykeapa/tr{ U direclN! matehN. anovded poaen .:are pf0[b.urQS are Fp}I.wM oro rtonsdanitrn -¢told wp ae gvan.nleetl QeplOCemtlnit are ontY once There ikna
a.lended wananry on renlOcemenh, GLS LLC a not resoonkble rat fou. dam.yek rive 1. -11 of Gotl. -01 mdlcava acts or any neglgeni act bftl r" me ConnOl Of G,S LLC- l- a overwat.ng ynderwafwho. f•esae
d.maye_ iantnng, drought yandel'err Inns of pow. 1. hg.h.n no mgoren. t.l. Ad lranawork -11 hove a .—ea w 1-onshc wa tv only stluOv.el crocks will ot, reoamd warranty mlt, r or Mplaeemenh wit nor
be mode vnN bairacce a pla[l n full ]elnouenr opyment �OAY m� and d1 W Ononfq.
y,_f P?ANCt Of APOPOSAL'he aeiow above rtc ,n Aid prices, tpecicofom a..p. arch cand,t n are wlsfocton, ontl ore hereby accepted. TO. ae.urhd•ced 1. do Ione work spatted. Pownent IT ae rnode 7
...ene. l Vndenfand fhaf I T -At 3 do, from the dale .91.d to cancel lhs cpn4a_s. I wil be •aspornEle t?• d1 mareraai lddd• resources. dad dny and aH expense+ eared by Glia- Lanwscape aeNCea. LCC f the
^OnAacf . carrceiiwd affel 3 OW 1 andertfand that as -lift el and labor h gs,o.ont4e¢ IN a awod of ane +ria tf.m the hale Of H1ldoliar, and I uhJv,,1dnd tnA, Oram c.ndean. and fea++a of Mie.7n ant
exclude
or Ioases a .-mages tlw to x h o1 wd. cmmalmdeevt bat of trgatan 0•n401rjT oc h beynrd }M c.nlrai Of GLS, LLC
ErCWS10u5 lfl Lf555PPCIFIEn'. Sie'ddnp M= Co""; -r control demoleon rack lblaslng a valk-depOlda 1.rA-.l.11.11 wOfk resole. 1. a 411bie sol condeonsarkaf.r lrefes!blalor o1
dA,l_feo sub,ocW -d by ulnen of -1, .f Ga.. Fermns. ir- ac•ens o'.d laying, Roq.nen .- Rome C_t C1c te..+oa _ utlti s rct.dng w¢fer ana town ah¢ d ddo d. Shue Nod looking, Io- Oe walk. and a 9det
MPP pod,. !lames. cubs and rghn pole fomes_ anhn spectcdty refabnced belbw Pe•cmlvd ld�dwaoe canc Watering of pla»I - wiol, Wain-anoge-nt Iktd t—ce wananry of r-rol-re r planf mato.".
Oewotemg_ ..Wlpoorny damp-prootng font aedanb cauakng 6 mm!ics Centrale stearal. semen and hmaeneh unless spncicaIN fkl r -d below. 5l, -Q w rQ-yto.ng d molal of pecast decks, 4 -Ing blanket
enc. for nclemenl weather temporary woe bracng Mokofly mattxry paving •enleaeemrnf tie cahamni Ona fro beams U4►y and s sle won coif vefe lsifOtCled �h Inr.pfs, loos, valve rags amen v.cAed Fvm Shag
or emdeddea IrNctvrhl er boif, n melds r.vndar on and or,.nder, slab drams Protection and toot clean" of ofe,outly Lornoeled wort, Aerkarr,, c and P0y 1l Bona
:PK:l;x: PROJECT FgcwNom.
Signature:
Virltrre». Date
'wG:S:..:✓•.pr-^`e+nce':e.-e .ten. y.k1<rya.�s �nH e. c - ..r.a.s.d'..,�nec•'e.e..�rvaaaa .Fen r-:rn,�y.c.,ru-.rrrtl�e.. m.voe nt�•�we bawr.kp a. aerxlo m�fanderc�.irwre r.,s.s Deer rack.cies neon prr.•h Dasa wwcm
.nnSBo'sonanamo el cit inR+.cme..r�,c aq�ni .: -- .•M1.Lne.rr.Immef caV.an,.n'w.:nneab, «s w•cY::os.vr•ta's+scap.Ler.r..��iuz5ndr,LxmM.a,.s rnbr•ve•].rr.Gwv,a �a�nracra ana +rrnlac�ehpraYr nenbss ��sm
tlomv mtr6 kern "edQe�- �r.�:�'.4oi'w�anneaYre•e-e of mrie noemrbtlr'erMar � c'�9Ye._IGo"roct... s'eseeafa.el�.ley.lca�RSM er coMcn onv WYV.nn�cnfnwnea�wnf ix+au�ta l•o nw•�•.T i.
py+•e•nW WrCanhaG'm naps �n'.r.•.trM au w+,rvq,e-eal xa•,�'M•na.•a�.�••st•ee•n-v.»•.a+�t. n�Rva..Or»c+maa so n..ranYro,[oaw�•��J�rYn.arnv al•e_ea':rl ronn[eal ncf'. oehaRn[YMavr!a ci::Ca •,}..
t at 2
�fln
2
2
5
1
1
3
3
2
3
3
30
30
4
45
32
Installation Detail &Specifications
Sue
Descdotion
Trus
Salix mofsudana'Torluaosa'
3'
Acer saccharum legocy
3"
Prunus yedoensis
5'
Betulo nigra SUB: FOX VALLEY
8'
Magnolia grandilora'Liti€e Gem'
8
Cypress caroino'Carlania Sapphire'
B
Magnolia stellate
2"
Ceras canadensis'Ris ng Svn'
5
Vaccinum art3areum
1 -5-
Cornus ilorida'White'
1.5"
Cornus flonda'Rrk
3'
Nysso Sytvatica
4"
Ulmus americono'Princeton
3"
Clodastm kentukea
ti
Crytnmena japonica
Misceflaneaus
bags
Tree Save
ea
Tree Slaking
Cy
Soil Amendmenls
bales
Pine Straw
ea
Gar or Bags
bid Num4e.: M f 5r3PC2 Millan Seniar Center tl236i 5
PCO Nvmbw
Protect Name: Muton Sonbr Center
Grand Total
11,967.85
ME
ATLANTA4
TKEP- SE-'xvicE, INC.
4979 Hiahwav 9 N Alpharetta GA 30004 770-497-1941 Fax: 770-751-6067
PROPOSAL
Job Name: City of Wilton 150203KLQ
Date: 2!3!2015 Work Site: Thomas Byrd House 15690 Hopewell Road
Mark Law Alpharetta GA 30004
City of Milton Phone 678-242-2552
13000 Deerfield Parkway Phone 678-300-7706
Alpharetta, GA 30004
Proposal By: Peter Bond
Plant Service Description Cost
Trees Planting $1806965
Painting of listed trees provided by Mark Law. The quote includes: the
purchase, delivery and installation of trees. Planting soil, irrigation bags (as
needed), and one year warranty to be included.
Total:
By signing this proposal you agree to our Terms and Conditions.
Customer Signature
Date
All normal work operations to be performed according to ANSI A300 standards
$18 069 65
Mark Law
From: Michael Ternes <premiertree.mternes@yahoo.com>
Sent: Wednesday, February 04, 2015 11:06 AM
To: Mark Law
Subject: Re: REQUEST FOR QUOTE
Mr. Law,
We were able to find most of the trees on your list with a couple exceptions.
Below is our quote to purchase these trees, plant them, water them, warranty
them for a year with soil amendments and gator bags, The size / variety that
we would actually be providing is noted on each.
tv Tree
Size
Total Price
1 SALIX MATSUDANA
1.5"
300.00
] LEGACY SUGAR MAPLE
"
b550.00
1 YOSHINO CHERRY
450.00
LITTLE KING RIVER BIRCH
-6'
S1,300.00
AG. LITTLE GEM
-10'
1,100.00
CAROLINA SAPPHIRE
31
1,900.00
1 STAR MAGNOLIA
b600.00
1 RISING SUN REDBUD
$600.00
Ilex Verticillata
1,000.00
HITE DOGW CHEROKEE
RINCESS
1.511
$700.00
3 INK DOGWOOD
S900.00
LACK GUMS : STRT SPECIES
3"
1,500.00
1 BLACK GUM: GREEN GABLES
1.75"
450.00
1 AMERICAN PRINCETON ELM
750.00
3 CRYPTOMERIA
-7
$1,100.00
1 YELLOWWOOD
800.00
TOTAL
14,000.00
Thank You,
Michael Ternes
Premier Tree & Shrub Care
770 -267 -TREE Office
770-267-8711 Fax
This transmission from Premier Tree & Shrub Care LLC., Inc. is confidential and solely for
the use of the intended recipient. If you have received this email in error, please notify the
sender and delete and destroy the original transmission and all copies. Our company
accepts no liability for the contents of this email, or for the consequences of any actions
taken on the basis of the information provided, unless that information is subsequently
HOME OF '
F5TARL1SHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Professional Services Agreement between the City of
Milton and Universal Engineering Sciences, Inc. for Geotechnical Work
on the City Hall Site.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: YAPPROVED O NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED. ( YES O NO
CITY ATTORNEY REVIEW REQUIRED: YES {) NO
APPROVAL BY CITY ATTORNEY jj(} APPROVED O NOT APPROVED
PLACED ON AGENDA FOR: d S �`� f J
REMARKS 11 1
91.,* YouQ -
PHONE: 578.242.25001 FAX: 678.242.2499
info@cityofmiltonga.us I www.cityofmiltonga.us
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004
0 Green'
WILDLIR Community
Cary of �
Ethics
ME
To: Honorable Mayor and City Council Members
From: Carter Lucas, Public Works Director
Date: Submitted on May 13, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Professional Services Agreement between the City of Milton and
Universal Engineering Sciences, Inc. to Provide Professional Geotechnical
Engineering Services for the Design of the Milton City Hall Facility
____________________________________________________________________________
Department Recommendation:
Approval.
Executive Summary:
In 2013 Universal Engineering Sciences performed the initial exploratory boring on the city hall
site. As the site plan has developed, additional site specific borings are required in the area of
the building footprint and the underground detention system. This contract is to provide the
additional borings and geotechnical information as required by the design team.
Funding and Fiscal Impact:
Funding for this project is available in the Capital Bond Fund issued for this project.
Alternatives:
There are no alternatives to this project.
Legal Review:
Jarrard & Davis, LLP – Paul Higbee, 5/4/2015
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
Professional Services Agreement
HOME OPTHEBEST DUALITY OF LIFE IN GEORGIA'
Ni I LTON*t
ESIMLISFIED 2006
PROFESSIONAL SERVICES AGREEMENT
CITY HALL GEOTECHNICAL STUDIES
This Agreement made and entered into this day of 'in the year 2015, by and
between The City of Milton, Georgia (sometimes referred to herein as the "City"), having its principle place of
business at 13000 Deerfield Parkway Suite 107F, Milton GA 30004 and Universal Engineering Sciences, Inc.
("Consultant") having its principle place of business at 3040 Business Park Drive, Suite F, Norcross, Georgia
30071.
WHEREAS, the City of Milton will require certain professional public works services beginning on
May 8, 2015 and
WHEREAS, the City's Purchasing Policy authorizes the procurement of professional services contracts
of $30,000.00 or less; and
WHEREAS, the City has determined that this Agreement constitutes such professional services;
NOW THEREFORE, in consideration of the mutual covenant and promises contained herein, the parties
agree as follows:
1.0 Scope of Work; Compensation
1.1 The Consultant agrees to provide all Services specified in Exhibit "A", attached hereto and incorporated
herein by reference. No payments will be made for unauthorized work. Invoices should be submitted to Honor
Motes, 13000 Deerfield Parkway, Suite 107F Milton GA 30004, for approval. Payment will be sent to the
designated address by U. S. Mail only; payment will not be hand -delivered.
1.2 City agrees to pay Consultant for the services performed and costs incurred by Consultant upon the
City's certification that the services were actually 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 a
lump sum fee of $6,950 (the "Contract Price") for the work described in Exhibit "A." The city may elect to
execute and additional task order for a site specific seismic study, the fee for this work shall not exceed an
additional $3,500. The consultant shall not proceed with the seismic study without written authorization from
the City.
1.3 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.
1.4 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 Consultant 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
Consultant shall proceed with the changed work.
1.5 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 Consultant.
1.6 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
$5,000, must be approved by resolution of the Milton City Council.
2.0 Independent Contractor
2.1. The Consultant is an independent Contractor. The Consultant is not an employee, agent or
representative of the City of Milton. The Consultant shall obtain and maintain, at the Consultant's expense, all
permits, license or approvals that may be necessary for the performance of the services.
2.2 Inasmuch as the City of Milton and the Consultant are entities 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 parities hereto. The Consultant agrees not
to represent itself as the City's agent for any purpose to any party or to allow any employee of the Consultant 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 Consultant shall assume full liability for any contracts or agreements the
Consultant enters into on behalf of the City of Milton without the express knowledge and prior written consent
of the City.
3.0 Indemnification
The Consultant covenants and agrees to take and assume all responsibility for the services rendered in
connection with this Agreement. The Consultant 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.
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, 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 Consultant, any sub -consultant, anyone directly or indirectly employed by the Consultant or
sub -consultant or anyone for whose acts the Consultant or sub -consultant may be liable, regardless of whether
or not the offending 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 Consultant, any sub -consultant, anyone directly or
indirectly employed by the Consultant or sub -consultant or anyone for whose acts the Consultant or sub -
consultant may be liable, the indemnification obligation set forth in this provision shall not be limited in any
2
way by any limitation on the amount or type of damages, compensation or benefits payable by or for the
Consultant or any sub -consultant 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.
4.0 Insurance
(1) Requirements:
The Consultant 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
Consultant, its agents, representatives, employees or sub -consultants. 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:
Consultant 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 Consultant'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 Consultant; products and completed operations of the Consultant; premises
owned, leased, or used by the Consultant; automobiles owned, leased, hired, or
borrowed by the Consultant. The coverage shall contain no special limitations on
3
the scope of protection afforded to the City, its officials, employees, agents or
volunteers.
(ii) The Consultant'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 Consultant'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 Consultant'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
Consultant 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 Consultant 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 4 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:
2
Consultant 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 Consultant'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
Consultant 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) Sub -consultants:
Consultant shall include all sub -consultants as insured under its policies or shall furnish separate
certificates and endorsements for each sub -consultant. All coverage for sub -consultants 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:
Consultant 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.
5.0 Term; Termination
The term of this Agreement shall be from the issuance of a Notice to Proceed and shall terminate absolutely and
without further obligation on the part of the City on December 31, 2015, provided that this Agreement, absent
written notice of non -renewal provided by the City to Consultant at least thirty (30) days prior to December 31,
2015, shall automatically renew on January 1, 2016 to December 31, 2016. The City may terminate this
Agreement upon a breach of any provision of this Agreement by Consultant and Consultant's subsequent failure
to cure such breach within fifteen (15) days of receipt from the City of a written notice of the breach. Title to
any supplies, materials, equipment, or other personal property shall remain in the Consultant until fully paid by
the City.
6.0 Compliance with All Laws and Licenses
The Consultant must obtain all necessary licenses and comply with local, state and federal requirements. The
Consultant shall comply with all laws, rules and regulations of any governmental entity pertaining to its
performance under this Agreement.
7.0 Assignment
The Consultant shall not assign or subcontract the whole or any part of this Agreement without the City of
Milton's prior written consent.
5
8.0 Amendments in Writing
No amendments to this Agreement shall be effective unless it is in writing and signed by duly authorized
representatives of the parties.
9.0 Expertise of Consultant
Consultant 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 Consultant under this Agreement.
10.0 Governing Law
This Agreement shall be governed in all respects by the laws of the State of Georgia.
11.0 Interpretation of Documents
In the event of a conflict in language between this Agreement and any exhibit to this Agreement, the provisions
most favorable to the City shall govern.
12.0 Entire Agreement
This Agreement constitutes the entire Agreement between the parties with respect to the subject matter
contained herein; all prior agreements, representations, statements, negotiations, and undertakings are
suspended hereby. Neither party has relied on any representation, promise, nor inducement not contained
herein.
13.0 Waiver of Agreement
The City's failure to enforce any provision of this Agreement or the waiver in a particular instance shall not be
construed as a general waiver of any future breach or default.
14.0 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.
15.0 Notices
All other notices, writings or correspondence as required by this Agreement 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, unless
a substitute address shall first be furnished to the other Parties by written notice in accordance herewith:
NOTICE TO THE CITY shall be sent to:
City Manager
C
City of Milton
13000 Deerfield Parkway, Suite 107F
Milton, Georgia 30004
NOTICE TO THE CONSULTANT shall be sent to:
Universal Engineering Sciences, Inc.
3040 Business Park Drive, Suite F
Norcross, Georgia 30071
Attn: Tom Tye, PE
16.0 No Personal Liability
No member, official or employee of the City shall be personally liable to the Consultant 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
Consultant or successor or on any obligation under the terms of this Agreement. Likewise, Consultant's
performance of services under this Agreement shall not subject Consultant'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 Consultant or the City, respectively, and not against any
employee, officer, director, or elected or appointed official.
17.0 Employment of Unauthorized Aliens Prohibited
(1) E -Verify Affidavit
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 `B"
and "C" (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 `B", 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
7
subcontractor affidavit, the form of which is attached hereto as Exhibit "C", 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.
18.0 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 18.0 in every subcontract
for services contemplated under this Agreement.
N.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed by their duly
authorized officers as of the day and year set forth next to each signature.
SIGNED. SEALED, AND DELIVERED
In the presence of
Witnes (Corporate Secretary should attest)
Print Name
o'tafy Public
[NOTARY SEAL]
My Commission Expires:
Universal Engineering S •ences, Inc.
Signature
Print Name
Title
[AFFIX CORPORATE SEAL]
�$0'' --*.Cl I
-10
F*LORti�P��`���
UNC
AK.TUTjE 201
213852
Commission #
Fxpires July 29, �t9
%',� Pq"o` pAnaeO Ttru Troy Fain insurarx
MILTON CITY COUNCIL:
Joe Lockwood, Mayor
[CITY SEAL]
SIGNED, SEALED, AND DELIVERED
In the presence of
Witness
Notary Public
[NOTARY SEAL]
My Commission Expires:
6
EXHIBIT "A"
SCOPE OF WORK
rrIUNIVERSAL
tuENGINEERING SCIENCES
Consultants In: Geotechnical Engineering • Environmental Sciences
Geophysical Services • Construction Materials Testing • Threshold Inspection
Building inspection • Plan Review • Building Code Administration
April 30, 2015
City of Milton
13000 Deerfield Parkway
Milton, Georgia 30004
Attention: Mr. Carter Lucas, P.E.
Reference: Proposal for a Geotechnical Subsurface Exploration
And Geotechnical Engineering Services
Milton City Hall - Milton, Georgia
UES Proposal No. 1630.0415.00021
Dear Mr. Lucas:
LOCATIONS:
• Atlanta
• Daytona Beach
• Fort Myers
• Fort Pierce
• Gainesville
• Jacksonville
• Kissimmee
• Leesburg
• Miami
• Ocala
• Orlando (Headquarters)
• Palm Coast
• Panama City
• Pensacola
• Rockledge
• Sarasota
• Tampa
• West Palm Beach
Universal Engineering Sciences appreciates the opportunity to submit this proposal for
performance of a geotechnical exploration for the referenced project. The primary purpose of
the geotechnical study is to obtain subsurface data to allow us to formulate geotechnical
conclusions and recommendations for the proposed Milton City Hall. The following sections
briefly describe our understanding of the project, our recommended exploration procedures, and
the estimated lump sum fee for our services.
PROJECT INFORMATION
Our understanding of the project is based on your email request for Geotechnical Testing
Services dated April 23, 2015, the Geotechnical Report Criteria by Uzun+Case dated
4/22/2015, the proposed boring plan provided by you, a Topographic Survey Plans dated
12/20/2013, our previous subsurface exploration dated 10/28/13, and our brief discussions with
your. We understand that the new Milton City Hall will be placed on a site with an existing
detention pond to be backfilled (about 18 feet) with an underground detention structure to the
west. A second building is planned for the area to the north of the City Hall Building. We note
that the west portion of the detention pond is filled with water.
The foundation loads were provided by Mr. George Briglevich, P.E. of Uzun+Case as the
following:
Interior Columns: 315 kips (225k dead load, 90k live load)
Exterior Columns: 150 kips (110k dead load, 40k live load)
Walls: 1 kip/foot
SUBSURFACE EXPLORATION PROCEDURES
We propose to provide thirteen (13) soil test borings with at least 9 within the proposed building
footprints as requested. The soil test borings will be extended to depths ranging from 25 to 50
3040 Business Park Drive, Suite F -1 Norcross, Georgia 30071 ❑ (770) 242-6438 E Fax (770) 242-6980
www.UniversalEngineering.com
Milton City Hall
Milton, Georgia
UES Proposal No. 1630.1415.00021
April 30, 2015
feet. A total drilling footage of 320 feet is anticipated. Standard penetration tests will be
performed to determine the support characteristics of the underlying soils. Undisturbed samples
(3) will be taken for laboratory consolidation testing.
We propose to provide at least three (3) grain size and Atterberg limits tests on representative
samples from the site. Two consolidation tests will be performed on two of the undisturbed
samples to provide settlement calculations.
Upon completion of the exploration, each soil sample will be visually examined and classified in our
laboratory by a geologist or geotechnical engineer. We will evaluate the data obtained, as well as
any available previous site data, and prepare a written report of the findings along with our
conclusions and recommendations. The report will be prepared under the supervision of a
registered professional engineer specializing in geotechnical engineering. The report will include
the following:
1. A brief review of our test procedures and the results of all testing conducted.
2. A review of area and site geological conditions and geologic hazards
3. A review of subsurface soil stratigraphy with pertinent available physical properties
including exploration for the presence of potentially expansive, deleterious, chemically
active or corrosive materials.
4. Anticipation and management of groundwater. Recommendations regarding the
management of groundwater both during construction and afterwards.
5. Recommended general design and construction criteria for the project foundations and
slabs.
6. Estimate of foundation and slab performance based on available data.
7. Foundation recommendations for the support of columns, walls, and slabs including
anticipated settlements.
8. Recommendations for site preparation and construction of compacted fills.
9. Recommended pavement thickness and materials requirements.
10. Foundation lateral capacities. Recommended lateral earth pressure coefficients for use in
the design of retaining walls/basement walls.
11. Slope Stability Analysis.
12. Evaluation of site specific seismic assessments and seismic accelerations.
13. Provide services meeting the requirements of Section 1803.5.12 of the International
Building Code, 2012 edition.
Page 2
Milton City Hall UES Proposal No. 1630.1415.00021
Milton, Georgia April 30, 2015
ESTIMATED BUDGET
We will perform the previously described services for the following estimated lump sum
amounts:
• Field Exploration and Testing - 320 feet of drilling, undisturbed samples $3,895
• Laboratory Testing; including grain size analysis, Atterberg limits, consolidation $ 960
• Engineering Evaluation and Reporting $2,095
Lump Sum Total $6,950
As an alternative to the average standard penetration method of seismic site classification
(ASCE 7-10), we can provide the Seismic Site Classification by the shear wave velocity method
for $2,300. A Site -Specific Seismic Study and Geotechnical Engineering Evaluation, if required,
can be provided for an additional $1,200.
We will not exceed any preauthorized budget amount without your prior review and
authorization to do so. Should unusual conditions be encountered which may warrant
expansion of the exploration, this will be discussed with you prior to any work being performed
outside our approved scope of services.
SITE ACCESS/ UTILITIES
It appears that the western portion of the existing pond will need to be drained to access the
area for 3 of the soil test borings requested. We request that the client provide for right -of -entry
for our drilling equipment and personnel to the site in order for the exploration to be performed.
It should also be noted that, in the normal course of work, some damage to the site may occur.
The correction of such damage is not part of the contractual agreement. It is very important,
however, that we be notified of any underground utilities that may exist at the site so that they
are not damaged or their service interfered with during the course of our work. We will contact
the Utilities Protection Center (UPC) at least 72 hours before mobilizing to the site. While we
will take precautions to avoid underground utilities, our firm cannot be held responsible for
damage where utilities which have not been located for us or have been mislocated by others.
CLOSURE
We appreciate the opportunity to provide this proposal for this geotechnical exploration. We are
prepared to begin this study as soon as possible based on your written authorization to proceed.
The overall study will require about two to three weeks to complete. If you have any questions
or comments about this proposal, please contact the undersigned.
Sincerely,
Universqj Engineering Sciences
homas A. Tye, P.E.
Branch Manager
Document No. 1224084
Page 3
EXHIBIT "B"
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 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:
q- ?9(0t)
eVerify Number
D12-�)
eQ-
of Authorization
Universal Engineering Sciences, Inc.
Name of Contractor
City Hall Geotechnical
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the
foregoing is true and correct.
Executed on 201in /,,zity),
C A (state).
!s.
tgnature of Autho ed Officer or Agent
Printed Name anditl�f e of Authorized Officer or
Agent
SUBSCRIBED) AND SWORN BEFORE ME ON
T„H S THE �D DAY OF
P
N. ARY PUBLIC
Q •. �'j. s`z l
[NOTARY SEAL]
`'+�.t' 0
_ x ; .N Z ;
CIC
p',,
C+'���r�i2a.e
EXHIBIT "C"
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 Universal
Engineering Sciences, Inc. 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:
eVerify Number
Date of Authorization
Name of Subcontractor
City Hall Geotechnical
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is
true and correct.
Executed on 201_ in (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
[NOTARY SEAL]
My Commission Expires:
0
HOME OF '
FSTARZIS] I ECJ 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of the Acquisition of 0.063 AC of Right of Way and 0.088 AC of
Construction and Maintenance Easement at 12775 Birmingham Highway
from Fulton County Board of Education for a Combined Purchase Price of
$55,500.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: (APPROVED O NOT APPROVED
.QATTORNEY APPROVAL REQUIRED: �j YES O NO
-04 f ATTORNEY REVIEW REQUIRED: YES () NO
APPROVAL BY.0 ATTORNEY VAPPROVED ( NOT APPROVED
PLACED ON AGENDA FOR: 5 J S
REMARKS Y4
©'*you ***
PHONE: 678.242.25001 FAX: 678.242.2499 Dire -en *Crrtscd*
info@cityofmilfonga.us I www.cifyofmiltonga.us ti+�I�F, Community I� E�h14
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004 "`" ,''a`
To: Honorable Mayor and City Council Members
From: Sara Leaders, PE – Transportation Engineer
Date: Submitted on May 6, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of the Acquisition of 0.063 AC of Right of Way and 0.088 AC of
Construction and Maintenance Easement at 12775 Birmingham Highway from
Fulton County Board of Education for a Combined Purchase Price of $55,500
____________________________________________________________________________
Department Recommendation: Approval.
Executive Summary: To provide for SR 372 (Crabapple Rd/Birmingham Hwy) intersection
improvements the acquisition of 0.063 AC of right of way and 0.088 AC of construction and
maintenance easement are required.
Funding and Fiscal Impact: Funding for this project is available in the Mayfield @ Mid
Broadwell capital grant fund account and 80% of the purchase price is reimbursable.
Alternatives: N/A
Legal Review: N/A
Concurrent Review: Chris Lagerbloom - City Manager
Attachment(s): Purchase Agreement Parcel 16
AGREEMENTTOPURCHASEREALESTATE
Project: CSH PP -0007-00(313)
Parcel:16
Tax Parcel ID#: 22 416010990887
GEORGIA, FULTON COUNTY
For and in consideration of the sum of One Dollar ($1 .00), receipt whereof being acknowledged , the undersigned grants to Qrt
of Milton an irrevocable option to acquire the following described real estate:
Right of Way and/or Easement rights through that tract or parcel of land located in Land Lot 1099 and 1134 of the
_2nd_ District, _2nd_ Section of _Fulton __ County, Georgia, and being more particularly described on
Exhibit "A" attached hereto and made a part hereof by reference .
$55,500.00
For the sum of$ &2 1&00.00 , the undersigned agrees to execute and deliver to C ity of Milton fee simple title and easements to
the lands owned by the undersigned as reflected on the attached Exhibit "A".
* * * * * * * * *. * * * * * * * * * **********************
The following conditions are imposed upon the grant of this option:
1) This option shall be irrevocable for a period of 90 days from this date.
2) The consideration recited is full payment for the rights conveyed.
~.063 Acres of Right of Way
_0.00_ Linear Feet of Limited Access
MOO 0.088 Acres of Permanent Construction and Maintenance Easement
_0.000_ Acres of Temporary Construction Easement
3) All Temporary Easements will terminate upon completion and acceptance of the same by the Department of
Transportation.
4) n1e 1,JAdersi9Aed shall obtaiA all q"'it claim deeds or releases from any tenaAt now iA possessioA aAd aAy other parties
ha•JiAg a claim or iAter=est in the property described above.
5) Said option may be exercised by City of Milton at any time during the period stated, but only following notification and
receipt of waiver from any and all lien holders of record unless specifically waived by City of Milton and by notice, in writing,
of the election to exercise said option, delivered to the undersigned person at the address stated below. The exercise of
said option will ripen these presents into a contract to sell and buy without the necessity of any further instrument in writing .
6) The undersigned covenants that, upon the exercise of this option by City of Milton, and upon the payment of the agreed
upon purchase price as herein provided, the undersigned will convey, and cause the be conveyed unto the City of Milton
unencumbered , marketable title to said property, in fee simple, and that the undersigned will warrant title to said property,
by general covenants of warranty, against any claims and demands of all persons whomsoever.
7) Special ProvisioAs, if aAy, are listed oA exhibit "B", which is attached hereto and iAcorporated horeiA by reference.
Witness my hand and seal this / j-day of (\;{4 "?--0 P
__________________ (Seal)
Notary Public Notary Publ' , Clayton County, GA Approved-City of Milton
Property owners AddreM¥. Commission Expires Mav 11 , 2017
fuli§>p~~i:f AJn)J Mtanl«j @jl13o.m
i
-. ~ ~ ~ ~ ~ ~ ~ . a ~ ~ ~ • • • • • ~ • ~ ~ o ~ ij 3¥ ~~8•8o&~8d8•&os~~~sos~s~a~a~~ ~ ~= ~~~~~~~~~~~~~~~~~~~~i~~£~~~~~~~
Q c c c « « « « « « « « « « ~ ·=
; ~t ~~8~8~8t~~288~~8~~=~8~8~8 ~8 ~~~~ ~a ~~~g~g~~~,t~t·~~~~~~~~~=~~~~~:~
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ § ~ ~ ~ ~~2 ~ ' ~ ~ Q Q ~ Q Q Q ~ I!! I!! I!! ~ ~ ~~~
: ~ -. . . . ~ ~ ~ ~ ~u :t~;~8o8 ~8o8~8~8 •8~~~~ ~~,~~~~~~~~~~~~~~~~~~~~~~~~
't « ~ ~ « « « ~ « « «~~~
~~:~•~s;~ss~~~~s~s~s~~~~~a, ~Q ·~~~i~~ZEZ~~~~g~~~~~~~~~:
JU/1015
lt1•l-.nU•tl1
·.· ~
~
~
5;(
~
~
~ e
~
l'lfll'CllTr MO UISTl#G Rlf tlllE
11£1111111£0 tvr Lill(
COllSTlf!CrtOI LIMITS
EAfj,'f,fr{i,Ofi,g»'Jf~LOl't:S
;,,.
EASiltf#T FOR COKSTR OF SLOPfS
EASEJIEKT FOR COHSTR OF CWlrES
EASiltfNT FOR CONSTR OF ORA/Ml(,£
,
1-:.<
,.:
\ \Ul°"""'fel \IHtd ~II Jee I 1 \I rlllll'INJ\11•11H' /ti ltl\11 .,1 ... \a\0()01 JI J-"'·O'O. <,. -..
CONCRt (£ FLUME
COST TO 8£ I NCl. IN
COST FOR SP/ llWAY
FVL70H C~~~i:Jm~lOUC~TU.W
SEE SHECT t<
EXIST. PIPES ANO OllAIN.
STRUCTURES TO RfMAIN
·tH'I
""' l
ENO CONSTRVCTION
STA ll7•tJ. 00
~ ;;;
0
CONSt C
SR )1Z/BIRMl#GHAI/ /lfY f
'
' .,.
' '
' '" .,.
SIAT(
011
COORDINATES STA Jl6•00, 00 • N 1488195. 5981 E 22 41299. 6101
STA JtT'fXJ. 00 -N H88895. 5861 E 2244298. 1028
-~·~ ...
WCf IO. ,,,_.. WJtS
IS H .--
-=-
0 0 0 0 ~o
. ri<"' ----"~----·--r-·-----·---------·--·--
0'1£ oc"ISl""S DATE /1['(15/0llS STATE OF GEORGIA :Kit1i:~<:5'f9'.l!t roo:~Y~H-t;:;;;u~~,l(f~w~·o•.Q'r.o~•"'•~!~m",, ... ~H~.~ltllJ;n;:Ulfw;;l!miiifiTllCliinT1-t---t---'-----------1--~1JE.~P~Al!~i~MR~c~~~~::~r~~~~~w~~~r~RT~~~~~O~H-----I
i-:c..._ __ _c_ ___________ --1 ~Y-l/-ll-ll":'=~"'''.u"'""'!":"'r"':'"'."''~"''~"'°'"'.Ulf"'AlJMV"'l''-'.au"""s//D.111 ... z.:llC,__=,,,11.1.,ll.,__+---+----------------lPROIEC/ I/lo CSHPP·OOIU-00/J{jl
l-"=-1=="'-'========----+---+----------------1f:fioT ~~~TON 1"4.ltm.llll·llJ6.llll/170 Stant e c 1---+--------------+---1---------------i1.,o 01sTR1cT, z
f---l--------------t---f------------lg~%21:?0H Sit lJ6 OF J48
SCALE IN FEET
0 ;; 40 BO
I
/
/'
.,~/
~I ~/ ~· o/ I
I
PM II
11£.0"0 Rll
111ACT I
l'Nl II
£SllT
TRAC T I
l'lrJP£/lrY AID WSTll/G M L/11£
RCOUIRCO fVW U#{
COWS TRllCTIO# UM/TS
EAS£ME#T FOR COKSTR
l MAl#T£1A'ICE ()f SLlffS
£AS£11£1T roll CMSTR ()f SLOP£S
£ASlJlfJIT f(lll COKST11 OF DRIVES
CASEllE#T F(lll COKSTR Of /)f/Al#~E
,,,,.. ',
0 • 1·w51,2· IRTI
0 • ('56' JZ. 56 •
T • m. 26.
( • J9J. 91'
£. 6.70'
R • 2900. 00'
Pl Sh• J01•08. 86
I • 1481905. SJ
E • 2244254. SJ
~ · "I A
PM II
ESllT
TRACT Z
0
/If.ART Of" CRABAPPI £.UC
?Z 4161 /IJ4004
SE£ SHf£T II
-----./!----·· BECI# U MIT OF N:CCSS ............ 8(A
£ND U M/T Of ACCESS .............. f(A
--C---'-· UMIT Df ACCESS -----IZZZZJ 11£0'0 Ml ~ ttMIT Of N:CCSS
~ ~
0
$CAL£ IN FEET ;;; £
\\USICDS-fOl1.Ja•r.,_,o/u11\lfUOl04J\11 ~,.,,,,, .. w, ... 1llf\D\OCWJfJ.U.00t.• .., ..
0l
2/~a:l8m1~~3s1
SlE SHlH IJ
SlE PLAT llJIJI. ~W'
Pl/',£. 12 o
CA
~
-~-
Curre• IZ
o • 5•51•20. 4• llTI
0 • r 54 • JS. W
T • 156. 06.
l • Jll. 84'
£ • 4. 06'
R • JOOO. 00'
Pl SI•· JIZ•11. 95
# • I 4118461. JI
£ • 2Z44JIU. 56 ~
Lt:.....•..:l::..IA::_ ___ -J §
"
~
\;(
~· N00'51'50'W ~
PM 14
(JI CSll1
TRACT I
~
OA'E "'VISIONS STATE OF GEORGIA M·•-mnlm[""T"~P~~N-_'-.-__ t-w'w-'t.~;-;;:;n;;;-.:;;.-;;;m<;-;-;;;;;;o.;;:;-;;;;;;;;;-;;;;:;-.---t-;;;;;;.-lr..t;MiY~'iimiiVrl7roiriw:r;----l-~~~PM~i~~~*~'~or~~~RM~SPO~RT~A~TI~~:__ __ ~ l~~!Jb.,..~U~-L-~b-~lF-~-=t~IO/~J/!~4j~'-~'z~,lf~r~·o~/f~OLl·o~·~liNCl~l~l~t[AllllJ~Ll(Al{~(~f~ll~!lMTra!lllCM!T~l j~lll~l~/ltlj~'"~'~l·1ID'f!:!D~ll!~~D·~r1JC~r~11~Clll~r~1JC~Tt'=====l RIGHT Of WAY llAP -HR/l,lfJ'D{lllTIJCllllOIJ(llTTlllCILNlllllfJllLltlLI Jlllll HRruv·o/ll'O•UOlllTTOllllA!LS PROJECT 10. CSHPP ·0001 -00 IJ/JI
l'lllldfr'Olll'D•AllClll. llll ll(ll/TIJCfl. COIJITY FU(TO# ~ S t , ---1~11X0~111.,.,,,1,_,lll~lll'-!TRKT""'~t~m~1-'!1Ar~i..llXO~c.t,,ll!"-"mlllf~W£S"'-"~---+------________ _,LAND LOT 10, 1a 1rm.11.11-1116.11e.1110 \./I tan ec ... l/M/l,l(l'Ollf'B•llOlSllilllllUllllf •l(//l/ISlll•tllfL ________ __,l A#O OISTR ICT , z
1---1"',"'111.:;11,_, "'m=o;.=c~wc;.LJlftl"=~-~,~,~t."lfr"""·1"""·sr='1'°'9W~"'~'"'· ~""t---+---------------l':Jozlz0 1 4 SH JJJ or J4a
PRO
HOME OF'THFBFS�
MitTON*
ESTABLISHED2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Change Order between the City of Milton and BM&K, P.C.
to Provide SR 372 (Crabapple Rd/Birmingham Hwy) Intersection
Improvement Right of Way Services.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: kIAPPROVED
CITY ATTORNEY APPROVAL REQUIRED: WYES
CITY ATTORNEY REVIEW REQUIRED: YES
APPROVAL BY CITY ATTORNEY APPROVED
PLACED ON AGENDA FOR: 0 5 18 149-
REMARKS
S
REMARKS
() NOT APPROVED
() NO
() NO
VED
® You
PHONE: 578.242.25001 FAX: 678.242.2499 ''J' *Cerrits�d* roPioo
��En * t:iLY„r
info@cityofmiltonga.us i www.cityofmiltonga.us ���� Community �Eihics
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 May 6, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Change Order between the City of Milton and BM&K, P.C. to
Provide SR 372 (Crabapple Rd/Birmingham Hwy) Intersection Improvement
Right of Way Services
____________________________________________________________________________
Department Recommendation: Approval.
Executive Summary: In accordance with the City procurement procedures an invitation to
bid was issued to secure a GDOT prequalified consultant for the project. The City received
5 bids on the project and BM&K, P.C. was determined to be the lowest reliable bidder. The
bid was for unit prices with estimated quantities. This change order is to provide additional right
of way and easement acquisition services that have been required by GDOT for intersection
improvements at SR 372 (Crabapple Rd/Birmingham Hwy).
The right of way services must all be approved by GDOT in order for the land acquired to be
eligible for reimbursement. The additional unit price items required by GDOT include updates to
appraisals, relocation, preacquisition revisions, and condemnations. These tasks are required in
conjunction with the use of federal funds on this project and will be in accordance with GDOT
policy and procedures.
Funding and Fiscal Impact: The budget for this work will be from Capital Grant Fund. This
task is not reimbursable but the land acquisition costs for the purchase of right of way and
easements will be reimbursable for these projects.
Alternatives: N/A
Legal Review: Paul Higbee – Jarrard & Davis (4-6-15)
Concurrent Review: Chris Lagerbloom - City Manager
Attachment(s): Change Order
HOME OF THE BEST QUALITY OF LIFE IN GEORGIA'
1V4 I LTON%
ESTABLISHED 2006
CHANGE ORDER #3 FOR PROFESSIONAL SERVICES AGREEMENT
SR 372 (CRABAPPLE RD/BIRMINGHAM HWY) INTERSECTION IMPROVEMENTS
RIGHT OF WAY SERVICES
WHEREAS, the City of Milton, Georgia and BM&K, P.C, have entered into a Professional
Services Agreement (the "Agreement") dated March 18, 2013, incorporated herein by reference,
for right of way services for intersection improvements for SR 372 (Crabapple Rd/Birmingham
Hwy); and
WHEREAS, the parties desire to issue a change order pursuant to Section 9.0 of the Agreement,
it being to the mutual benefit of all parties to do so, as set forth herein for the reasons and
consideration set forth herein.
NOW THEREFORE, the parties hereto agree to amend the Agreement as follows:
1. Section 2.0 "Contract Price" in the Agreement is increased to $174,700
2. Exhibit A to the Agreement is amended by adding the following description of services:
Aparaisals•
Due to plan changes, GDOT is requiring that certain parcels be updated:
• Parcel 22 requires an update to the 2 appraisals and a cost to cure
• Parcels 5 and 18 appraisal updates
Is Parcels 21A and 22B require an appraisal
• Parcel 2 requires backup report
Relocation Fees
It was determined that one structure on the project will be removed and the owner has a
tenant renting the home. The following fees are required as part of the relocation:
• Relocation interview
• Relocation study/package to tenant
• Relocation study/package to owner
Pre -Acquisition Fees
These fees are for plan revisions, coordinating with appraisers and reviewer, and additional
meetings during the acquisition.
Condemnations
These fees are for the services required as part of the. potential condemnations identified on
this project.
PHONE: 678.242.2500 � FAX: 678.242.2499 �( F�iwulo Green � ��Tttvl aBd
info@cityofmlltonga.usIwww.cityofmiltonga.us xwa Community Erhics I
13000 Deerfield Parkway, Suite 107 Milton GA 30004 ' CERTIFIED BRONZE
2 ( BM&K Professional Services Agreement
3. Exhibit B to the Agreement is amended by adding the following per parcel services to the fee
schedule:
of Way Services
Estimated
Parcels
Per Parcel Fee
Estimated
Total
-Right
-Appraisals
21A&22B
1
$
1,000.00
$
1,000.00
-Parcel
Parcel 22 Update
2
$
27500.00
$
55000.00
Parcel 22 CTC Update
1
$
1,000.00
$
1,000.00
Parcel 5 & 18 Update
2
$
650.00
$
1,300.00
Parcel 2 Backup
1
$
1,200.00
$
1,200.00
Relocation Study
1
$
250.00
$
250.00
Relocation Plcg Tenant
1
$
1,200.00
$
1,200.00
Relocation Pkg Owner
1
$
600.00
$
600.00
Relocation Coordination
1
$
500.00
$
500.00
Negotiations
Relocation Offer Tenant
1
$
1,100.00
$
1,100.00
Relocation Offer Owner
1
$
15000.00
$
11000.00
Pre-acquisition Fees
Pre -Acquisition Revisions
1
$
21500.00
$
25500.00
Condemnations
A cal
6
$
1,000.00
$
6,000.00
Coordination
6
$
200.00
$
13200.00
Petition Preparation
40 hrs
$
50.001
hr
$
21000.00
Change Order Total
$
25,850.00
4. It is agreed by the parties hereto that all of the other teams and conditions of the Agreement,
including all unamended portions, shall remain in full force and effect other than as modified
herein. Upon execution by all parties, this Change Order shall be attached to and form a part
of said Agreement.
IN WIFNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed by
their duly authorized officers as ofthe day and year set forth next to each signature.
[SIGNATURES ON THE FOLLOWING PAGE]
3 BM&K Professional Services Agreement
B .C.:
SIGNED, SEALED, AND DELIVERED
in the presence of:
Witness
tary Public
[NOTARY SEAL]
My Commission Expires:
By: Donald Clerici
Its: President &Secretary
[AFFIX CORPORATE SEAL]
CITY OF MILTON:
By: Joe Lockwood
Its: Mayor
[CITY SEAL]
HOME OF '
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Construction Services Agreement between the City of
Milton and Bartow Paving Company, Inc. for New Providence Road
Stormwater Improvement Project.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: VAPPROVED () NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED. XYES O NO
CITY ATTORNEY REVIEW REQUIRED: k YES () NO
APPROVAL BY CITY ATTORNEY APPROVED {) NOT APPROVED
PLACED ON AGENDA FOR.-
REMARKS
OR.REMARKS
91v Your
PHONE: 678.242.25001 FAX: 678.242.2499 G re a n
info@cityofmilfonga.us I www.cifyofmilfonga.us m Community i E�hf"��'
13000 Deerfield Parkway, Suite 107 1 Miltor GA 30004
To: Honorable Mayor and City Council Members
From: Sara Leaders, PE – Transportation Engineer
Date: Submitted on May 7, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Construction Services Agreement between the City of Milton and
Bartow Paving Company, Inc. for New Providence Road Stormwater
Improvement Project
____________________________________________________________________________
Department Recommendation: Approval.
Executive Summary: Milton is the project sponsor for the intersection improvements at SR
372/Birmingham Hwy and Providence Rd/New Providence Rd. GDOT bid the project and is
managing construction. The project was constructed as designed but there is a stormwater
improvement project that the city needs to address outside the scope of the roundabout project.
This improvement will be funded locally but it needs to occur before the roundabout project is
complete. The only contractor that can work in the project limits is GDOT’s contractor for the
roundabout. They have knowledge of the work in place and the modifications that need to be
made.
Funding and Fiscal Impact: Funding for this project is available in the Repair Major
Stormwater Structures Capital account.
Alternatives: N/A
Legal Review: Jarrard & Davis, LLP – Paul Higbee (4/14/15)
Concurrent Review: Chris Lagerbloom - City Manager
Attachment(s): Construction Services Agreement
1
CONSTRUCTION SERVICES AGREEMENT
FOR
NEW PROVIDENCE ROAD STORMWATER IMPROVEMENT PROJECT
This Agreement (the “Agreement”) to provide stormwater improvements is made and
entered into this ___ day of ____, 2015, 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”), BARTOW PAVING COMPANY, INC.
(hereinafter referred to as the “Contractor”) having its principal place of business at 1055 Rowland
Springs Road, Cartersville, GA 30121.
W I T N E S S E T H:
WHEREAS, Bartow Paving Company, Inc. is the Georgia Department of
Transportation’s Contractor working on the SR 372/Birmingham Highway at Providence
Road/New Providence Road Intersection Improvement project PI 0005448; and
WHEREAS, Bartow Paving Company, Inc. is the sole contractor allowed to work in the
project limits until final closeout by Georgia Department of Transportation, 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 (20 Pages);
2
B. Scope of Work/Bid Request (2 Pages), attached hereto as Exhibit “A”;
C. Bid from Contractor dated March 27, 2015 (2 Pages), attached hereto as Exhibit
“B”;
D. 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, attached hereto collectively as Exhibit “G”,
I. Final Affidavit, attached hereto as Exhibit “H”,
J. Title VI Requirements, attached hereto as Exhibit “I”,
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
documents amending, modifying, or supplementing the Contract Documents if
properly adopted in writing and executed by the Parties; and
L. 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 installation of a new storm drain pipe,
drainage structures, filling and abandonment of an existing storm line and other associated work
in accordance with the modification to PI 0005448 construction plans and scope of work.
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.
3
Section 4 Contract Time
This Contract shall take effect on ___________. Contractor agrees to complete the
Project within 30 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
$39,275.27 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
Proposal 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. § 44-14-366.
C. City and Contractor shall comply with the provisions of O.C.G.A. § 13-10-80.
The Contractor through each invoice may request payment of no more than ninety
percent (90%) of that portion of the Work completed during the term covered by
such invoice until fifty percent (50%) of the Contract Price, as may be adjusted, is
due and the manner of completion of the Work and its progress are reasonably
satisfactory to the City. Payment for the remaining ten percent (10%) of Work
completed and covered by such invoices shall be retained by the City until Final
Completion. Once fifty percent (50%) of the Contract Price, as may be adjusted,
is due and the manner of completion of the Work and its progress are reasonably
satisfactory to the City, no additional retainage shall be withheld, except as
provided below. At the discretion of the City and with the written approval of the
Contractor, the retainage of each subcontractor may be released separately as the
subcontractor completes his or her work.
If, after discontinuing the retention, the City determines that the Work is
unsatisfactory or has fallen behind schedule, retention may be resumed at the
previous level. If retention is resumed by the City, the Contractor and
subcontractors shall be entitled to resume withholding retainage accordingly. At
4
Final Completion of the Work and as the City determines the Work to be
reasonably satisfactory, the City shall, within 30 days after the invoice and other
appropriate documentation as may be required by the Contract Documents are
provided to the City, pay the retainage to the Contractor. If at that time there are
any remaining incomplete minor items, an amount equal to 200 percent of the
value of each item as determined by the City shall be withheld until such item or
items are completed. The reduced retainage shall be shared by the Contractor and
subcontractors as their interests may appear.
The Contractor shall, within ten (10) days from its receipt of retainage from the
City, pass through payments to subcontractors and shall reduce each
subcontractor’s retainage in the same manner as the Contractor’s retainage is
reduced by the City; provided, however, that the value of each subcontractor’s
work complete and in place equals fifty percent (50%) of his or her subcontract
value, including approved change orders and other additions to the subcontract
value, provided, further, that the work of the subcontractor is proceeding
satisfactorily and the subcontractor has provided or provides such satisfactory
reasonable assurances of continued performance and financial responsibility to
complete his or her work including any warranty work as the Contractor in his or
her reasonable discretion may require, including, but not limited to, a payment
and performance bond. The subcontractor shall, within ten (10) days from the
subcontractor’s receipt of retainage from the Contractor, pass through payments
to lower tier subcontractors and shall reduce each lower tier subcontractor’s
retainage in the same manner as the subcontractor’s retainage is reduced by the
Contractor; provided, however, that the value of each lower tier subcontractor’s
work complete and in place equals fifty percent (50%) of his or her subcontract
value, including approved change orders and other additions to the subcontract
value; provided, further, that the work of the lower tier subcontractor is
proceeding satisfactorily and the lower tier subcontractor has provided or provides
such satisfactory reasonable assurances of continued performance and financial
responsibility to complete his or her work including any warranty work as the
subcontractor in his or her reasonable discretion may require, including, but not
limited to, a payment and performance bond.
Neither final payment nor any retained percentage shall become due until the
Contractor submits to the City: (1) an affidavit that payrolls, bills for materials
and equipment, and other indebtedness connected with the Work for which the
City or City property might be responsible or encumbered (less amounts withheld
by City) have been paid or otherwise satisfied; (2) a certificate evidencing that
insurance, required by the Contract Documents to remain in force after final
payment, is currently in effect and will not be canceled or allowed to expire until
at least 30 calendar days prior written notice has been given to the City; (3) a
written statement that the Contractor knows of no substantial reason that the
insurance will not be renewable to cover the period required by the Contract
Documents; (4) consent of surety, if any, to final payment; (5) a release or waiver
5
of liens, claims, security interests, and encumbrances by all subcontractors and
material suppliers; and (6), if required by the City, other data establishing
payment or satisfaction of obligations, such as receipts, to the extent and in such
form as may be designated by the City. If a subcontractor or material supplier
refuses to furnish a release or waiver as required by the City, the Contractor may
furnish a bond satisfactory to the City to indemnify the City against such lien. If
such lien remains unsatisfied after payments are made, the Contractor shall refund
to the City all money that the City may be compelled to pay in discharging such
lien, including all costs and reasonable attorneys' fees.
D. Acceptance of final payment by the Contractor, a subcontractor or material
supplier shall constitute a waiver of claims by that payee, except those claims
previously made in writing and identified by that payee as unsettled at the time of
final application for payment
E. 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.
F. 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
6
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.
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
7
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
Curtis Bowman shall be authorized to act on Contractor’s behalf with respect 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.
I. 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
8
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
9
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
10
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.
11
(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.
(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.
(8) Claims-Made Policies: Contractor shall extend any claims-made
12
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”, which
13
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.
_X__ 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
14
federal law, and shall be construed to be in conformity with those laws.
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
15
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
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. [Reserved]
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
16
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
result in termination of the contract.
Section 8 Covenants of the City
A. Right of Entry
The City shall provide for right of entry for Contractor and all necessary
equipment along the right-of-way, in order for Contractor to complete the Work.
B. City’s Representative
Jim Seeba 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 one year 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 one-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
17
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
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.
18
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:
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:
Mr. Curtis Bowman, Bartow Paving Company Inc., PO Box 2045,
Cartersville, GA 30120.
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.
19
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 provisions of this Section I 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]
20
BARTOW PAVING COMPANY, INC.
___________________________________
Signature
_______________________________________________
Print Name
_______________________________________________
Title
[AFFIX CORPORATE SEAL]
SIGNED, SEALED, AND DELIVERED
In the presence of:
_____________________________
Witness (Corporate Secretary should attest)
_______________________________________
Print Name
_____________________________
Notary Public
[NOTARY SEAL]
My Commission Expires:
__________________
MILTON CITY COUNCIL:
Joe Lockwood, Mayor
___________________________________
[CITY SEAL]
SIGNED, SEALED, AND DELIVERED
In the presence of:
_____________________________
Witness
_____________________________
Notary Public
[NOTARY SEAL]
My Commission Expires:
__________________
21
EXHIBIT “A”
SCOPE OF WORK/BID REQUEST
1
Sara Leaders
From:Sara Leaders
Sent:Monday, March 23, 2015 3:31 PM
To:'Curtis Bowman'
Subject:New Providence drainage
Attachments:Document.pdf
Curtis,
We looked at a couple of different options but decided that we need to keep the New Providence crossing at structure
D-5 to D-2. We can make some adjustments so that Str D-5 does not need to be replaced but just add an invert at the
existing invert elev of the box. D-2 would need to be a new structure. Take a look at the attached sketches and see if
either of these may work better. They both still cross New Prov at Str D-5 to D-2. Alt 1 adds 2 more strs to improve the
angles. Alt 2 would require going under the guardrail.
Sara Leaders, PE, LSIT
Transportation Engineer
13000 Deerfield Parkway, Suite 107G Milton, GA 30004
678-242-2559 (O)
678-794-2558 (C)
www.cityofmiltonga.us
Want to stay on top of what’s going on in the City?
Sign up for our e-Newsletter!
Have a problem, question, comment, complaint or compliment?
We want to hear about it! For prompt assistance, call 678.242.2500 or e-mail us at info@cityofmiltonga.us.
Our Core Values
Innovation | Quality | Integrity | Transparency | Respect | Fiscal Responsibility | Professional Development
oa
CD
BOUNDARY,
Rr7SOUR k, LLJ LTJ
E
EINE.RAIL Nk7-S
7�
RESTRIC71tJot
--- V-\C�
/oe
loqS
:z C=)
LY Z C) CD
cn
U Ln
ME ZD +
cN
Ln
LLJ <
C
C.) CIO
L.Lj
LLj
CD
70
CD
CD
CD
LJJ LTJ
LLJ
--- V-\C�
/oe
loqS
:z C=)
LY Z C) CD
cn
U Ln
ME ZD +
cN
Ln
LLJ <
C
C.) CIO
L.Lj
LLj
CD
70
CD
CD
CD
LJJ LTJ
--- V-\C�
/oe
loqS
:z C=)
LY Z C) CD
cn
U Ln
ME ZD +
cN
Ln
LLJ <
C
C.) CIO
L.Lj
LLj
CD
70
EXHIBIT “B”
BID FROM CONTRACTOR
t MCI
No
/J =
/ rri :"
PO Box 2045 1 Cartersville, GA 30120-2951 1 www.bartowpaving.com
info@bartowpaving.com I P: (770) 382-2025 1 F: (770)387-1309
VIA EMAIL TO, Sara. Leaders&it fyo miltonga.us
Ms. Sara Leaders
City of Milton
13000 Deerfield Pkwy, Suite 107G
Milton, Georgia 30004
May 1, 2015
Page 1 of 3
Milton, SR372 Drainage Project
New Providence Road, Fulton County
Bartow Paving Company, Inc_ (-Bartow") agrees to provide all labor materials, services, insurance and equipment
required to properly execute and complete the paving work identified in this Proposal ('the Work'). Barton's Standard
Terms and Conditions are an integral part of this Proposal and the Parties' Agreement, The Proposal including
Standard Terms and Conditions, constitutes Bartow s offer to Purchaser Purchaser is deemed to accept this Proposal
by signing and returning a copy or otherwise instructing Bartow to proceed with the Work. If other contract documents
are required, this Proposal is made an exhibit thereto and forms an essential part of the Agreement between the parties.
Full payment is due upon receipt of each invoice. If payment is not timely. Purchaser agrees to pay interest of 18% per
annum (1'/a% per month) on all unpaid balances. If Bartow is required to file suit to collect payment, Purchaser agrees
to venue in Bartow County, Georgia and payment of all expenses of litigation, including reasonable attorney's fees and
interest.
Description
Quantity Unit Unit Price Amount
1 Traffic Control
100
LS
38,575 27
38,575.27
2 Remove and Replace Curb
3 Install 18 inch RCP Pipe
4 Rework Manholes, 2 EA
5 Core into Existing, 1 EA
6 Install New Junction Box, 1EA
7 Remove and Install Guardrail
8 Bond
1.00
LS
700,00
700.00
TOTAL
1
1 $39,275.271
THE ORIGINAL CONTRACT AGREEMENT MUST BE SIGNED AND RETURNED TO BARTOW PAVING
COMPANY, INC. BEFORE ANY WORK WILL BE SCHEDULED.
The following notes are an integral part of this agreement:
1. Proposal unit pricing is firm for work completed before May 15, 2015.
2. Bartow Paving Company, Inc. will not be responsible for any damage to underground utilities.
3. Testing, layout, staking and engineering are not included.
4. Above unit pricing is based upon 18" RCP Pipe and Manhole work being completed in one uninterrupted
mobilization.
5. Above unit pricing is based all work being completed prior to asphalt paving work being done.
6. Bartow Paving Company, Inc. will not be responsible for unsuitable soils. No import/export of dirt material is
included.
7. Deletion of any quoted items may affect the remaining unit prices.
8. The Proposal is valid for seven (7) days from the date indicated. Thereafter, it is subject to change without
notice. Bartow shall have the right to withdraw its proposal at any time before formal acceptance by the
Purchaser.
Milton, SR372 Drainage Project
New Providence Road, Fulton County
EQUIPMENT RENTAL -1F NEEDED
1. Motorgrader with operator
2. Loader with operator
3. Dump Truck with operator
4. Roller with operator
5. Power Broom with operator
6. Water Truck with operator
Respectfully submitted,
BARTOW PAVING COMPANY, INC.
Brian Bullock
Sr. Estimator/Praject Manager
$225.00 per hour
$125.00 per hour
$ 75.00 per hour
$ 65.00 per hour
$ 65.00 per hour
$ 85.00 per hour
M:4BPCJOBS1ProposalstMuniopaUO15UIton, SR372 Drainage Project Rev .do
Acceptance of quotation,
Signature
Title
Date
May 1, 2015
Page 2 of 3
EXHIBIT “C”
BONDS
PAYMENT BOND
CITY OF MILTON, GEORGIA
KNOW ALL MEN BY THESE PRESENTS THAT Bartow Paving Company, Inc. (as
CONTRACTOR, hereinafter referred to as the “Principal”), 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
any “Claimant,” as hereinafter defined, in the sum of thirty eight thousand five hundred seventy
five dollars and twenty seven cents ($38,575.27), 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 “CONTRACT”), for the construction of the New
Providence Road Stormwater Improvements (hereinafter referred to as “the PROJECT”).
NOW THEREFORE, the condition of this 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.
A “Claimant” shall be defined herein as 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 bond 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 authorized officers on
this day of , 2015.
Bartow Paving Company, Inc.
By:
Title: (SEAL)
(Signatures Continued on Next Page)
Attest:
______________________
Title:_________________
Date:__________________
(Name of Contractor’s Surety)
By:
Title: (SEAL)
Attest:
_____________________
Date:_________________
(ATTACH SURETY’S POWER OF ATTORNEY)
PERFORMANCE BOND
CITY OF MILTON, GEORGIA
KNOW ALL MEN BY THESE PRESENTS THAT Bartow Paving Company, Inc. (as
CONTRACTOR, hereinafter referred to as the “Principal”), 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 any “Claimant,” as hereinafter defined, in the sum of
thirty eight thousand five hundred seventy five dollars and twenty seven cents ($38,575.27),
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 the of , 2015 which is incorporated
herein by reference in its entirety (hereinafter referred to as the “CONTRACT”), for the
construction of a project known as the New Providence Road Stormwater Improvements
(hereinafter referred to as “the PROJECT”).
NOW THEREFORE, the conditions of this obligation are as follows:
1. That if the Principal shall fully and completely perform each and all of the terms,
provisions and requirements of the Contract, including and during the period of
any warranties or guarantees required thereunder, 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 any and all losses, liability and
damages, claims, judgments, liens, costs and fees of every description, including
but not 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 modifications, omissions,
additions, changes and advance payments or deferred payments in or about the Contract, and
agrees that the obligations undertaken by this Bond 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 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 or
attorneys-in-fact, this day of , 2015.
Bartow Paving Company, Inc.
By: ___________
Title: (SEAL)
Attest:
_____________________
Title:________________
Date:_________________
(Name of Contractor’s Surety)
By:____ _____
Title: (SEAL)
Attest:
_____________________
Date:_________________
(ATTACH SURETY’S POWER OF ATTORNEY)
EXHIBIT “D”
NONCOLLUSION AFFIDAVIT OF PRIME PROPOSER
STATE OF GEORGIA
CITY OF MILTON
________________________________________, being first duly sworn, deposes and says that:
(1) He is ___________________________(Owner, Partner, Officer, Representative, or Agent) of
Triscapes, 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.
(6) Proposer has not directly or indirectly violated O.C.G.A. § 36-91-21(d).
____________________________
Signature of Authorized Officer or Agent
____________________________
Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED AND SWORN TO BEFORE ME
THIS ________ DAY OF _____________, 20___
___________________________
Notary Public
________________________ (SEAL)
My Commission Expires _______________
Date
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 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:
_________________________________
eVerify Number
_________________________________
Date of Authorization
Bartow Paving Company, Inc.
Name of Contractor
New Providence Road Stormwater
Improvement Project
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the
foregoing is true and correct.
Executed on ______, ___, 201__ in _____(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
[NOTARY SEAL]
My Commission Expires:
_________________________________
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 Bartow Paving Company, Inc. 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:
_________________________________
eVerify Number
_________________________________
Date of Authorization
____________________
Name of Subcontractor
New Providence Road Stormwater
Improvement Project
Name of Project
City of Milton
Name of Public Employer
I hereby declare under penalty of perjury that the
foregoing is true and correct.
Executed on ______, ___, 201__ in _____(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
[NOTARY SEAL]
My Commission Expires:______________________
EXHIBIT “G”
PLANS AND SPECIFICATIONS
GENERAL CONDITIONS
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 107 LEGAL REGULATIONS AND RESPONSIBILITY TO THE PUBLIC
Section 107.18 ACQUISITION OF Add the following paragraph:
RIGHT OF WAY
“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.”
Section 107.21 CONTRACTORS Add the following sentence to
Paragraph A:
RESPONSIBILITY FOR UTILITY “The Contractor is responsible for the
PROPERTY AND SERVICE location of above and below ground Utilities
and structures which may be affected by the
Work.”
SECTION 109 MEASUREMENT AND PAYMENT
Section 109.07 PARTIAL PAYMENTS 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
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.”
Project Specifications
1.0 General Conditions
a) The general scope of work will consist of the construction of approximately 300 LF
of 18” RCP pipe with new flared end section in the City of Milton, Georgia.
Associated with this work will be all clearing, grading, curb and gutter, storm
drainage structures, other structures and other work as described and depicted in
Exhibit A.
b) One lane of traffic shall be open at all times. Lane closures shall be restricted to the
hours of 9 am to 4 pm.
c) Construction activity within 1,000 feet of an occupied residence will be allowed
Mon.-Fri. between the hours of 7:30 AM and 7:30 PM and Sat. between 8:30 AM and
5:00 PM. Construction activity more than 1000 feet from an occupied residence will
be allowed Mon.- Fri. between the hours of 7:00 AM and 10:00 PM and Sat. between
the hours of 8:30 AM and 6:00 PM.
d) Contractor must notify the City of Milton (678) 242-2500, twenty-four (24) hours
prior to beginning construction.
e) Burial of construction materials is not permitted within the City of Milton. All
construction materials and debris within the work area shall be properly disposed of
by the contractor.
f) The contractor is responsible for any damaged property which occurs as a result of
this project. The contractor shall replace any damaged property at his own expense.
g) All work to be conducted within the right of way and/or construction and
maintenance easements previously attained with project PI 0005448. Unless
otherwise stated, the City shall provide all necessary permits and easements
associated with this project prior to issuance of the Notice to Proceed.
h) There shall be no changes made to the Scope of Work without prior approval from
the City PWD.
2.0 Materials, Equipment and Employees
a) The contractor shall, unless otherwise specified, supply and pay for all labor,
transportation, materials, tools, apparatus, lights, power, fuel, sanitary facilities and
incidentals necessary for the completion of his work, and shall install, maintain and
remove all equipment of the construction, other utensils or things, and be responsible
for the safe, proper and lawful construction, maintenance and use of same, and shall
construct in the best and most workmanlike manner, a complete job and everything
incidental thereto, as shown on the plans, stated in the specifications, or reasonably
implied there from, all in accordance with the contract documents.
b) All materials shall be new and of quality specified, except where reclaimed material
is authorized herein and approved for use. Workmanship shall at all times be of a
grade accepted as the best practice of the particular trade involved, and as stipulated
in written standards of recognized organizations or institutes of the respective trades
except as exceeded or qualified by the specifications.
c) No changes shall be made in the Work except upon written approval and change
order of the city.
d) Products are generally specified by ASTM or other reference standard and/or by
manufacturer’s name and model number or trade name. When specified only by
reference standard, the Contractor may select any product meeting this standard, by
any manufacturer. When several products or manufacturers are specified as being
equally acceptable, the Contractor has the option of using any product and
manufacturer combination listed. However, the contractor shall be aware that the
cited examples are used only to denote the quality standard of product desired and
that they do not restrict to a specific brand, make, manufacturer or specific name; that
they are used only to set forth and convey the general style, type, character and
quality of product desired; and that equivalent products will be acceptable.
Substitution of materials, items or equipment of equal or equivalent design shall be
submitted to the architect or engineer for approval or disapproval.
e) If at any time during the construction and completion of the work covered by these
contract documents, the conduct of any workman of the various crafts be adjudged a
nuisance to the Owner or if any workman be considered detrimental to the work, the
Contractor shall order such parties removed immediately from the site.
f) The contractor shall designate a foreman/superintendent who shall direct the work.
3.0 Erosion and Sediment Control
a) The contractor will provide suitable erosion and sediment control measures so as to
prevent sediment from leaving the site. Maintenance of erosion and sediment control
measures is required at all times. The contractor shall have certified erosion and
sediment control personnel on site at all times. All NPDES, GSWCC and City of
Milton guidelines should be followed.
b) All erosion and sediment control work shall be performed in accordance with the
standards provided in the Georgia Manual for Erosion and Sediment Control in
Georgia, latest edition.
c) Provide double row of Type C silt fence along the down slope side of all disturbed
areas or as may be indicated on the construction documents. All barriers shall be in
place prior to any land disturbing activities.
d) Silt fences and hay bale barriers shall be cleaned or replaced and maintained in
functional condition until permanent erosion control measures are established. All silt
fences and other temporary measures will be removed by the contractor/developer
when the site is stable.
e) Silt fence fabric shall be comprised of Ga. Department of Transportation qualified
products Section 171, type “C”, for silt fence fabric. Type “A” silt fence fabric and
construction may be allowed with prior written approval from the land development
inspector or where specified on the construction documents.
f) Temporary vegetation and/or heavy mulch will be used to stabilize areas. In no case
shall a site be left bare for more than fourteen (14) days.
g) No clearing beyond the limits of disturbance shown on the approved plans shall be
allowed without approval.
h) Provide matting, temporary and permanent seeding of all slope faces.
i) Provide a minimum of ½ inch of mulching, temporary and permanent seeding of all
other disturbed areas.
j) Provide Storm Drain Outlet protection (St) per the Manual for Erosion and Sediment
Control at stormwater system discharge points.
4.0 Earthwork
a) The area within the typical grading section shall be cleared of all trees, brush, stumps,
logs, grass roots, vegetable matter, poles, stubs, rubbish, refuse dumps, sawdust piles,
and all other matter resting on or protruding through the original ground surface or
appearing or being placed on the area within the typical grading section before final
acceptance of work.
b) All depressions below the ground surface containing water shall be drained,
unsuitable material removed and filled with suitable material and compacted to the
ground surface before the embankment proper is begun. Any area deemed
jurisdictional under federal, state or local regulations shall obtain required approvals
or permits prior to any land disturbing activities in those areas.
c) Sub-grade preparation shall be in accordance with GDOT specifications and these
regulations.
d) If any sections of the sub-grade are composed of topsoil, organic, or other unsuitable
or unstable material, such material shall be removed and replaced with suitable
material and then thoroughly compacted as specified for fill or stabilized with stone
or a geo-textile or geo-grid.
e) Fill shall be placed in uniform, horizontal layers not more than 8" thick (loose
measurement). Moisture content shall be adjusted as necessary to compact material to
95% maximum laboratory dry density as determined by AASHTO method T-99.
f) After the earthwork has been completed, all storm drainage, water, and sanitary sewer
utilities have been installed within the right-of-way as appropriate, and the backfill in
all such ditches thoroughly compacted, the sub-grade shall be brought to the lines,
grades, and typical roadway section shown on the plans.
g) Provisions shall be made by the contractor to ensure adequate drainage and prevent
possible damage to the work area.
5.0 Utilities
a) The contractor shall be required to coordinate and manage any and all utility locates
and/or relocations within the scope of this project.
6.0 Performance
a) All work performed shall be in accordance City of Milton and GDOT Construction
Standards and specifications. The contractor will adhere to all current State and
Federal construction safety regulations, including OSHA regulations. The Contractor
will conform to MUTCD and the State of Georgia Department of Transportation
standards for traffic control. The Contractor must maintain a safe work zone for their
employees, pedestrians, and vehicular transportation. All work shall be inspected and
approved by the City of Milton Department of Public Works (MDPW).
7.0 Safety Requirements
a) The Contractor shall be responsible for the entire site and the construction of the same
and provide all the necessary protections as required by laws or ordinances governing
such conditions and as required by the Owner or Designer. He shall be responsible for
any damage to the Owner's property or that of others on the job, by himself, his personnel
or his subcontractors, and shall make good such damages. He shall be responsible for
and pay for any claims against the Owner arising from such damages.
b) The Contractor shall provide all necessary safety measures for the protection of all
persons on the work. Contractor shall clearly mark or post signs warning of hazards
existing, and shall barricade excavations and similar hazards. He shall protect against
damage or injury resulting from falling materials and he shall maintain all protective
devices and signs throughout the progress of the work.
8.0 Wetlands and Stream Buffers
a) No work shall be permitted within any designated wetland or stream buffer area without
prior approval of the City of Milton. Wetland areas and Stream buffers shall be
designated by the City of Milton prior to the issuance of a notice to Proceed.
9.0 Codes, Permits, and Inspections
a) The Contractor shall obtain the required permits, if required, give all notices, and comply
with all laws, ordinances, codes, rules and regulations bearing on the conduct of the work
under this contract. If the Contractor observes that the drawings and specifications are at
variance therewith, he shall promptly notify the Designer in writing. If the Contractor
performs any work knowing it to be contrary to such laws, ordinances, codes, rules and
regulations, and without such notice to the Owner, he shall bear all cost arising there
from.
10.0 Clean up
a) The Contractor shall keep the sites and surrounding area reasonably free from rubbish
at all times and shall remove debris from the site from time to time or when directed
to do so by the Owner. Before final inspection and acceptance of the project, the
Contractor shall thoroughly clean the sites, and completely prepare the project and
site for use by the Owner.
EXHIBIT “H”
FINAL AFFIDAVIT
TO CITY OF MILTON, GEORGIA
I, _______________________________, hereby certify that all suppliers of materials, equipment
and service, subcontractors, mechanics, and laborers employed by Bartow Paving Company, Inc.
or any of its subcontractors in connection with the construction of the New Providence Road
Stormwater Improvements 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
Bartow 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 “I”
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.
6. Incorporation of Provisions
The Contractor shall include the provisions of paragraphs (1) through (6) in every
subcontract, including procurement of materials and leases of equipment, unless exempt by
the Regulations, or directives issued pursuant thereto.
The Contractor shall take such action with respect to any subcontractor or procurement as the
(Recipient) or the Federal Highway Administration may direct as a means of enforcing such
provisions including sanctions for noncompliance: Provided, however, that in the event a
Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier
as a result of such direction, the Contractor may request the (Recipient) enter into such litigation
to protect the interests of the state and, in addition, the Contractor may request the United States
to enter into such litigation to protect the interests of the United States
R
HOME OF'
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of an Agreement between the City of Milton and Special Events
Network, LLC for the Movies at the "Flicks & Food Trucks" Summer
Event Series on June 6, July 11, and August 1, 2015.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER. VAPPROVEI
CITY ATTORNEY APPROVAL REQUIRED
CITY ATTORNEY REVIEW REQUIRED
O NOT APPROVED
VYES {) NO
VYES
{) NO
APPROVAL BY CITY ATTORNEY (� APPROVED (j NO P O D
PLACED ON AGENDA FOR: ]]]��\ i
REMARKS
© AP You( * P
Green
C'1>'0' *
PHONE: 678.242.2500 1 FAX: 678.242.2499 Community $
.E,hice
info@cityofmiitongu.us I www.cityofmiltonga.us ,,Bch
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004
To: Honorable Mayor and City Council Members
From: Courtney Spriggs, Public Outreach Coordinator
Date: Submitted on May 7, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of an Agreement between the City of Milton and Special Events
Network, LLC for the Movies at the “Flicks & Food Trucks” Summer Event
Series on June 6, July 11, and August 1, 2015.
Department Recommendation:
Approval.
Executive Summary:
The City of Milton will host three outdoor movie events as part of our “Flicks & Food Trucks”
summer event series through Special Events Network on June 6, July 11 and August 1, 2015 at
Friendship Community Park from 7:00 p.m. to 11:30 p.m. each day. June 6th is “Ghostbusters”;
July 12th is “The Goonies”; and August 2nd is “Grease.”
Funding and Fiscal Impact:
Budgeted FY15
Special Events Network has secured B98.5 FM as an event sponsor to cover the full expense of
the August 1 movie. The City is responsible for the cost of the June 6 and July 11, 2015 films
($3,100 plus licensing), providing the event venue, securing food trucks, marketing, handling
security, trash and parking as needed. Additional expense to the City will be the staff time and
rental of restroom facilities.
Alternatives:
N/A
Legal Review:
Paul Higbee – Jarrard & Davis (4/22/13)
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
An agreement between the City of Milton and Special Events Network, LLC for the Movies at
the “Flicks & Food Trucks” Summer Event Series on June 6, July 11 and August 1, 2015.
1
CITY LICENSE AGREEMENT
In consideration of the mutual promises made herein, this License Agreement is entered into on this
_____ day of May, 2015 by and between The City of Milton, Georgia (hereinafter “City”) and
Special Events Network, LLC (hereinafter “SEN”); the parties do hereby agree as provided below.
1. Licensed Use:
a. City hereby licenses to SEN and SEN hereby licenses from City the use of the Friendship
Community Park grounds (located at 12785 Birmingham Highway, Milton, Georgia 30004, the
“Premises,” being property of the Fulton County Board of Education used by the City pursuant to a
Use Agreement) for motion picture performances (hereinafter referred to collectively as the
“Attraction”) on June 6 (“Ghostbusters”), July 11 (“The Goonies”) and August 1, 2015 (Grease),
from 7:00 pm to 11:30 pm each day. SEN may begin setup activities each day at 5:00 pm and shall
vacate the property no later than midnight each day. This Agreement shall terminate at 11:30 pm on
August 1, 2015.
b. Notwithstanding any contrary provision hereunder, City shall have the right to take any
actions necessary to prevent the creation of any nuisance to adjacent property owners due to SEN’s
presentation of the Attraction, including but not limited to reducing the amplification or volume of
any speakers or sound system associated with the Attraction.
2. Services Provided by City:
a. City will designate who shall be responsible to SEN as official agent of City.
b. City agrees to allow SEN to present the Attraction and to furnish for that purpose the
Premises (i.e. a flat, 50’ x 50’ grassy area clear of overhead power lines or trees, such area to be
accessible by vehicle with trailer), and restroom facilities. City will provide reasonable traffic control
and security.
c. The Premises shall become available to SEN for the taking in of equipment as
outlined above. City shall provide SEN notification and/or marking of any underground utilities on
the Premises, such as cables and sprinklers. City will ensure that any sprinklers are turned off during
use of the Premises by SEN.
d. City will promote the Attraction through reasonable advertising and on the City’s
website.
e. City will provide adequate trash receptacles throughout the Premises, which shall be
maintained and kept clean by City. City will provide clean up of the Premises after each Attraction.
f. City retains the right and may exercise at any time supervision of the Premises during
any time SEN has licensed the aforementioned space, so long as it does not interfere with the normal
2
workings of SEN. City will designate a person(s) to SEN who shall be responsible for said
supervision.
3. Services Provided by SEN:
a. SEN will designate who shall be responsible to City as official agent of SEN.
b. SEN agrees to furnish the Attraction (via a 36 foot outdoor cinema system with
portable generator, and set up, operation and removal of same) for presentation at the Premises for
$3100 (thirty-one hundred dollars) for the June 6 and July 11, 2015 Attraction and at no cost
whatsoever to City, including, but not limited to, the legal permission of the copyright owner, and
everything necessary to the Attraction not herein agreed to be furnished by City for the August 1,
2015 Attraction. SEN’s funding for the Attraction will be from third party sponsors approved by
City. Equipment of SEN shall remain at all times the sole and exclusive property of SEN, and the
City shall have no right, title, or interest therein or thereto, except as may be expressly set forth
otherwise in this Agreement.
c. SEN will not deliver any physical materials for the Attraction until the time that they
are scheduled to be received at the Premises, unless City provides SEN with prior written
authorization to do so. All materials belonging to the Attraction must be removed promptly after the
event, unless otherwise agreed upon by both parties. City shall not be held responsible for any
property of SOC that is left on the Premises.
d. All expenses incurred by City directly or indirectly as a result of the use of the
Premises by SEN, excepting only those expenses or costs specifically set forth in this Agreement as a
responsibility of City, shall be paid by SEN. Normal usage and wear to Premises and parking lot,
and/or expenses incurred or caused by patrons in attendance of the Attraction, are sole responsibility
of City.
e. SEN shall comply immediately with all directives of City and the Fulton County
Board of Education in regard to health, safety and security matters at the Premises and with all
written rules and regulations relating to the Premises. This provision shall be enforceable by City,
and failure of SEN to comply with the terms thereof shall be grounds for immediate termination of
this Agreement by City.
f. SEN shall comply with all rules and regulations governing of City and the Fulton
County Board of Education and with all rules, laws, ordinances, regulations and orders of
governmental authorities, including non-discrimination requirements. City shall not be liable to SEN
for damages resulting from any diminution or deprivation of SEN’s rights under this Agreement on
account of the exercise of any such authority as provided in this paragraph.
g. SEN shall indemnify, save and hold harmless City and the Fulton County Board of
Education from any liability, damages or claims resulting from:
i. the violation or infringement of any copyright, patent, trademark, or similar
3
intellectual property right, right of privacy or other statutory or common law
right of any person, firm or corporation;
ii. the defamation of any person, firm, or corporation;
iii. any and all loss and/or damage to the City or its property caused by the SEN
and/or by participants in any performance of the Attraction; or
iv. Injury to personal property or the person of, or the death of, any individual
present on the Premises.
4. Special Provisions:
a. In the event an Attraction is prevented or rendered impossible or infeasible by any act
or regulation of any public authority or bureau, tumult, strike, epidemic, interruption in or delay of
transportation, war condition or emergencies, or any other cause beyond the control of SEN or City,
it is understood and agreed that there shall be no claims for damages by either party to this
Agreement, and SEN’s obligation to provide any such Attraction shall be deemed waived. The
parties agree that any time during the event that the weather looks threatening (i.e. imminent rain,
rain, looming thunder clouds, or dangerous winds capable of damaging equipment) SEN reserves the
right to protect its own equipment by canceling setup/production. The parties agree that SEN
reserves the right to delay setup or pause the production until suitable weather conditions exist. City
and SEN agree to decide by noon on the day of the Attraction to reschedule or continue the
Attraction due to weather conditions. Conditions that would cause a weather cancellation are
defined as 40% chance of rain, wind gusts above 24 mph, and continual rain / thunder showers. The
source of weather condition information will be www.weather.com. If, due to weather, an Attraction
is rescheduled before equipment setup, the Attraction will be rescheduled on a mutually agreed upon
date within thirty (30) days. If an Attraction is cancelled after equipment setup, the Attraction will
not be rescheduled.
b. In the event SEN refuses or neglects to provide any of the items herein stated, or fails
or refuses to make any of the payments as provided herein or to proceed with the Attraction, City
shall have no obligation to perform this Agreement.
c. Pursuant to O.C.G.A. § 50-36-1, the City must obtain a SAVE Affidavit and a secure
and verifiable document evidencing SEN’s legal status in the Country each time that Contractor
obtains a public benefit, including any contract, from the City. Contractor 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 “A”, and submitted such affidavit to 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 SEN’s legal status, to the City either in person or electronically (in
compliance with the Uniform Electronic Transactions Act). Contractor 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).
d. SEN shall maintain during the term of this Agreement insurance (naming the City and
the Fulton County Board of Education as additional insured) as described in Exhibit “B,” attached
4
hereto and incorporated herein by reference.
This Agreement shall not be changed, modified or varied except by a written statement signed
by all parties hereto. Neither party may assign this Agreement without the express written
consent of the other party. Each of the individuals who executes this Agreement agrees and
represents that he is authorized to execute this Agreement on behalf of the respective entity.
Accordingly, City and SEN both waive and release any right to contest the enforceability of this
Agreement based upon the execution and/or approval thereof. SEN acknowledges that SEN’s
relationship to City with respect to this Agreement is that of an independent contractor and not an
employee of City and that this Agreement creates no joint venture between City and SEN.
IN WITNESS HEREOF the parties hereto have set hands and seals the day and year first above
written:
For the City For SEN:
_____________________________ _____________________________
Name/Title: Bruce Piefke, CEO
City of Milton, Georgia Special Events Network, LLC
13000 Deerfield Parkway, Suite 107 2030 Powers Ferry Rd, Suite 234
Milton, GA 30004 Atlanta, GA 30339
5
EXHIBIT “A”
STATE OF GEORGIA
CITY OF MILTON
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) _________ 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:
_______________________________________________________________________.
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 ___________________ (city), __________________(state).
____________________________________
Signature of Applicant
____________________________________
Printed Name of Applicant
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
___ DAY OF ___________, 20____
_________________________
NOTARY PUBLIC
My Commission Expires:
____________________________________
R
HOME OF'THE BEST QUAI.ITY J 1.1��: IN GEO.�GIA'
M.
I LTON*k
ESTABLISHED 2000
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 11, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Change Order to the Professional Services Agreement
between the City of Milton and Town Planning & Design LLC to Develop a
Conservation Subdivision Ordinance.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: (APPROVED O NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: YES (J NO
CITY ATTORNEY REVIEW REQUIRED: {�j YES (j NO
APPROVAL BY CITY ATTORNEY k)APPROVED ` O NOT APPROVED
PLACED ON AGENDA FOR:
REMARKS
® Your ***
PHONE. 678.242,25001FAX: 678.242.2499it@til Cernfin]* a�o�
infoftityofmilfonga.us i www.cifyofmilfonga.us WI LPLIF, Community ("Ph; ,'
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004�''e``
To: Honorable Mayor and City Council Members
From: Michele McIntosh-Ross, Principal Planner
Date: Submitted on May 11, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Change Order to the Professional Services Agreement between the
City of Milton and Town Planning & Design LLC to Develop a Conservation
Subdivision Ordinance.
______________________________________________________________________________
Department Recommendation:
Approval.
Executive Summary:
Town Planning & Design LLC was hired to conduct the public input process and develop a
conservation subdivision ordinance for the city. The public has requested additional public input
meetings, which requires a change order to the original scope of work.
The intent of a conservation subdivision is to allow residential units to be situated on a property
in a configuration that would conserve more acres of contiguous open and green space than the
current zoning categories and subdivision regulations allow. To further the conservation goals of
the city of Milton, establishing a conservation subdivision ordinance can be an additional option
for conserving the rural character of Milton.
Funding and Fiscal Impact:
$29,900.
Alternatives:
None.
Legal Review:
Ken Jarrard – Jarrard & Davis 05-07-2015
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
Contract & Change Order # 1
CHANGE ORDER #1
FOR PROFESSIONAL SERVICES AGREEMENT
CONSERVATION SUBDIVISION ORDINANCE
WHEREAS, the City of Milton, Georgia and Town Planning & Design LLC (“Consultant”) have entered into a
Professional Service Agreement (the “Agreement”) dated December 1, 2014, incorporated herein by reference;
and
WHEREAS, the parties desire to issue a change order pursuant to Section 1.0 of the Agreement, it being to the
mutual benefit of all parties to do so, as set forth herein for the reasons and consideration set forth herein.
NOW THEREFORE, the parties hereto agree to amend the Agreement as follows:
1. Section I. Deliverables / Tasks: Scope of Work Exhibit “A” of the Agreement by adding a brief report (10pp.
or less) summarizing Conservation Subdivision project feasibility, real estate market experience; and fiscal
impacts to local government.
2. Section II. Public Process - Attendance at Meetings: Scope of Work Exhibit “A” of the Agreement is
amended by adding three (3) Public Information Workshop Meetings; one (1) Planning Commission Meeting;
one (1) workshop meeting with City Council; and one (1) City Council Meeting:
Public Information Workshop Meeting Dates
o Wednesday May 20, 2015 at 6:30pm Milton City Hall
o Saturday May 30, 2015 at 10:00am Milton City Hall
o Wednesday June 10, 2015 at 6:30pm Alpharetta Courthouse
These meetings will consist of a presentation by Town Planning & Design giving an overview of
Conservation Subdivision design principles and impacts to be followed by either group discussions
and/or round table discussion of particular ordinance provisions and alternatives. The objectives is to
reach as much of a consensus as possible.
Planning Commission / City Council Meeting Dates
o June 24 – Planning Commission Meeting
o July 13 – workshop meeting with City Council
o July 20 – City Council meeting
A draft ordinance will be presented at these meetings.
3. Section 1.0 Scope of Work; Compensation: Compensation of the Agreement is amended by replacing
“…$17,250…” with “…$29,900…”.
4. It is agreed by the parties hereto that all of the other terms and conditions of the Agreement, including all
unamended portions, shall remain in full force and effect other than as modified herein. Upon execution by all
parties, this Change Order shall be attached to and form a part of said Agreement.
IN WITNESS WHEREOF, the parties hereto have caused this Change Order to be duly executed by their duly
authorized offices as of the day and year set forth next to each signature.
[SIGNATURE ON FOLLOWING PAGE]
Town Planning & Design, LLC
Signature: __________________________
Printed Name: _______________________
Title: _______________________________
SIGNED, SEALED, AND DELIVERED
in the presence of:
._______________________________
Witness – Corporate Secretary
._______________________________
Notary Public
[NOTARY SEAL]
My Commission Expires
.______________________________
CITY OF MILTON:
.______________________________
By: ___________________________
Its: ___________________________
SIGNED, SEALED, AND DELIVERED
in the presence of:
. __________________________
Witness
.___________________________
Notary Public
[NOTARY SEAL]
My Commission Expires:
.________________________________
1
PROFESSIONAL SERVICES AGREEMENT
Conservation Subdivision Ordinance
This Agreement made and entered into this 1st day of December, in the year 2014, by and
between The City of Milton, Georgia (sometimes referred to herein as the “City”), having its
principle place of business at 13000 Deerfield Parkway Suite 107G, Milton GA 30004 and Town
Planning & Design LLC (“Consultant”) having its principle place of business at 1786
Alderbrook Rd. NE Atlanta, GA 30345.
WHEREAS, the City of Milton will require certain professional services beginning on
December 1, 2014; and
WHEREAS, the City’s Purchasing Polic y authorizes the procurement of professional
services contracts of $30,000.00 or less; and
WHEREAS, the City has determined that this Agreement constitutes such professional
services;
NOW THEREFORE, in consideration of the mutual covenant and promises contained
herein, the parties agree as follows:
1.0 Scope of Work; Compensation
The Consultant agrees to provide all Services specified in Exhibit “A,” attached hereto and
incorporated herein by reference, for the compensation described therein. No payments will be
made for unauthorized work. Invoices should be submitted to Honor Motes, 13000 Deerfield
Parkway, Milton GA 30004, for approval. Payment will be sent to the designated address by U.
S. Mail only; payment will not be hand-delivered.
City agrees to pay Consultant for the services performed and costs incurred by Consultant upon
the City’s certification that the services were actually 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 a lump
sum fee of $17,250 (the “Contract Price”) without prior written approval from the City.
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
2
without disregarding sound principles of Consultant’s industry, Consultant will give written
notice thereof immediately to the City.
2.0 Independent Contractor
2.1. The Consultant is an independent Contractor. The Consultant is not an employee, agent
or representative of the City of Milton. The Consultant shall obtain and maintain, at the
Consultant’s expense, all permits, license or approvals that may be necessary for the
performance of the services.
2.2 Inasmuch as the City of Milton and the Consultant are entities 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 parities hereto. The Consultant agrees not to represent itself as the City’s agent for any
purpose to any party or to allow any employee of the Consultant 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 Consultant shall assume full liability for any contracts or agreements the
Consultant enters into on behalf of the City of Milton without the express knowledge and prior
written consent of the City.
3.0 Indemnification
The Consultant covenants and agrees to take and assume all responsibility for the Work rendered
in connection with this Agreement. The Consultant shall bear all losses and damages directly or
indirectly resulting to it and/or the City on account of the performance or character of the Work
rendered pursuant to this Agreement. Consultant 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
“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 Consultant, any subcontractor,
anyone directly or indirectly employed by the Consultant or subcontractor, or anyone for whose
acts the Consultant 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 Consultant, any
subcontractor, anyone directly or indirectly employed by the Consultant or subcontractor, or
anyone for whose acts the Consultant 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 Consultant or any
subcontractor under workers’ or workmen’s compensation acts, disability benefit acts, or other
3
employee benefit acts. This obligation to indemnify, defend, and hold harmless the City and
City Parties shall survive expiration or termination of this Agreement, provided that the claims
are based upon or arise out of actions that occurred during the performance of this Agreement.
Notwithstanding the foregoing, the indemnification obligation of the Consultant under this
section 3.0 shall not extend to any claims that may be asserted against the City because of its
consideration or adoption of an ordinance drafted by Consultant.
4.0 Insurance
Consultant shall maintain in effect during the term of this Agreement insurance coverages, at a
minimum, as shown on Exhibit “B,” attached hereto and incorporated herein by reference.
Consultant shall be responsible for insuring all vehicles operating on behalf of Consultant and for
the provision of health insurance coverage for all individuals acting on behalf of Consultant.
5.0 Term; Termination
The term of this Agreement shall be from Monday December 1, 2014 and shall terminate
absolutely and without further obligation on the part of the City upon Consultant’s completion of
services described herein, but no later than December 31, 2014, provided that this Agreement,
absent written notice of non-renewal provided by the City to Consultant at least thirty (30) days
prior to December 31, 2014, shall automatically renew on January 1, 2015 to December 31,
2015. The City may terminate this Agreement upon a breach of any provision of this Agreement
by Consultant and Consultant’s subsequent failure to cure such breach within fifteen (15) days of
receipt from the City of a written notice of the breach. Title to any supplies, materia ls,
equipment, or other personal property shall remain in the Consultant until fully paid by the City.
6.0 Compliance with All Laws and Licenses
The Consultant must obtain all necessary licenses and comply with local, state and federal
requirements. The Consultant shall comply with all laws, rules and regulations of any
governmental entity pertaining to its performance under this Agreement.
7.0 Assignment
The Consultant shall not assign or subcontract the whole or any part of this Agreement without
the City of Milton’s prior written consent.
8.0 Amendments in Writing
No amendments to this Agreement shall be effective unless it is in writing and signed by duly
authorized representatives of the parties.
9.0 Expertise of Consultant
4
Consultant 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
Consultant under this Agreement.
10.0 Governing Law
This Agreement shall be governed in all respects by the laws of the State of Georgia.
11.0 Interpretation of Documents
In the event of a conflict in language between this Agreement and any exhibit to this Agreement,
the provisions most favorable to the City shall govern.
12.0 Entire Agreement
This Agreement constitutes the entire Agreement between the parties with respect to the subject
matter contained herein; all prior agreements, representations, statements, negotiations, and
undertakings are suspended hereby. Neither party has relied on any representation, promise, nor
inducement not contained herein.
13.0 Waiver of Agreement
The City’s failure to enforce any provision of this Agreement or the waiver in a particular
instance shall not be construed as a general waiver of any future breach or default.
14.0 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.
15.0 Notices
All other notices, writings or correspondence as required by this Agreement 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, unless a substitute address shall first be
furnished to the other Parties by written notice in accordance herewith:
NOTICE TO THE CITY shall be sent to:
City Manager
City of Milton
13000 Deerfield Parkway, Suite 107F
Milton, Georgia 30004
5
NOTICE TO THE CONSULTANT shall be sent to:
Donald J. Broussard
Town Planning & Design LLC
1786 Alderbrook Rd. NE
Atlanta, GA 30345
16.0 No Personal Liability
No member, official or employee of the City shall be personally liable to the Consultant 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 Consultant or successor or on any obligation under the terms of this
Agreement. Likewise, Consultant’s performance of services under this Agreement shall not
subject Consultant’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 Consultant or the City, respectively, and not against any employee, officer,
director, or elected or appointed official.
17.0 Employment of Unauthorized Aliens Prohibited
(1) E-Verify Affidavit
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
Exhibit “C” and Exhibit “D” (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 “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
6
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 “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.
___X_ 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.
7
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.
18.0 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 18.0 in
every subcontract for services contemplated under this Agreement.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed by
their duly authorized officers as of the day and year set forth next to each signature.
Approved as to form:
_______________________________
City Attorney
TOWN PLANNING & DESIGN LLC.
Signature: __________________________________
Printed Name: _______________________________
Member/Manager
SIGNED, SEALED, AND DELIVERED
in the presence of:
___________________________
Witness
_____________________________
Notary Public
[NOTARY SEAL]
My Commission Expires:
_____________________________
CITY OF MILTON:
By: _____________________________
8
Its: _____________________________
[CITY SEAL]
SIGNED, SEALED, AND DELIVERED
in the presence of:
_____________________________
Witness
_____________________________
Notary Public
[NOTARY SEAL]
My Commission Expires:
_____________________________
9
Exhibit “A”
Scope of Work
I. Deliverables / Tasks
1. Draft City of Milton Conservation Subdivision Ordinance.
2. Draft standard design drawings for roads and green space of the Conservation
Subdivision.
3. Provide PowerPoint slide presentation for public meetings demonstrating the
Conservation Subdivision recommendations.
4. Make revisions to draft ordinance based on input from public, Planning Commission and
City Council.
5. Attend Meetings (2) with city and county officials regarding the street and waste
treatment standards that will allow and support the development of conservation
subdivisions in Milton.
6. Revise PowerPoint slide presentation as needed.
Subtotal $6,450
II. Public Process: Attendance at Meetings
Public Information Meeting (informal) Thursday, December 11, 2014
Community Zoning Information Meeting Tuesday, January 27, 2015
Planning Commission work session Wednesday, February 25, 2015
Planning Commission Regular Meeting Wednesday, March 25, 2015
City Council Work Session Monday, April 20, 2015
City Council (consideration for adoption) Monday, April 27, 2015
Subtotal $10,800
TOTAL Not to Exceed $17,250
Provisions
1. Record keeping at all public meetings will be by the City of Milton
2. Reproduction of handouts for all meetings will be the responsibility of the Community
Development Department or shall be reimbursable at cost plus 10% if produced by
Town Planning & Design.
10
3. Town Planning & Design LLC will bill monthly hours at a rate of $150 per hour for each
professional planner for time expended. Time expended for meetings other than those
listed above shall be billable at that same rate.
4. Completion of the assignment is anticipated by March 31, 2015.
11
EXHIBIT “C”
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 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:
_________________________________
Federal Work Authorization User Identification
Number
_________________________________
Date of Authorization
_________________________________
Name of Contractor
_________________________________
Name of Project
_________________________________
Name of Public Employer
I hereby declare under penalty of perjury that the
foregoing is true and correct.
Executed on ______, ___, 201__ in _____(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
[NOTARY SEAL]
My Commission Expires:
________________________________
12
EXHIBIT “D”
STATE OF GEORGIA
CITY OF MILTON
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 Town Planning &
Design, LLC 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 servi ces 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 da ys 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
_________________________________
Date of Authorization
_________________________________
Name of Subcontractor
_________________________________
Name of Project
_________________________________
Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is
true and correct.
Executed on ______, ___, 201__ in _____(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
[NOTARY SEAL]
My Commission Expires:
_______________________________
M
HOME OF'
E STA B L I S H E D 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 12, 2015
FROM: City Manager
AGENDA ITEM: Approval of a Construction Services Agreement between the City of
Milton and Tri Scapes, Inc. for the Re -Sodding of Three Rectangular
Athletic Fields
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: VAPPROVED (} NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: V YES O NO
CITY ATTORNEY REVIEW REQUIRED: kES () NO
APPROVAL BY CI TY ATTORNEY APPROVED (} NOT APPROVED
PLACED ON AGENDA FOR: 0 S - I g
REMARKS
©vyours ***
PHONE: 678.242.25001 FAX: 678,242.2499 G r"'e, E 11 i`Certified * 7oP ���
infoCi?cityofmilfonga.us I www.cityofm€Itonga.us WILDLIt1 COMMUnit ■� y y, Etnics�
13000 Deerfield Porkwoy, Suite 107 1 Milton GA 30004
Page 1 of 2
To: Honorable Mayor and City Council Members
From: Jim Cregge, Parks and Recreation Director
Date: Submitted on May 11, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of a Construction Services Agreement between the City of Milton and
Tri Scapes, Inc. for the Re-Sodding of Three Rectangular Athletic Fields
____________________________________________________________________________
Department Recommendation:
Staff is recommending the approval of a Construction Services Agreement between the City of
Milton and Tri Scapes, Inc. for the re-sodding of three rectangular athletic fields that we have an
IGA with the Fulton County Board of Education.
Executive Summary:
There are three schools which we have an IGA with the Fulton County Board of Education
where the grass turf is in need of replacement due to excessive use. The fields are located at
Hopewell Middle School (the rectangular multi-purpose field), Cogburn Woods Elementary
School and Friendship Community Park at Crabapple Crossing Elementary School. An
invitation to bid #15-PR01 was released to the public for 30 days and it was properly advertised.
The low bidder was Tri Scapes, Inc., a qualified vendor who has performed work successfully in
the past for the City.
Funding and Fiscal Impact:
The fee of $48,772.25 is within the budgeted price that was planned for in the FY15 budget. This
will be paid with available funds from the Grounds Repair and Maintenance line item in the
FY15 Operations and Maintenance budget.
Page 2 of 2
Alternatives:
There are two alternatives. The first is to attempt to restart these fields by re-seeding instead of
re-sodding. That effort was attempted last year without success. The second is to take no action
and not improve the fields which would violate our maintenance responsibilities under the IGA
with the School Board.
Legal Review:
Paul Higbee – Jarrard & Davis (May 4, 2015)
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
1) Construction Services Agreement Contract
HOME OF 'THE BEST QUAY`( OF LIFE IN GEORGIA'
MILTON *t
ESTRBLIS1 [ED 2006
CONSTRUCTION SERVICES AGREEMENT
FOR
Rectangular Athletic Field Re -Sodding
This Agreement the "Agreement") to provide re -sodding of three athletic fields is made
and entered into this day o, 2015, 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"), Tri Scapes, Inc., a Georgia
corporation with its principal place of business located at 1595 Peachtree Parkway, Suite 204 -
396 Cumming, Georgia 30041 (hereinafter referred to as the "Contractor").
WITNESSETH:
WHEREAS, the City issued an Invitation to Bid for the Rectangular Athletic Field Re -
Sodding, and
WHEREAS, based upon Contractor's bid to re -sod three athletic fields 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 (54 Pages), attached hereto as Exhibit "A";
C. Bid from Contractor dated April 30, 2015 (19 Pages), attached hereto as Exhibit
IT";
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. 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
J. 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 replacement of the sod on the athletic
fields at Hopewell Middle School, Cogburn Woods Elementary School and Friendship
Community Park located adjacent to Crabapple Crossing Elementary School.
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 30 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
2
A. The total amount paid under this Agreement shall not, in any case, exceed
$48,772.25 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
Proposal 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. § 44-14-366.
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
3
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
C!
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
k(Ak,N Q shall be authorized to act on
5
Contractor's behalf with respect 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.
I. 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.
6
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.
VA
(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.
E
(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.
(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 the Contractor shall
provide evidence on City -provided forms, attached hereto as Exhibits "E" and "17"
that it and Contractor'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 Contractor's and Contractor's
subcontractors' verification process to determine that the verification was correct
10
and complete. The Contractor and Contractor'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 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 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 its 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 order the
Contractor to terminate or require its subcontractor to terminate that person's
employment immediately and to report same to the Department of Homeland
Security. The Contractor's failure to terminate the employee, or otherwise
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.
Compliance with the requirements of O.C.G.A. § 13-10-91 and Rule 300-10-1-.02
is mandatory.
Contractor agrees that, in the event the Contractor employs or contracts with any
subcontractor(s) 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.
Contractor'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 "E."
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.
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
11
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
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 Permits
The Contractor covenants and declares that it has obtained all diplomas,
12
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. Reserved
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
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 8 Covenants of the City
13
A. Right of Entry
The City shall provide for right of entry for Contractor and all necessary
equipment in order for Contractor to complete the Work.
B. Cit Representative
Jim Cregge 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 one year 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 one-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
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.
14
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:
NOTICE TO CITY shall be sent to:
City of Milton
Attn: City Manager
13000 Deerfield Parkway, Suite 107F
Milton, Georgia 30004
15
NOTICE TO CONTRACTOR shall be sent to:
Tri Scapes, Inc. Attn: Rebecca Martin 1595 Peachtree Parkway, Suite204
— 396, Cumming, GA 30041
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
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 FOLLOWING PAGE]
16
SIGNED WkLkD, AND DELIVERED
In the pres nce of
Witness (Corporate Secretary should attest)
u i n n M cw-fl el
Print Name
N
:4 � Cly W d =
'f�iis�i ire 0 =
Ujz
CD
'
����� pKEE tCOv ,`�♦`
SIGNED, SEALED, AND DELIVERED
In the presence of:
/011
/Otaness
Notary Public ♦���W AGO
-•�
Tri; S p9s, Inc.
Signature `,
aULr �t n
Print Name
esI "'K -ICFv
Title
[AFFIX CORPORATE SEAL]
MILTON CITY COUNCIL:
Joe Lockwood, Mayor
[NOTARY SEAL]
My Commission Expires:
/.Z�- /�
♦i
joi t. ,• SS16 Q
C
�p%
:•d, Ff'• Z i
�v9 'o(/8UG
Imo' •. ARY 26,tx 4 �
EXHIBIT "A"
REQUEST FOR BID
HOME OF T -E 6r.S1QJAMY OF t1FE IN=—RGL4' CITY OF MILTON
MILTON)� EVaTATION TO BID
ESTABLISI I ED 2IX6
(THIS IS NOT AN ORDER)
Bid Number:
Project Name:
15-PRO1
FY15-PROI Rectangular Athletic Field Re -Sodding
Due Date and Time:
City of Milton
April 21, 2015
Local Time: 2:00pm
Number of Pages: 54
I ISSUING DEPARTMENT INFORMATION I
Issue Date:
March 25, 2015
City of Milton
Parks & Recreation Department Phone: 678-242-2500
13000 Deerfield Pkwy, Suite 107F Fax: 678-242-2499
Milton, Ga. 30004 Website: www.eityofmiltonga.us
INSTRUCTIONS' TO BIDDERS
Return Submittal to:
Mark Face of Envelope/Package:
Bidder Phone Number:
Bid Number: 15-PROI
City of Milton
Name of Company or Firm
Attn: Honor Motes, Purchasing Office
13000 Deerfield Pkwy
Special Instructions:
Suite 107F
Deadline for Written Questions
Milton, Ga. 30004
April 7, 2015 at 5:00 pm
Email questions to Honor Motes at
honor. motes i o milton a.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
FYI 5-PROI Rectangular Athletic Field Re -Sodding
Table of Contents
Topic
Definitions
Invitation to Bid
Bidding Instructions (What must be submitted)
Insurance/Bond Requirements
Bid Form and Addenda Acknowledgement
Bid Bond
Qualifications Signature and Certification
Corporate Certificate
List of Subcontractors
Contractor Affidavit and Agreement (eVerify)
Bid Schedule
Disclosure Form
EPD Air Quality Rules
Project Specifications
Schedule of Events
Sample Contract Agreement
Page
3
4
6
7
11
13
16
16
17
18
19
22
23
24
28
29
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
DEFINITIONS
COMPR: City of Milton Parks & Recreation Department
CITY: The City of Milton Director of Parks & Recreation or duly authorized representative.
ADA: Americans with Disabilities Act
EA: Each
SF: Square Feet
OSHA: Occupational Safety and Health Administration
FY15-PRO1 Rectangular Athletic Field Re -Sodding
CITY OF MILTON
Invitation to Bid 15-PROl
The City of Milton is accepting sealed bids from qualified firms for a Re -Sodding of Rectangular
Athletic Fields Project for the Parks & Recreation Department for Hopewell Middle School,
Cogburn Woods Elementary School & Friendship Community Park. All bidders must comply
with all general and special requirements of the bid information and instructions enclosed herein.
It is the bidder's responsibility to periodically check the posted website for new information and
potential changes.
Sealed bids will be received no later than 2:00 PM Local Time on April 21, 2015. Sealed
bids shall be submitted to: City of Milton Attn: Honor Motes, Purchasing Office 13000 Deerfield
Pkwy Suite 107F Milton, Ga. 30004.
At approximately 2:05 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 107F Milton, GA 30004.
Bids received after the above time or in any other location other than the Purchasing Office will
not be accepted. It shall be the bidder's sole risk to assure delivery to the receptionist's desk at
the designated office by the designated time. Late proposals will not be opened and may be
returned to the proposer at the expense of the proposer or destroyed if requested.
Bids shall be presented in a sealed envelope with the bid number (15 -PROD and the name of the
company or firm submitting clearly marked on the outside of the envelope. ONE (1)
ORIGINAL (PAPER) AND THREE (3) 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 Honor Motes at
honor.motesgeityofmiitonga.us. Deadline for questions is April 7, 2015 at S:OOpm. 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 April 14, 2015. 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 (15 -PROD and bid
name (FY15 Rectangular Athletic Field Re -Sodding 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. 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 and responsive Bidder, and in arriving at this decision, full consideration
will be given to the reputation of the Bidder, his financial responsibility, previous City of Milton
experience, and work of this type successfully completed.
Any unauthorized conditions, limitations or provisions attached to the bid, except as may be
provided herein, will render it informal and may cause its rejection. Unbalanced bids may be
subject to rejection.
FY15-PRO1 Rectangular Athletic Field Re -Sodding
A bidder may modify or withdraw its bid by written request, provided that the request is
received by the City prior to the bid due date and time at the address to which bids are to be
submitted. Following withdrawal of its bid, the bidder may submit a new bid provided that the
new bid is submitted prior to the established bid due date and time. No bid may be withdrawn
for a period of sixty (60) days after the date of the bid opening except as permitted by O.C.G.A.
36-91-41 et seq., as amended.
From the date this Invitation to Bid (ITB) is issued until a Bidder is selected, Bidders are not
allowed to communicate with any City staff or elected officials regarding this procurement,
except at the direction of Honor Motes. Any unauthorized contact may disqualify the Bidder from
further consideration. Contact information for the single point of contact is as follows:
Procurement Office: Honor Motes
Address: 13000 Deerfield Parkway, Suite 107F, Milton, GA 30004
Telephone Number: 678-242-2507
E-mail Address: honor.motes@cityofiniltonga.us
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 fifteen (15) 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.
FYI 5-PR01 Rectangular Athletic Field Re -Sodding
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)
11-12
3
Bid Bond (3 pages)
13-14-15
4
Qualification Signature and Certification
16
5
List of Subcontractors
17
6
Contractor Affidavit and Agreement (e Verify) State Law
18
7
Bid Schedule (3 pages)
19-20-21
8
Disclosure Form
22
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 FY15 Rectangular Athletic Field Re -Sodding Contract, 15 -PRO I.
No specification expressed or implied shall be construed as any type of restrictive specification
that would limit competition.
The term of the contract shall be for an initial one-year period with three (3) possible
twelve (12) month extensions. Any contract extensions shall be contingent on satisfactory
performance during the previous time period. No cost increases will be entertained during the
term of the contract. Any proposed increase in costs shall be submitted to the City no less than
ninety (90) days prior to the expiration of the contract for consideration of contract extension.
The City reserves the right to accept or reject any proposed cost increases. The City reserves the
right to cancel the contract at any time with 30 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 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.
FY15-PRO1 Rectangular Athletic Field Re -Sodding
EVALUATION
The City intends to evaluate the ITB on the lowest, best, responsible, and responsive vendor.
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.
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.
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 provided below and included in the CONTRACT
AGREEMENT (Section 7.K).
(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 therefrom.
(c) Workers' Compensation limits as required by the State of Georgia and Employers
Liability limits of $1,000,000 (one million dollars) per accident.
(3) Deductibles and Self -Insured Retentions: Any deductibles or self-insured retentions must
be declared to and approved by the City in writing.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
(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 and City Parties are to be covered as insureds. The coverage shall
contain no special limitations on the scope of protection afforded to the
City or City Parties.
(ii) The Contractor's insurance coverage shall be primary noncontributing
insurance as respects to any other insurance or self-insurance available to
the City or City Parties. Any insurance or self-insurance maintained by the
City or City Parties shall be in 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 or City Parties.
(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 and
City Parties for losses arising from Work performed by the Contractor for
the City for General Liability coverage only.
(b) Workers' Compensation Coverage: 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.
(ii) Policies shall have concurrent starting and ending dates.
(5) Acceptability of Insurers: Insurance is to be placed with insurers authorized to do
business in the State of Georgia and with an A.M. Bests' rating of no less than ANI.
FYI 5-PROI Rectangular Athletic Field Re -Sodding
(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 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 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 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 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) 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, except the City need not be
named as an additional insured and loss payee on any Workers' Compensation policy.
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 furnish 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.
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.
FY15-PRO1 Rectangular Athletic Field Re -Sodding
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.
FY15-PRO1 Rectangular Athletic Field Re -Sodding
[BIDDERS MUST RETURN THIS FORM 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 15-PROI
FY15 Rectangular Athletic Field Re -Sodding 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.
A minimum requirement of experience in Sports Field Renovation and/or School Field
Renovation is needed of two (2) like kind projects within the last five (5) years along with
references.
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 fifteen (15) 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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
(Seal)
[BIDDERS MUST RETURN THIS FORM 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
ATTN: Purchasing Office
13000 Deerfield Parkway, Suite 107F
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.
BIDDER
(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:
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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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.
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
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.
formatted: Default
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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.
FY15-PRO1 Rectangular Athletic Field Re -Sodding
[BIDDERS MUST RETURN THIS FORM 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 Date
Print/Type
Print/Type Company Name Here
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 120
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
[BIDDERS MUST RETURN THIS FORM 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:
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
[BIDDERS MUST RETURN THIS FORM WITH BID RESPONSE]
EXHIBIT "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 I 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 20
Notary Public
My Commission Expires:
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
[BIDDERS MUST RETURN THIS FORM WITH BID RESPONSE]
BID SCHEDULE
SECTION A: INDIVIDUAL FIELD RE -SODDING
ITEM ITEM ESTIMATED UNIT
NUMBER DESCRIPTION UNITS QUANTITY PRICE
Hopewell Middle School SF
15,300
$
(Unit Price in Words)
Cogbum Woods Elementary
School SF
17,800
$
(Unit Price in Words)
Friendship Community Park SF
11,449
$
_(Unit Price in Words)
FY15-PRO1 Rectangular Athletic Field Re -Sodding
SECTION B: BID ALTERNATE #1 — ALL FIELDS
ITEM ITEM ESTIMATED UNIT
NUMBER DESCRIPTION UNITS QUANTITY PRICE
1 Hopewell Middle School SF
15,300
$
(Unit Price in Words)
Cogburn Woods Elementary
2 School SF
17,800
$
(Unit Price in Words)
3 Friendship Community Park SF
11,449
$
(Unit Price in Words)
SECTION B CONSOLIDATED PRICE TOTAL: $
FY 15-PRO1 Rectangular Athletic Field Re -Sodding 1
Actual price to the City will be based on actual quantity multiplied by the bid "Unit Price".
It is the intent of this project for each unit price bid to include all labor, materials, equipment,
tools, transportation, mobilization, and supplies as required as necessary to complete the work
in accordance with the plans, specifications as directed, including, and the terms of this
project.
Number of days to fully 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 SIGNA
PRINT / TYPE NAME
TITLE
FYI 5-PROI Rectangular Athletic Field Re -Sodding
[BIDDERS MUST RETURN THIS FORM 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.
Amount/Value 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:
FY15-PR01 Rectangular Athletic Field Re -Sodding
***NOTICE TO CONTRACTORS***
EPD AIR QUALITY RULES ON OPEN BURNING REFER TO CHAPTER
391-3-1-02-05
For additional/information, please contact:
Georgia Department of Natural Resources
Environmental Protection Division
Air Protection Branch
4244 International Parkway, Suite 120
Atlanta, GA 30354
404/363-7000; 404/362-2534 —FAX
FY15-PRO1 Rectangular Athletic Field Re -Sodding
PROJECT SPECIFICATIONS
4.0 RECTANGULAR ATHLETIC FIELD RE -SODDING SCOPE
4.1 Scone
The contractor shall furnish all materials, equipment, and labor to complete the required
construction as described in its entirety to the specifications as directed and the terms of this
contract including all incidentals as directed by the City of Milton Director of Parks &
Recreation or his/her representative. The scope consists of re -sodding rectangular athletic fields
as specified in Section 4.2.
4.2 Descriptions
The City of Milton has three (3) rectangular athletic fields that need to be re -sodded. The three
(3) fields are located at:
Approximate Total Square Footage
Hopewell Middle School
13060 Cogburn Road 15,300
Milton GA 30004
Cogburn Woods Elementary School
13080 Cogburn Road 17,800
Milton GA 30004
Friendship Community Park
12785 Birmingham Hwy 11,449
Milton GA 30004
4.3 Evaluation
The City intends to evaluate the ITB on the lowest, best, responsible, and responsive vendor.
4.4 General Notes:
1. The contractor is responsible for contacting Milton Parks & Recreation staff prior to each
field's re -sodding date.
2. To bid on this contract, the Contractor must hold a current Georgia Contractor License
issued by the State of Georgia.
3. The contractor must have a minimum experience requirement of two (2) like -kind
projects in Sports Field Renovation and/or School Field Renovation.
4. The contractor shall submit with the bid a qualification sheet listing two (2) like kind
projects within the past five (5) years that meet the experience requirement along with
references.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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.
SPECIAL PROVISIONS
This work shall consist of clearing, erosion control, grading, turf & landscaping, and other
materials associated with this contract.
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.
Sod
All sod to be Zoysia Japonica `Emerald' and blue -tag certified. Sod shall be a
species recommended by an experienced local A.N.A.-certified nursery, grown in a
nursery equipped for the production of such sod and capable of meeting the
published State Standards for Certification. It shall have been mowed regularly,
fertilized and fumigated and shall be free of diseases and harmful insects at the time
of delivery. Sod shall be delivered in strips one foot wide and two feet or longer as
soil and species permit or in rolls not over six feet long. Sod shall have a minimum
of one inch thickness including roots and soil. Sod bearing holes or thinned root
pad, i.e. less than ``/2" shall be rejected. Sod shall be free of weeds, nut grass, crab
grass and other invasive plants
Grassing
LANDSCAPE MATERIALS
A. General: Includes soil preparation, applying fertilizer, planting and maintenance as
required to produce an acceptable stand of grass on the re -sodded areas.
1. Any damage to planting soil by erosion, construction equipment, construction
operations, or other damage shall be repaired prior to application of fertilizer.
Finished surface shall be smooth and even.
2. Irrigation system shall be reviewed and approved by Owner's Representative
prior to planting seed, sprigging or laying sod.
B. Soil Preparation: After the area to be grassed has been brought to finished grade,
prepare the soil by thoroughly loosening the area by plowing, discing, harrowing, or
scarifying until these areas are friable, well pulverized and acceptable to the
Owner's Representative. Add 1" of Owner approved topsoil. Any irregularities in the
surface resulting from the above operation or from other operations by the
Contractor shall be smoothed out before any subsequent operations are begun. All
roots and stones larger than 1" in any dimension, stumps and other foreign material
detrimental to final grading, proper bonding, the rise of capillary moisture, or the
proper growth of the desired plantings shall be removed.
1. The completed surface shall conform to the finished grades or subgrades
and shall have a smooth pulverized surface at the time of planting.
Any irregularities shall be corrected before the lime and fertilizer are placed.
2. Spread lime and fertilizer over the prepared surface before turning. Fertilizer
and lime shall be sufficient to correct irregularities in the soil based on soil
tests for the specified turf. Turn the soil one last time the day before planting
FY15-PRO1 Rectangular Athletic Field Re -Sodding
or placing sod.
C. Sodding
1. Prepare planting bed as described for seeded areas except that fine graded
soil shall be 1 inch below finished grade.
2. Stored sod of the species required in the schedule shall be kept moist prior to
laying. Wet all areas prior to sodding.
3. Wet all areas immediately prior to sodding.
4. Unroll the sod on the prepared soil. Lay the strips parallel with the strip ends
staggered as in bricklayers' running bond pattern. Press each successively
laid strip snugly up against the one next to it. Fill cracks, holes, joints with
clean, loose sand, free of all grass and plant seeds. Remove netting from
back of sod prior to installation.
5. Watering, fertilizing and rolling shall be done by the Contractor as described
under "Maintenance of Sodded Areas" below.
D. Maintenance of Sodded Areas: The Contractor shall be responsible for maintaining
sodded areas by properly watering, weeding and mowing the grass until an
acceptable stand has been produced, and been accepted by the Owner.
MATERIALS
1. A stand shall be considered acceptable when 95% of the total sodded area
has been covered with grass and no bare areas greater than one 6" square
exist. All cracks, joints, dips, pits and other irregularities in the surface must
have been corrected by top dressing with sand.
2. The Contractor shall be responsible for re -sodding all bare areas greater than
one 6" square with the specified mixture and for repairing and re -sodding
wash -outs and eroded areas to the original finished grade.
3. Sodded areas shall be mowed when the grass attains a height of 2 inches and
as required thereafter until the acceptance of the stand. Reel type mowers,
kept well sharpened, shall be used. Turf shall not be accepted until all sod
has knitted together and tacked to the soil.
4. All lawn areas shall be given atop dressing of fertilizer to provide 100 pounds
available nitrogen per acre when the grass has attained a satisfactory growth
and the first mowing has been performed. Nitrogen shall be derived from
Ammonium Nitrate or Nitrate of Soda.
PROSECUTION AND PROGRESS
Construction shall begin no later than ten (10) calendar days following the Notice to Proceed.
The time of completion for the project is fifteen (15) calendar days from the date of the `Notice
to Proceed." 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 request
by the Contractor on a case by case basis.
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
FY15-PRO1 Rectangular Athletic Field Re -Sodding
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.
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.
Contractor will be responsible for replacing any work performed at no cost to the City.
DEVIATION OF OUANTITIES
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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
SCHEDULE OF EVENTS
FOR REFERENCE ONLY - DO NOT SUBMIT WITH BID RESPONSE
Release of ITB
March 25, 2015
Deadline for Written Questions April 7, 2015 @ 5:00 PM
*Submit via E -Mail (preferred) or Fax to Honor Motes of Purchasing Office
City of Milton Addendum (on or about) April 14, 2015
(Official answers to questions and potential changes to ITB. Addendum will be posted at
the same web locations as the ITB)
Bids due April 21, 2015 at 2:00 p.m.
Bids are due to: City of Milton -
Attn: Honor Motes, Purchasing Office
13000 Deerfield Pkwy
Suite -107F
Milton, Ga. 30004
Contract Award (On/about) May 18, 2015
FY15-PRO1 Rectangular Athletic Field Re -Sodding
Reference Only
Subject to change
SAMPLE CONTRA CTA GREEMENT
This Contract 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 Council (hereinafter referred to as the "City'), and XXXXXX, a
with its principal place of business located at IXIXKYX (hereinafter referred to as the
"Contractor') (collectively referred to herein as the `Parties').
WITNESSETH:
WHEREAS, the City issued a Invitation to Bid, dated for services generally described as
XKKA=,,and
WHEREAS, the Cityfinds that specialized knowledge, skills, and training are necessary to perform the
Work contemplated under this Agreement; and
WHEREAS, Contractor has represented that it is qualified by training and experience to perform the Work:
and
WHEREAS, based upon Contractors bid in response to the Invitation to Bid for , the
City has selected Contractor as the successful proposer; and
WHEREAS, Contractor has agreed to per form such Work as set forth in this Agreement, according to the
terms and conditions provided in this Agreement; and
WHEREAS, Contractor has familiarized itselfwith 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 the Work, and Contractor is aware that it must be
licensed to do business in the State of Georgia.
NOW THEREFORE, the City and Contractor, in consideration of the mutual promises, public purposes,
and the acknowledgements and agreements 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:
A. This Agreement;
B. Invitation to Bid (and other bid related documents) attached hereto as Exhibit "A" (including the
Project Specifications);
C. Bid Docmnents from Contractor dated attached hereto as Exhibit "B
D. Performance Bond, Payment Bond and Maintenance Bond, attached hereto collectively as Exhibit
.,C„
E. Non -collusion Affidavit of Prime Proposer, attached hereto as Exhibit "D
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
F. Final Affidavit, attached hereto as Exhibit "E' ;
G. Alien Employment afidavits attached hereto as Exhibits "F" and "G
H. SAYE affidavit 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 documents amending, modifying, or
supplementing the Contract Documents ifproperly adopted in writing 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'). ork'). 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 (including, but not limited to, the Project Specifications attached hereto and incorporated herein by
reference). In the event of any discrepancy among the terns of the various Contract Documents, the provision most
beneficial to the City, as detennined by the City in its sole discretion, shall govern.
The City will issue a Notice to Proceed, which Notice to Proceed shall state the dates for beginning Work
and for achieving Final Completion of Work. Work shall commence within ten (10) days of the City's issuance of
the Notice to Proceed.
Section 4. Contract Time
Contractor wan -ants and represents that it will perform the Work in a prompt and timely manner, which
shall not impose delays on the progress of the Work. Contractor agrees to complete the Project within XXXX days
from the date of the City's issuance of a written Notice To Proceed.
Section 5. Contractor's Compensation; Time and Method ofPayment
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 part of Exhibit B and incorporated herein by
reference. 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 unit price amount set forth in the Bid
Submittal Form, and City will not pay any other sun: 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 actually performed 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 refect 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. § 44-14-366.
For reasonable cause 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 (10116) 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
FYI 5-PROI Rectangular Athletic Field Re -Sodding I M
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 Imv.
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. 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, though the Contractor may arrange to pick up
payments directly from the City or may make written requests for the City to deliver payments to the Contractor by
Federal Express delivery at the Contractor's expense.
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. "Change order" means a written modification of the Contract Documents, signed by the City and
the Contractor.
B. 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 and executed by the Contractor- and City. Such change orders or construction
change directives 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 Yi%rk
C. Any Work added to the scope of this Agreement by a change order or construction change
directive shall be executed under all the applicable conditions of this Agreement. No claire for
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 $50,000.00, must be approved by the City of Milton Mayor and 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 or any other similar lav or regulation.
B. Time is of the Essence
Contractor specifically acknowledges that TIME IS OF THE ESSENCE for completion of the
Project.
C. Expertise of Contractor
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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. The Contractor agrees to use its best efforts, skill, judgment, and abilities
to perform its obligations and to further the interests of the City and the Project in accordance
with the City's requirements and procedures.
Contractor represents that it has familiarized itself with the nature and extent of the Contract
Documents, the Work, work site (s), locality, and all local conditions, laws and regulations that in
any manner may affect cost, progress, performance, or furnishing of the Work. Contractor further
represents and agrees that it has correlated the results of such observations, examinations,
investigations, explorations, tests, reports, 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 resolution thereof by the City is acceptable to the Contractor.
Contractor agrees that it will perform its services in accordance with the usual and customary
standards of the Contractor's profession or business and in compliance with all applicable
federal, state, and local laws, regulations, codes, ordinances, or orders applicable to the Project.
Further, the Contractor agrees to bear the full cost of correcting the Contractor's negligent or
improper Work, the negligent or improper work of its contractors and subcontractors, and any
harm caused by such negligent Work
The Contractor's duties 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 or 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 Work, 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
peiform 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 Cont -actor's Work under professional and industry
standards or for performing services under this Agreement in accordance with sound and
accepted professional and industry principals.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
F. Contractor's Reliance on Submissions b the he City
Contractor must have timely information and input from the City in order to perforin 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 should know that any information provided by the City is
erroneous, inconsistent, or otherwise problematic.
G. Contractor's Representative
shall be authorized to act on Contractor's behalf with respect to the Work as
Contractor's designated representative.
H. Assignment ofAgreement
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. As to any approved
subcontractors, the Contractor shall be solely responsible for reimbursing them, and the City shall
have no obligation to them.
L Responsibility ofContractor and Indemnification ofCity
The Contractor covenants and agrees to take and assume all responsibilityfor the Work rendered
in connection with this Agreement. The Contractor shall bear all losses and damages directly or
indirectly resulting to it and/or 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 ojfcers, 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 willfid, 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 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, defend, and hold
harmless the City and City Parties shall survive termination of this Agreement, provided that the
claims are based upon or arise out of actions that occurred during the performance of this
Agreement.
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 and not as the agent or employee of the
City. The Contractor agrees to be solely responsible for its own matters relating to the tittle and
place the Work is performed; the instrumentalities, tools, supplies and/or materials necessary to
complete the Work; hiring of subcontractors, agents or employees to complete the Work; 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
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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.
Inasmuch as the City and the Contractor are independent of each other, 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 Contractor enters into
on behalf of the City 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 f•om 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 ifso 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 $],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 therefrom.
(c) Workers' Compensation limits as required by the State of Georgia and
Employers Liability limits of $1,000, 000 (one million dollars) per accident.
(3) Deductibles and Self -Insured Retentions: Any deductibles or self-insured retentions must
be declared to and approved by the City in writing.
(4) Other Insurance Provisions: The policy is to contain, or be endorsed to contain, the
following provisions:
(a) General Liability and Automobile Liability Coverage.
(t) The City and City Parties are to be covered as insureds. The coverage
shall contain no special limitations on the scope of protection afforded
to the City or City Parties.
(it) The Contractor's insurance coverage shall be primary noncontributing
insurance as respects to any other insurance or self-insurance
available to the City or City Parties. Any insurance or self-insurance
maintained by the City or City Parties shall be in excess of the
Contractor's insurance and shall not contribute with it.
FY15-PRO1 Rectangular Athletic Field Re -Sodding
(iii) Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the City or City Parties.
(i v) 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
and City Parties for losses arising front Work performed by the
Contractor for the Cityfor General Liability coverage only.
(b) Workers' Compensation Coverage: 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.
(ii) Policies shall have concurrent starting and ending dates.
(5) Acceptability of Insurers: Insurance is to be placed with insurers authorised to do
business in the State of Georgia and with an A.M Bests' rating of no less than A: V1.
(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 certificate of insurance and endorsements shall be on a form utilised
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 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 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) 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, except the City need
not be named as an additional insured and loss payee on any Workers' Compensation
policy.
L. Bonds
FY15-PRO1 Rectangular Athletic Field Re -Sodding JIM
The Contractor shall provide Performance and Payment bonds on the forms attached hereto as
Exhibit "C" and with 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. Enrpla ment of Unauthorized Aliens Prohibited
(1) E- Verify Affidavit
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
O.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 -Verify) program, of the social security numbers,
or other identifying information now or hereafter accepted by the E -Ver fy program, of
all employees who will perform work on the City contract to ensure that no unauthorized
aliens will be employed. The Contractor hereby verifies that it has, prior to executing
this Agreement, executed a notarized affidavit, the form of which is provided in Exhibit
"F", and submitted such affidavit to City. 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 Rude 300-10-1-.02 by the subcontractor's
execution of the subcontractor affidavit, the forms of which is attached hereto as Exhibit
"G ", and such subcontractor affidavit shall become part of the contractor/subcontractor
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 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
Agreement.
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 Securhy� The Contractor's failure to
cooperate with the investigation may be sanctioned by termination of the Agreement, and
the Contractor 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
Reform and Control Act of 1986 (IRCA), P.L. 99-603, O.C.G.A. § 13-10-91 and Rule
300-10-1-.02. Contractor'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 hereto as Exhibit "F" and incorporated herein by this reference.
Contractor agrees that the employee number category designated below is applicable to
the Contractor.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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, 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.
(2) SA VEAidavit 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 Contractor's legal stator in the Country each time
that Contractor obtains a public benefit, including any contract, from the City.
Contractor 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 "If",
and submitted such affidavit to 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 the Contractor's legal status, to the City either in person
or electronically (in compliance with the Uniform Electronic Transactions Act).
Contractor 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).
N. 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 authorised, 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) Resorts 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 Cityfor 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
FY15-PRO1 Rectangular Athletic Field Re -Sodding
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, 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 precautions to prevent the
unauthorized disclosure and use of City information whether specifically deemed confidential or
not.
Contractor acknowledges that the City's disclosure of documentation is governed by Georgia's
Open Record's Act, and Contractor further acknowledges that if Contractor submits records
containing trade secret information, and rf Contractor wishes to keep such records confidential,
Contractor must submit and attach to such records an affidavit affirmatively declaring that
specific information in the records constitutes trade secrets pursuant to Article 27 of Chapter I of
Title 10, and the Parties shall follow the requirements of O.C.G.A. § 50-18-72(a)(34) related
thereto.
O. 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, City, local
boards, agencies, commissions, committees or other regulatory bodies in order to perform the
Work contracted for under this Agreement. Further, before commencing Work, Contractor, at its
own expense, will obtain all licenses, permits or other governmental authorizations needed to
perform the Project ("Licenses'), including but not limited to any permits required by the EPA or
the Georgia Environmental Protection Division, if any, and shall furnish copies of such permits to
the City within ten (10) days of issuance. Contractor further agrees to maintain such Licenses and
comply with the terns of all such Licenses throughout the tern of 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.
R. 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
Cityfor coordination with U.S. Environmental Protection Agency or the Georgia Environmental
Protection Division of the Georgia Department of Natural Resources.
S. Key Personnel
11 of the individuals identified in Exhibit V" 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
FY15-PRO1 Rectangular Athletic Field Re -Sodding
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. Anv
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 partyfor the performance of any portion of the Work without the prior
written consent of the City. Contractor shall be solely responsible for any such subcontractors in
terms ofperfornance and compensation.
T. Authority to Contract
The Contractor covenants and declares that it has obtained all necessaty 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, ifopplicable.
U. 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 petfortned 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 necessaty to evidence such assignment.
Meetin¢s
The Contractor is required to meet with the Citv'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 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 Agreement.
Section 8. Covenants of the City
A. Richt of Elltry
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 terns of this Agreement "lust
be approved as provided in Section 6 above.
Section 9. llntentionally Omittedl
Section 10. Termination
A. Termination for Convenience:
FY15-PRO1 Rectangular Athletic Field Re -Sodding
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 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.
iii. 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, in accordance with
Section S herein, for all debris that is loaded and disposed and for other Work that is
performed by 6:00 PM on the day following 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 Contractor's efforts, but in no case shall the City's total payment
for the Work exceed the maximum Contract Price agreed to herein.
B. Termination for Cause.
i. 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.
it. The City shall then make alternative arrangements for completion of the Project. The
City will make no payment to the Contractor or its Surety until all costs of completing the
Project are paid. If the per unit price charged by the replacement contractor exceeds the
per unit price charged by the Contractor, as provided in this Agreement„ the Contractor
or its Surety will pay the difference to the City to finish the Project.
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 Section 10(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. 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 :coder 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.
Section 12. Miscellaneous
A. Complete Agreement. This Agreement constitutes the complete agreement between the Parties
and supersedes any and all other agreements, either oral or in 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
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding ( =
binding. This Agreement may be modified or amended only by a written document signed by
representatives of both Parties with appropriate authorisation.
B. Successors and Assigns. Subject to the provision of this Agreement regarding assignment, this
Agreement shall be binding on the heirs, executors, administrators, successors and assigns of the
respective Parties, provided that no party may assign this Agreement without prior written
approval of the other party.
C. Governing Law. This Agreement shall be governed by and construed under the laws of the State
of Georgia. If any action at law or inequity is brought to enforce or interpret the provision of this
Agreement, the rules, regulations, statutes and laws of the State of Georgia will control. Any
action: or suit related to this Agreement shall be broug t in the Superior Court of Fulton County,
Georgia.
D. Counterparts. This Agreement may be execu d in y nun: r of counterparts, each of which
shall be deemed to be an original, but all f w ther s 7 11 constitute one and the same
instrument.
E. Invalidity of Provisions. Should 7y par tht ree ent for any reason be declared by any
court of competent jurisdiction to be in m h cision shall not affect the validity of any
remaining portion, which r main' orti sha continue in fill force and effect as if this
Agreement had been ex
e tedill t id rtion hereof eliminated, it being the intention of
the Parties that they void ted he remaining portion of this Agreement without
including any such par, m r [tons ich may for any reason be hereafter declared invalid
F. Notice. All notices, request em ds and other communications hereunder shall be in writing
and shall be deemed received, shall be effective, when: (1) personally delivered, or (Z) 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 CITYshall be sent to:
City of Milton
13000 Deerfield Parkway Suite 107
City Manager
Milton, GA 30004
NOTICE TO CONTRACTOR shall be sent to:
G. Sovereivn Immunity. Nothing contained in this Agreement shall be construed to be a waiver of the
City's sovereign immunity or anv individual's qualified good faith or official immunities.
H. 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 f ood; (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. Any additional reasonable costs incurred
by Contractor as a result of such extension may be added to the Conti -act Price subject to the
FY15-PRO1 Rectangular Athletic Field Re -Sodding
terms of Section 6 and approval of a Change Order relating to same. All other obligations shall
remain intact.
Headines. The caption or headnote on articles or sections of this Agreement are intended for
convenience and ease of reference purposes only and in no way define, limit or describe the scope
or intent thereof, or of this Agreement nor in any way affect this Agreement.
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 Contractor agrees that, during performance of this Contract, 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 12(J) in every
subcontract for services contemplated under this Agreement.
K. Waiver. No 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
ofany 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
date first above written.
CONTRACTOR:
By:
Attest:
XKKKK,Y,\X
[AFFIX CORPORATE SEAL]
SIGNED, SEALED, AND DELIVERED
in the presence of
Witness
Notary Public
[NOTARYSEAL]
My Commission Expires:
Approved as to form
CityAttorney
(signature)
(print)
FY 15 -PRO l Rectangular Athletic Field Re -Sodding
CITY OF MILTON
[CITYSEAL]
SIGNED, SEALED, AND DELIVERED
in the presence of-
Witness
fWitness
Notary Public
[NOTARYSEAL]
My Commission Expires:
FY15-PRO1 Rectangular Athletic Field Re -Sodding
EXHIBIT "A"
(Insert Invitation to Bid/
EXHIBIT "B"
[Insert Bid Documents]
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
EXHIBIT "C"
PERFORMANCE BOND
KNOWALL 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 "City'), for the use and benefit of any
"Claimant, " as hereinafter defined, in the sum of,
Dollars ($ 1, Imijul
money of the United States ofAnrerica, 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 the _ of , 20_ 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 conditions of this obligation are as follows:
That if the Principal shall fully and completely performs each and all of the terms, provisions and
requirements of the Contract, including and during the period of any warranties or guarantees required
thereunder, 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 frons any and all losses, liability and damages, claims, judgments, liens, costs and fees of every
description, including but not limited to, any damagesfor 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 (3 0) days after written notice from the City to the Contractor's
FY15-PRO1 Rectangular Athletic Field Re -Sodding
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 ofany and all modifications, omissions, additions, changes
and advance payments or deferred payments in or about the Contract, and agrees that the obligations undertaken by
this Bond 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 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 or attorneys -in fact, this day of
, 20_
CONTRACTOR ("Principal')
By:
Title:
Attest: (signature) [AFFIX CORPORATE SEAL]
Title:
Date:
(print)
[SIGNATURES CONTINUE ON FOLLOWING PAGE1
FY15-PR01 Rectangular Athletic Field Re -Sodding
(print)
CONTRACTOR'S SURETY
Bv:
(signature)
(print)
Title: (SEAL)
Attest:
(signature)
(print)
Title:
Date:
(ATTACHSURETYS POWER OF ATTORNEY)
FY15-PRO1 Rectangular Athletic Field Re -Sodding
PAYMENTBOND
CITYOFMILTON, GEORGIA
KNOWALL MEN BY THESE PRESENTS THAT
referred to as the "Principal'), and
(as CONTRACTOR, hereinafter
(as SURETY COMPANY, hereinafter referred to as
the "CONTRACTORS SURETY'), are held and firmly bound unto the Citv of Milton, Georgia (as OWNER,
hereinafter referred to as the "City'), for the use and benefit ofany "Claimant, " as hereinafter defined, in the sunt
Of
Dollars ($ ), imiful money of the United States ofAmerica,
for the payment ofwhich 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
"CONTRACT'), for the construction ofa project known as (hereinafter
referred to as "the PROJECT').
NOW THEREFORE, the condition of this 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 fidl force and
effect.
A "Claimant" shall be defined herein as any Subcontractor, person, Party, partnership, corporation or
other entity furnishing labor, services or materials used or reasonably requiredfor 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
per forming Work on the Project.
In the event of any claim made by the Claimant against the City, or the filing ofa 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 bond 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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
IN WITNESS WHEREOF, the Principal and Contractor's Surety have hereunto affixed their coi porate
seals and caused this obligation to be signed by their duly authorized officers on this day of
,20
Attest:
Title:
Date:
Attest:
Title:
Date:
CONTRACTOR:
By:
Title:
(signature)
(printed)
CONTRACTOR SURETY.-
Title:
(signature)
(printed)
(ATTACH SURETY'S POWER OFATTORNEY)
(signature)
(printed)
(SEAL)
(signature)
(printed)
(SEAL)
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
STATE OF GEORGIA
City of Milton
EXHIBIT "D"
NONCOLLUSIONAFFIDAVIT OF PRIME PROPOSER
being first duly sworn, deposes and says that:
(1) He is (Owner, Partner, Officer, Representative, or Agent) of
Y_=) Y' (the "Proposer') that has submitted the attached Bid:
(2) He is fully informed respecting their- preparation and contents 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,-
([) 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 fix the
price or prices in the attached Bid 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 Bid are fair an proper and are not tainted by any collusion,
conspiracy, connivance, or unlauful 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 ofAuthorized Officer or Agent
Printed Name and Title ofAuthoriced Off cer or Agent
SUBSCRIBED AND SWORN TO BEFORE ME
THIS DAY OF _20—
Notary
20Notary Public
(SEAL)
My Commission Expires
Date
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
EXHIBIT `E"
FINAL AFFIDAVIT
TO CITY OF MILTON, GEORGIA
I, , hereby certify that all suppliers of materials, equipment and service,
subcontractors, mechanics, and laborers employed by .A;KIh . or any of its subcontractors in connection with
the construction of the XXXXXXX,XX for the City have been paid and satisfied in fidl 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 XXXXX,XaXX, 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
FYI 5 -PRO I Rectangular Athletic Field Re -Sodding
EXHIBIT "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 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 -Ver fy, 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), a form of which is attached hereto as Exhibit "G".
Contractor hereby attests that its federal work authorization user identification number and date of authorization
are as follows.
Federal Work Authorization User Identification Number
Date ofAuthorization
Name of Contractor
Name of Project
Name of Public Employer
1 hereby declare under penalty ofperjury that the foregoing is true and correct.
Executed on , 201_ in (city), (state).
Signature ofAuthorized 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:
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
EXHIBIT "G"
STATE OF GEORGIA
CITY OF MILTON
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 behaf of the City has registered
with, is authorised to use and uses the federal work authori_ation 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
authorisation 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 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 business days of receipt, a copy of the notice to the contractor.
Subcontractor hereby attests that its federal work authori_ation user identification number and date of
authorisation are asfollows:
Federal Work A uthorLation User Identification Number
Date ofAuthorisation
Name of Subcontractor
Name of Project
None of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on _, 201 in (city), (state).
Signature ofAuthorised Officer or Agent
Printed Name and Title of Authorised Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME
ON THIS THE DAY OF 201
Notary Public
[NOTARYSEAL]
EXHIBIT `I"
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
[RESERVED]
EXHIBIT "J"
KEYPERSONNEL
[Insert Key Personnel]
END SAMPLE CONTRACT
FY15-PROI Rectangular Athletic Field Re -Sodding
HOME OF QUALITY OF LIFE IN GEORGIA'
MILTON*
ESTABLISHED 2006
ACKNOWLEDGEMENT
RECEIPT OF ADDENDUM #1
ITB 15-PRO1
Upon receipt of documents, please email, fax or mail this page to:
City of Milton
Attn: Honor Motes, Purchasing Office
13000 Deerfield Pkwy
Suite 107F
Milton, GA 30004
Phone: 678-242-2507
Fax: 678-242-2499
Email: honor.motes(&citvofmiltonga.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 Date
ADDENDUM #1
Mi l ri`C)NtIl ITB 15 -PRO 1 —Addendum #1
ADDENDUM #1
ITB 15-PROl
Questions/Answers:
1. Is Section A for price per field and Section B for aggregate price for whole
job? — Answer: Section A is the price per field. Section B is an aggregate
total price for all three fields.
2. Do all fields currently have irrigation? —Answer: Yes
3. Are there specific topsoil requirements? —Answer: Screened Black Topsoil
with a 5/30 particle size. Topsoil should have less clay with more silt &
sand.
4. What specifically are the alternates to be priced? - Answer: The
contractor can bid on each individual field as well as all three fields together
5. How long after the award date will the NTP be issued? - Answer: The NTP
will be issued as soon as Fulton County School students go on summer break
sometime around May 28. All three of these fields are school fields.
6. Is the 15 day project period the total for all three fields? —Answer: Yes,
this was a projected project time for all three fields.
7. Have you considered Synthetic Turf instead? —Answer: These fields are
school fields and will remain natural grass.
Ki I "T () ITB 15-PRO1 — Addendum #1
HOME OF 'THEBEST QUALITY OF LIFE IN GEORGIA'
M1 LTON-*k
ESTABLISHED 2006
ACKNOWLEDGEMENT
RECEIPT OF ADDENDUM #2
ITB 15-PRO1
Upon receipt of documents, please email, fax or mail this page to:
City of Milton
Attn: Honor Motes, Purchasing Office
13000 Deerfield Pkwy
Suite 107F
Milton, GA 30004
Phone: 678-242-2507
Fax: 678-242-2499
Email: honor.motes(&citvofmilton2a.us
I hereby acknowledge receipt of documents pertaining to the above referenced ITB.
COMPANY NAME:
CONTACT PERSON:
CITY: STATE: ZIP:
PHONE: FAX:
EMAIL ADDRESS:
Signature Date
ADDENDUM #1
11t ITB 15 -PRO 1 — Addendum 92
ADDENDUM #2
ITB 15-PRO1
IMPORTANT NOTICE
********DUE DATE EXTENDED********
New due date April 30, 2015, 2:OOpm
Amendments:
1. Replace original sod specifications with the following:
Sod shall be Certified Tifway 419 Hybrid Bermuda grass produced
under the rules and regulations of the Georgia Crop Improvements
Association, Inc. The sod shall be harvested from vigorously
growing, properly fertilized fields) with at least one full
growing season prior to harvesting. Sod shall be harvested in
minimum solid forty (40) inch width rolls and the harvest
netting shall be removed upon installation. Deliver sod in time
for planting within 24 hours of harvesting. The sod
certification tags, "blue tags", shall be retained and turned
over to the owner. There shall be no netting installed with sod.
2. Revised schedule:
Deadline for Additional Questions — April 22, 2015
Addendum #3 Issued (if necessary) — April 24, 2015
Bid Submittals Due — April 30, 2015 at 2:00 p.m.
I� ITB 15 -PRO 1— Addendum #2
EXHIBIT "B"
BID FROM CONTRACTOR
oMeor 4- CITU OF MILTON
INVITATION TO BID
rsr,,nrisnrn,ou.
(THIS IS NOT AN ORDER)
Bid Number:
Project Name:
15-PROI
FY15-PRO1 Rectangular Athletic Field Re -Sodding
Due Date and Time:
City of Milton
April 21, 2015
Number of Pages: 54
Local Time: 2:OOpm
13000 Deerfield Pkwy
ISSUING DEPARTMENT INFORMATION
Issue Date:
March 25, 2015
City of Milton
Parks & Recreation Department Phone: 678-242-2500
13000 Deerfield Pkwy, Suite 107E Fax: 678-242-2499
Milton, Ga. 30004 Website: rnvw.cityofmiltonga.us
INSTRUCTIONS TO BIDDERS
Return Submittal to:
Mark Face of Envelope/Package:
Tri Scapes, Inc.
1595 Peachtree Parkway, Suite 204-396
Bid Number: 15-PR01
City of Milton
Name of Company or Firm
Attn: Honor Motes, Purchasing Office
Tri Scapes , Inc.
13000 Deerfield Pkwy
Special Instructions:
Suite 107F
Deadline for Written Questions
Milton, Ga. 30004
April 7, 2015 at 5:00 pm
BIDDERS MUS'r RETURN THIS COVER SHEET WITH BID RESPONSE
Email questions to Honor Motes at
hotior.iizotes@qkyqMziltoti,ga.us
BIDDERS MUST COMPLETE THE FOLLOWING
Bidder Name/Address:
Aut4rind Bidder Sign tory: _
Tri Scapes, Inc.
1595 Peachtree Parkway, Suite 204-396
/ (/// `/ ,�jr
.-/ _6' CZCLe, G `�-"
Cumming, Georgia 30041
Rebecca MarleafiCtin5and1bPresidentI CFO
Bidder Phone Number:
Bidder FAX Number:
770-752-4698
770-752-6792
Bidder Federal I.D. Number:
Bidder E-mail Address:
58-2077615
rmartin@triscapes.com
BIDDERS MUS'r RETURN THIS COVER SHEET WITH BID RESPONSE
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding 1 ,
Table of Contents
Topic
Page
Definitions
3
Invitation to Bid
4
Bidding Instructions (What must be submitted)
6
Insurance/Bond Requirements
7
Bid Form and Addenda Acknowledgement
I I
Bid Bond
13
Qualifications Signature and Certification
16
Corporate Certificate
16
List of Subcontractors
17
Contractor Affidavit and Agreement (eVerify)
18
Bid Schedule
19
Disclosure Form
22
EPD Air Quality Rules
23
Project Specifications
24
Schedule of Events
28
Sample Contract Agreement
29
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding JIM
DEFINITIONS
COMPR: City of Milton Parks & Recreation Department
CITY: The City of Milton Director of Parks & Recreation or duly authorized representative.
ADA: Americans with Disabilities Act
EA: Each
SF: Square Feet
OSHA: Occupational Safety and Health Administration
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
CITY OF MILTON
Invitation to Bid 15-PROI
The City of Milton is accepting sealed bids from qualified firms for a Re -Sodding of Rectangular
Athletic Fields Project for the Parks & Recreation Department for Hopewell Middle School,
Cogburn Woods Elementary School & Friendship Community Park. All bidders must comply
with all general and special requirements of the bid information and instructions enclosed herein.
It is the bidder's responsibility to periodically check the posted website for new information and
potential changes.
Sealed bids will be received no later than 2:00 PM Local Time on April 21 2015. Sealed
bids shall be submitted to: City of Milton Attn: Honor Motes, Purchasing Office 13000 Deerfield
Pkwy Suite 107F Milton, Ga. 30004.
At approximately 2:05 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 107F Milton, GA 30004.
Bids received after the above time or in any other location other than the Purchasing Office will
not be accepted. It shall be the bidder's sole risk to assure delivery to the receptionist's desk at
the designated office by the designated time. Late proposals will not be opened and may be
returned to the proposer at the expense of the proposer or destroyed if requested.
Bids shall be presented in a sealed envelope with the bid number (15-PRO1) and the name of the
company or firm submitting clearly marked on the outside of the envelope, ONE (1)
ORIGINAL (PAPER) AND THREE (3) COPIES (PAPER) AND A PDF COPY OF THE BID'
ON CD MUSTBE SUBMITTED.Bids will not be accepted verbally, by fax, or email.
Questions must be in writing. For questions, please email Honor Motes at
honor.motes@cityofmiltonga.us. Deadline for questions is April 7, 2015 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 April 14, 2015. 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 (15 -PROD and bid
name (FYI 5 Rectangular Athletic Field Re -Sodding 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. 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 and responsive Bidder, and in arriving at this decision, full consideration
will be given to the reputation of the Bidder, his financial responsibility, previous City of Milton
experience, and work of this type successfully completed.
Any unauthorized conditions, limitations or provisions attached to the bid, except as may be
provided herein, will render it informal and may cause its rejection. Unbalanced bids may be
subject to rejection.
FYI 5-PR01 Rectangular Athletic Field Re -Sodding
A bidder may modify or withdraw its bid by written request, provided that the request is
received by the City prior to the bid due date and time at the address to which bids are to be
submitted. Following withdrawal of its bid, the bidder may submit a new bid provided that the
new bid is submitted prior to the established bid due date and time. No bid may be withdrawn
for a period of sixty (60) days after the date of the bid opening except as permitted by O.C.G.A.
36-91-41 et seq., as amended.
From the date this Invitation to Bid (ITB) is issued until a Bidder is selected, Bidders are not
allowed to communicate with any City staff or elected officials regarding this procurement,
except at the direction of Honor Motes. Any unauthorized contact may disqualify the Bidder from
further consideration. Contact information for the single point of contact is as follows:
Procurement Office: Honor Motes
Address: 13000 Deerfield Parkway, Suite 107F, Milton, GA 30004
Telephone Number: 678-242-2507
E-mail Address: honor.motes@cityofmiltonga.us
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 fifteen (15) 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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding JIM
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)
11-12
3
Bid Bond (3 pages)
13-14-15
4
j Qualification Signature and Certification
16
5
List of Subcontractors
17
6
Contractor Affidavit and Agreement (e Verify) State Law
18
7
Bid Schedule (3 pages)
19-20-21
8
Disclosure Form
22
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 Rectangular Athletic Field Re -Sodding Contract, 15-PRO1.
No specification expressed or implied shall be construed as any type of restrictive specification
that would limit competition.
The term of the contract shall be for an initial one-year period with three (3) possible
twelve (12) month extensions. Any contract extensions shall be contingent on satisfactory
performance during the previous time period. No cost increases will be entertained during the
term of the contract. Any proposed increase in costs shall be submitted to the City no less than
ninety (90) days prior to the expiration of the contract for consideration of contract extension.
The City reserves the right to accept or reject any proposed cost increases. The City reserves the
right to cancel the contract at any time with 30 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 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.
FYI 5-PR01 Rectangular Athletic Field Re -Sodding
EVALUATION
The City intends to evaluate the ITB on the lowest, best, responsible, and responsive vendor.
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.
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.
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 provided below and included in the CONTRACT
AGREEMENT (Section 7.K).
(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 therefrom.
(c) Workers' Compensation limits as required by the State of Georgia and Employers
Liability limits of $1,000,000 (one million dollars) per accident.
(3) Deductibles and Self -Insured Retentions: Any deductibles or self-insured retentions must
be declared to and approved by the City in writing.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
(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 and City Parties are to be covered as insureds. The coverage shall
contain no special limitations on the scope of protection afforded to the
City or City Parties.
(ii) The Contractor's insurance coverage shall be primary noncontributing
insurance as respects to any other insurance or self-insurance available to
the City or City Parties. Any insurance or self-insurance maintained by the
City or City Parties shall be in 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 or City Parties.
(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 and
City Parties for losses arising from Work performed by the Contractor for
the City for General Liability coverage only.
(b) Workers' Compensation Coverage: 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.
(ii) Policies shall have concurrent starting and ending dates.
(5) Acceptability of Insurers: Insurance is to be placed with insurers authorized to do
business in the State of Georgia and with an A.M. Bests' rating of no less than A:VI.
FYI 5-PR01 Rectangular Athletic Field Re -Sodding
(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 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 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 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 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) 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, except the City need not be
named as an additional insured and loss payee on any Workers' Compensation policy.
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 furnish 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.
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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding JIM
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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
[BIDDERS MUST RETURN THIS FORM 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 15-PR01
FY15 Rectangular Athletic Field Re -Sodding 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.
A minimum requirement of experience in Sports Field Renovation and/or School Field
Renovation is needed of two (2) like kind projects within the last five (5) years along with
references.
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 fifteen (15) 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.
FYI 5 -PRO I Rectangular Athletic Field Re -Sodding J M
Attached hereto is an executed Bid Bond in the amount of 5s of total bid 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
1 04/15/15
2 04/22/15
Bidder further declares that the full name and resident address of Bidder's Principal is as
follows:
Signed, sealed, and dated this 3 0th day of April .20 15
BidderTri Seapes , Inc. (Seal)
Company Name
Bidder Mailing Address:
Tri Scapes, Inc.
1595 Peachtree Parkway
Suite 204-396
Cumming, Georgia 30041
Signature: ;.Z,
Print Name: Rebecca Martin
Title: President I CFO
FYI 5 -PRO I Rectangular Athletic Field Re -Sodding I L 3
[BIDDERS MUST RETURN TIES it ORM Wi`I H BID RESPONSE]
BID BOND
CITY OF MILTON, GEORGIA
BIDDER (Name and Address):
Tri Scapes, Inc. 1595 Peachtree Pkwy #204-396,Cumming GA. 30041
SURETY (Name and Address of Principal Place of Business,:
FCCI Insurance Co. 6300 University Pkwy Sarasota. FL. 34240-8424
OWNER (hereinafter referred to as the "City" (Name and Address):
City of Milton. Georgia
ATTN: Purchasing Office
13000 Deerfield Parkway, Suite 107F
Milton, Georgia 30004
BID
BID DUE DATE: 04/21/2015
PROJECT (Brief Description Including Location):
Name of Project: FY15-PR01 Rectangular Athletic Field Re -Sodding
BOND
BOND NUMBER:
DATE (Not later that Bid due date):Ll4(9 !�
PENAL SUM: Five Percent of Bid 5%
(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
Tri Sca es, Inc. (Seal) FCCI In$Ur4nq6 Compgny fSeaI
Bidder's np and Corp )mte Seal Surety's a41--t
Corp to Seal
By: [tip.♦` t: By:
Signature and Tit t«td1.:fi/Ct=� Sibmat iresty
L e
(Alta grot'Aitonie
Attest: Attest:
Signature and Title: ;cam,, -y Signatured Tit Account ana er
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.
FYI 5 -PRO 1 Rectangular Athletic Field Re -Sodding
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 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.
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.
S. 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.
Formatted: Default — ---- --
FY 15-PRO1 Rectangular Athletic Field Re -Sodding
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.
FYI 5-PR01 Rectangular Athletic Field Re -Sodding
C C I GRO PNCE
,Vlore than a policy. A promise.
GENERAL POWER OF ATTORNEY
10-020932
Know all r -nen by these presents: That the FOCI Insurance Company, a Corporation organized and existing under
the laws of the State of Florida (the "Corporation") does make, constitute arid appoint:
Angie Ferguson; Christy Lackey; Fred Mitchel!; Carrie J Key: Keith H Di!lon; Emmett H Hall
Each, its true and lawful Attorney -In -Fact, io make, execute, seal and deliver, for and on its behalf as surely, and
as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed
under this authority shall exceed the sum of (not to exceed $5,000,000): $5,000,000.00
T. ".Is Pe�r,;er of A iorney is made and executed by authority of a Resolution adopted by the Board of Directcr . That
resolution also authorized any further action by the officers of the Company necessary to effect such transaction.
The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile
si;rnatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any
bond, undertaking or contract of surety to which it is attached.
In wiTness whereof, the FCCI Insurance Company has caused these presen s to be signed by It duty authorize::
officers and its corporate Seal to be hereunto affixed, this 22"u day of September _2011 .
Attest: _ I` %� cel• o _ ___ = •� • gin, o; , ; __._ `�.. _
frai hn n, President Thom .Koval Esq.. EV;", Chie, 'Officer,
SE'.AL
* CCI ns ur< ce Company Gov ,ent A fairs and Corporate Secretary
FOCI Insurance Company
State of Florida
County of Sarasota
Before me this day personaily appeared Craig Johnson, who is personally known to me and who executed the
foregoing document for the purposes expressed therein.
My commission. expires: 9!2512016 MYC•*1M25 20 6 G�
No. EE 213092 Notary Public
State of Florida
County of Sarasota
Before me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who
executed the foregoing document for the purposes expressed therein.
ARLENE CUEMAN
My commission expires: 9/25/2016 "Ptjbc sweofFlond.
MY Cantu. EVk" Sept 25, 2016 ---
No, EE213092 Notary Public
CERTIFICATE
!, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the
foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011
Resolution of the Board of Directors, referenced in said Power of Attorney, is rfOw in force. / �
Dated this J day of
Gov r ent Affairs and Corporate a tary
r -ZONA -3592 -NA -04, ?04
?�4 SENSITIVE SHC
CQ
^ncuGaro �M46 .1nia,ns: <?r. rig u,tograph. .1i pnnnnd or. :;order °c"NNw e4
[BIDDERS MUST RETURN THIS FORM WITH BID RESPONSE]
QUALIFICATIONS SIGNATURE AND CERTIFICATION
1 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 roposal and certify that I am authorized to sign
this proposal for the propos r. I further cet 'ly` 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 45-11 et seq. ave `ot been 4io a nd will not be violated in any respect.
Authorized Si -nature/ X , Z ;:., � � a // Date 4 /3 0/ 15
Print/TypeName Rebecca Martin
Print/Type Company Name Here Tri Scapes , Inc.
CORPORATE CERTIFICATE
I, Quinn Martin , certify that I am the Secretary of the Corporation
named as Contractor in the foregoing bid; that Rebecca Martin
who signed said bid in behalf of the Contractor, was then (title) President
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
Georgia
This 30th dayof April .20 15
(Seal)
(Signature)
FX 15 -PRO 1 Rectangular Athletic Field Re -Sodding 17 ,,, ,'
[BIDDERS MUST RETURN THIS FORM WITH BID RESPONSE]
LIST OF SUBCONTRACTORS
I do , do not X propose to subcontract some of the work on this project. I
propose to Subcontract work to the following subcontractors:
Company Name: Tri Scapes , Inc.
FYI 5-PRQI Rectangular Athletic Field Re -Sods
[BIDDERS MUST RETURN THIS FORM WITH BID RESPONSE]
EXHIBIT "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. § I3-10-91 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.
123689A 1
EEV / Basic/Pi it Program Us r` Identification Number
BY: Authorized Officer or Xgent Date
Tri Scapes, Inc.
(Print Contractor Name)
President1CF0
Title of Authorized Officer or Agent of Contractor
Rebecca Martin
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN ,0ji11#11p101
BEFORE ME ON THIS THE
30th DAY OF April°•'°�ONp'in°®'
NotaRy'Publi
My Commission Expires: q q ,-1-1 (,
FY15-PR01 RectanrG[Atdhletic Field Re -Sodding �.
[BIDDERS MUST RETURN THIS FORM WITH BID RESPONSE]
BID SCHEDULE
SECTION A: INDIVIDUAL FIELD RE -SODDING
ITEM ITEM ESTIMATED UNIT
NUMBER DESCRIPTION UNITS QUANTITY PRICE
Hopewell Middle School SF 15,300 $1.16
(Unit Price in Words)
One and 16/100 dollars
Cogburn Woods Elementary
School SF 17,800 $1.14
(Unit Price in Words)
nnP and 14/100 dollars
Friendship Community Park SF 11,449 $1.19
(Unit Price in Words)
One and 19/100 dollars
FYI 5-PROI Rectangular Athletic field Re -Sodden
g � g
SECTION B: BID ALTERNATE #1 - ALL FIELDS
ITEM ITEM ESTIMATED UNIT
NUMBER DESCRIPTION UNITS QUANTITY PRICE
Hopewell Middle School SF 15,300 $1.09
(Unit Price in Words)
One and 9/100 dollars
Cogbum Woods Elementary
School SF 17,800 $1.09
(Unit Price in Words)
One and 9/100 dollars
3 Friendship Community Park SF 11,449 $1.09
(Unit Price in Words)
One and 9/100 dollars
SECTION B CONSOLIDATED PRICE TOTAL: $ 4 8, 7 7 2. 2 5
I-'orty-eight thousand, seven hundred
seventy-two and 25/100 dollars
FYId-PR01 Rectangular Athletic Field Re -Sodding
Actual price to the City will be based on actual quantity multiplied by the bid "Unit Price".
It is the intent of this project for each unit price bid to include all labor, materials, equipment,
tools, transportation, mobilization, and supplies as required as necessary to complete the work
in accordance with the plans, specifications as directed, including, and the terns of this
project.
Number of days to fully complete project (exclude weather related days) 15
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 Tri Scapes, Inc.
ADDRESS 1595 Peacht ) Parkway, Suite 204,-396, Cumming,
GA 30041
AUTHORIZED SIGNATURE '/ C(s
PRINT/TYPENAME Rebecca Martin
TITLE President l CFO
FY15-PROI Rectangular Athletic Field Re -Sodding I :r
[BIDDERS MUST RETURN THIS FORM 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 Tri Seapes , Inc.
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.)
N/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
N/A
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:
N/A
FY15-PR01 Rectangular Athletic Field Re -Sodding :.
***NOTICE TO CONTRACTORS***
EPD AIR QUALITY RULES ON OPEN BURNING REFER TO CHAPTER
391-3-1-02-05
For additional/information, please contact:
Georgia Department of Natural Resources
Environmental Protection Division
Air Protection Branch
4244 International Parkway, Suite 120
Atlanta, GA 30354
404/363-7000; 404/362-2534 — FAX
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
PROJECT SPECIFICATIONS
4.0 RECTANGULAR ATHLETIC FIELD RE -SODDING SCOPE
4.1 Scope
The contractor shall furnish all materials, equipment, and labor to complete the required
construction as described in its entirety to the specifications as directed and the terms of this
contract including all incidentals as directed by the City of Milton Director of Parks &
Recreation or his/her representative. The scope consists of re -sodding rectangular athletic fields
as specified in Section 4.2.
4.2 Descriptions
The City of Milton has three (3) rectangular athletic fields that need to be re -sodded. The three
(3) fields are located at:
Approximate Total Square Footage
Hopewell Middle School
13060 Cogburn Road 15,300
Milton GA 30004
Cogburn Woods Elementary School
13080 Cogburn Road 17,800
Milton GA 30004
Friendship Community Park
12785 Birmingham Hwy 11,449
Milton GA 30004
4.3 Evaluation
The City intends to evaluate the ITB on the lowest, best, responsible, and responsive vendor.
4.4 General Notes:
1. The contractor is responsible for contacting Milton Parks & Recreation staff prior to each
field's re -sodding date.
2. To bid on this contract, the Contractor must hold a current Georgia Contractor License
issued by the State of Georgia.
3. The contractor must have a minimum experience requirement of two (2) like -kind
projects in Sports Field Renovation and/or School Field Renovation.
4. The contractor shall submit with the bid a qualification sheet listing two (2) like kind
projects within the past five (5) years that meet the experience requirement along with
references.
FYI 5-PR01 Rectangular Athletic Field Re -Sodding
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.
SPECIAL PROVISIONS
This work shall consist of clearing, erosion control, grading, turf & landscaping, and other
materials associated with this contract.
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.
Sod
All sod to be Zoysia Japonica `Emerald' and blue -tag certified. Sod shall be a
species recommended by an experienced local A.N.A.-certified nursery, grown in a
nursery equipped for the production of such sod and capable of meeting the
published State Standards for Certification. It shall have been mowed regularly,
fertilized and fumigated and shall be free of diseases and harmful insects at the time
of delivery. Sod shall be delivered in strips one foot wide and two feet or longer as
soil and species permit or in rolls not over six feet long. Sod shall have a minimum
of one inch thickness including roots and soil. Sod bearing holes or thinned root
pad, i.e. less than ''/2" shall be rejected. Sod shall be free of weeds, nut grass, crab
grass and other invasive plants
Grassing
LANDSCAPE MATERIALS
A. General: Includes soil preparation, applying fertilizer, planting and maintenance as
required to produce an acceptable stand of grass on the re -sodded areas.
1. Any damage to planting soil by erosion, construction equipment, construction
operations, or other damage shall be repaired prior to application of fertilizer.
Finished surface shall be smooth and even.
2. Irrigation system shall be reviewed and approved by Owner's Representative
prior to planting seed, sprigging or laying sod.
B. Soil Preparation: After the area to be grassed has been brought to finished grade,
prepare the soil by thoroughly loosening the area by plowing, discing, harrowing, or
scarifying until these areas are friable, well pulverized and acceptable to the
Owner's Representative. Add 1" of Owner approved topsoil. Any irregularities in the
surface resulting from the above operation or from other operations by the
Contractor shall be smoothed out before any subsequent operations are begun. All
roots and stones larger than 1" in any dimension, stumps and other foreign material
detrimental to final grading, proper bonding, the rise of capillary moisture, or the
proper growth of the desired plantings shall be removed.
1. The completed surface shall conform to the finished grades or subgrades
and shall have a smooth pulverized surface at the time of planting.
Any irregularities shall be corrected before the lime and fertilizer are placed.
2. Spread lime and fertilizer over the prepared surface before turning. Fertilizer
and lime shall be sufficient to correct irregularities in the soil based on soil
tests for the specified turf. Turn the soil one last time the day before planting
FY15-PRO1 Rectangular Athletic Field Re -Sodding
or placing sod.
C. Sodding
1. Prepare planting bed as described for seeded areas except that fine graded
soil shall be 1 inch below finished grade.
2. Stored sod of the species required in the schedule shall be kept moist prior to
laying. Wet all areas prior to sodding.
3. Wet all areas immediately prior to sodding.
4. Unroll the sod on the prepared soil. Lay the strips parallel with the strip ends
staggered as in bricklayers' running bond pattern. Press each successively
laid strip snugly up against the one next to it. Fill cracks, holes, joints with
clean, loose sand, free of all grass and plant seeds. Remove netting from
back of sod prior to installation.
5. Watering, fertilizing and rolling shall be done by the Contractor as described
under "Maintenance of Sodded Areas" below.
D. Maintenance of Sodded Areas: The Contractor shall be responsible for maintaining
sodded areas by properly watering, weeding and mowing the grass until an
acceptable stand has been produced, and been accepted by the Owner.
MATERIALS
1. A stand shall be considered acceptable when 95% of the total sodded area
has been covered with grass and no bare areas greater than one 6" square
exist. All cracks, joints, dips, pits and other irregularities in the surface must
have been corrected by top dressing with sand.
2. The Contractor shall be responsible for re -sodding all bare areas greater than
one 6" square with the specified mixture and for repairing and re -sodding
wash -outs and eroded areas to the original finished grade.
3. Sodded areas shall be mowed when the grass attains a height of 2 inches and
as required thereafter until the acceptance of the stand. Reel type mowers,
kept well sharpened, shall be used. Turf shall not be accepted until all sod
has knitted together and tacked to the soil.
4. All lawn areas shall be given a top dressing of fertilizer to provide 100 pounds
available nitrogen per acre when the grass has attained a satisfactory growth
and the first mowing has been performed. Nitrogen shall be derived from
Ammonium Nitrate or Nitrate of Soda.
[aVIGI X0111111111 /:l`►11]
Construction shall begin no later than ten (10) calendar days following the Notice to Proceed.
The time of completion for the project is fifteen (15) calendar days from the date of the "Notice
to Proceed." 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 request
by the Contractor on a case by case basis.
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
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
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.
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.
QC/QA TESTING OF MATERIALS
The Contractor will be responsible for all quality control testing (sampling, testing, and
inspections) of materials incorporated into the project.
Contractor will be responsible for replacing any work performed 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.
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
SCHEDULE OF EVENTS
FOR REFERENCE ONLY - DO NOT SUBMIT WITH BID RESPONSE
Release of ITB
March 25, 2015
Deadline for Written Questions April 7, 2015 @ 5:00 PM
*Submit via E -Mail (preferred) or Fax to Honor Motes of Purchasing Office
City of Milton Addendum (on or about) April 14, 2015
(Official answers to questions and potential changes to ITB. Addendum will be posted at
the same web locations as the ITB)
Bids due April 21, 2015 at 2:00 p.m.
Bids are due to: City of Milton
Attn: Honor Motes, Purchasing Office
13000 Deerfield Pkwy
Suite -107F
Milton, Ga. 30004
Contract Award (On/about) May 18, 2015
FYI 5-PRO1 Rectangular Athletic Field Re -Sodding
HOME OF
ESTABLISHED 2006
ACKNOWLEDGEMENT
CEI]PT OF ADDENDUM][ #1
ITB 15-P OI
Upon receipt of documents, please email, fax or mail this page to:
City of Milton
Attn: Honor Motes, Purchasing Office
13000 Deerfield Pkwy
Suite 107F
Milton, GA 30004
Phone: 678-242-2507
Fax: 678-242-2499
Email: honor.motes(i�,cityofmiltonga.us
I hereby acknowledge receipt of documents pertaining to the above referenced ITB.
COMPANY NAME: Tri Scapes, Inc.
CONTACT PERSON: Ryan Hogan
ADDRESS: 1595 Peachtree Parkway, Suite 204-396
CITY: Cumming STATE: GA ZIP: 30041
PHONE: 770-752-4698 FAX: 770-752-6792
EMAIIJA-DDRESS:'i ryan@triscapes.com
4/15/15
Signat,�'re 'j �� Date
ADDENDUM #1
l ` ITB 15 -PRO 1 — Addendum #I
'Oft
beend Result Report 19 K901ERB
MFP
'TA Ka'fa 35516 04/15/2015 07:48
Firmware Version 2N42000.003.032 2014.01.16 [2N41000.002.0011 [2N4_1100.001.0021 [2N4_7000.003.0321
11IMENEIIIIINIM I WEIME - =1117/111�11
Job No.: 012494 Total Time: 0'01'16" Page: 002
Document: doc01249420150415074326
.HOME QF THE BEST GUALRY 0F,LIFE jLja.E.0RGLA'
MMIL10i I -I'm
ESTABLISHED 2006
ACKNOWLEDGEMENT
RECEIPT OF ADDENDUM #1
IT1315-PRO2
Upon molpt of documents, please email, fax or mail this page to:
No. Date and Time Destination
001 04/15/15 07:44 6782422499
City of Milton
Attn: How Mqfts, Pur0asing 00oe
13000 Deerfield Fl-,vy
Suite 107F
Milton, GA 30004
Phone. 678-2422507
Fax: 678-242-2499
Email: honor.motesAcity
ofmiltongams
Times Type Result
0'01'16" FAX OK
Resolution/ECM
200x100 Normal/On
1 ( L8H4201545 1
HOME OF'!_:-. E,
ESTABLISIIED 2006
ACKNOWLEDGEMENT
CEIPT OF ADDENDUM #2
ITP 15-PRO1
Upon receipt of documents, please email, fax or mail this page to:
City of Milton
Attn: Honor Motes, Purchasing Office
13000 Deerfield Pkwy
Suite 107F
Milton, GA 30004
Phone: 678-242-2507
Fax: 678-242-2499
Email: honor. motes6Dcityofmiltonra.us
I hereby acknowledge receipt of documents pertaining to the above referenced ITB.
COMPANYNAME: Tri Scapes, Inc.
CONTACT PERSON: Ryan Hogan
ADDRESS: 1595 Peachtree Parkway, Suite 204-396
CITY: Cumming STATE: GA ZIP: 30041
PHONE: 770-752-4698 FAX: 770-752-6792
EMAIL -ASD +-SSt\l(
@triscapes . com
'',) )f,� 4/22/15
Signature I (� Date
ADDENDUM 41 \
ITB I5 -PRO I - Addendum 92
Send Result Report 18KYOUR111
111
Job No.: 012946 Total Time: 0°00'09" Page: 001
Document: docO129462O15O4221O2358
HOME OPTHE BEST QUALITY OF LIFE IN GEORGIA`
ESTABLISHED 2006
ACKNOWLEDGEMENT
RECEIPT OF ADDENDUM #2
ITB 15-PROl
Upon receipt of documents, please -email, fax or mail this page to:
No. Date and Time Destination
001 04/22/15 10:24 6782422499
City of Milton
Attn: Honor Motes, Purchasing Office
13040 Deerfield Pkxvy
Suite 1.07F
Milton, GA 34004
Phone: 4578242-2507
Fax: 678-242-2499
Email; hmor.motesA ityo(miltonaams
Times Type Result
0°00'09" FAX OK
Resolution/ECM
200x100 Normal/On
[ L8H4201545 1
License No. GCC0003381 Status: Active
Expires: 6/30/2016
Issued: 11/23/2011
Tri Scapes Inc
380 Mullinax Road
Alpharetta GA 30004
Rebecca Martin
111111111111111111111111111111111111 1111111111111 Real-time license verification is available at sos.georgia gov/PLB
Above is your license issued by the Georgia State Board of Residential and General Contractors. A pocket -sized license card is below.
Please make note of the expiration date on your license. It is your responsibility to renew your license before it expires. License renewals
may be completed prior to the expiration date via the Board's website or by obtaining a paper renewal from the Board office.
Reminder: It is your responsibility to keep your insurance current. Please provide the Board with a copy of your Certificate of Insurance
each time your insurance is renewed. The Board does receive copies of cancellation notices which will affect the status of your license.
It is the licensee's responsibility to notify the board office immediately of any change of name or address. You may update your address
online at the board's website at www.sos.ga.gov/plb/contractors/ .
You may contact the Board at:
GEORGIA STATE BOARD FOR RESIDENTIAL & GENERAL CONTRACTORS
237 COLISEUM DRIVE, MACON, GEORGIA 31217-3858
478-207-2440 (phone) website: www.sos.ga.gov/plb/contractors/
9 STATE OF GEORGIA
Brian P. Kemp, Secretary of State
Board for Residential and General Contractors
General Contractor Company
License No. GCC0003381 - Active
Tri Scapes Inc
380 Mullinax Road
Alpharetta GA 30004
Issued: 11/23/2011
Expires 6/30/2016 Rebecca Martin
Real-time license verification is available at sos.georgia.gov/PLB
STATE OF GEORGIA
Brian P. Kemp, Secretary of State
a
Board for Residential and General Contractors
General Contractor Company
License No. GCC0003381 Status: Active
Expires: 6/30/2016
Issued: 11/23/2011
Tri Scapes Inc
380 Mullinax Road
Alpharetta GA 30004
Rebecca Martin
111111111111111111111111111111111111 1111111111111 Real-time license verification is available at sos.georgia gov/PLB
Above is your license issued by the Georgia State Board of Residential and General Contractors. A pocket -sized license card is below.
Please make note of the expiration date on your license. It is your responsibility to renew your license before it expires. License renewals
may be completed prior to the expiration date via the Board's website or by obtaining a paper renewal from the Board office.
Reminder: It is your responsibility to keep your insurance current. Please provide the Board with a copy of your Certificate of Insurance
each time your insurance is renewed. The Board does receive copies of cancellation notices which will affect the status of your license.
It is the licensee's responsibility to notify the board office immediately of any change of name or address. You may update your address
online at the board's website at www.sos.ga.gov/plb/contractors/ .
You may contact the Board at:
GEORGIA STATE BOARD FOR RESIDENTIAL & GENERAL CONTRACTORS
237 COLISEUM DRIVE, MACON, GEORGIA 31217-3858
478-207-2440 (phone) website: www.sos.ga.gov/plb/contractors/
9 STATE OF GEORGIA
Brian P. Kemp, Secretary of State
Board for Residential and General Contractors
General Contractor Company
License No. GCC0003381 - Active
Tri Scapes Inc
380 Mullinax Road
Alpharetta GA 30004
Issued: 11/23/2011
Expires 6/30/2016 Rebecca Martin
Real-time license verification is available at sos.georgia.gov/PLB
ATri Scapes
Sports Field and School Field Renovations
1. Company Name: Cherokee County Board of Education
Brief Description of Project:
Cherokee County Athletic Field Renovations — Demos existing and install sod at Creekview High School Practice
and Stadium Fields, Sequoyah High School Practice Field, River Ridge High School Practice and Stadium Fieids,
Woodstock High School Practice and Stadium Fields, Etowah High School Practice Field and Cherokee High School
Practice Field
Completion Date: 2014
Contact Person: Randy Evans, Supervisor of Maintenance
Telephone: 770-479-4268 ext. 8441
Fax: 770-720-4018
Email: randv.evans@cherokee.k12.ga.us
2. Company Name: City of Alpharetta Parks & Recreation Department
Brief Description of Project: Demo existing and replace sod at Webb Bridge Park Upper Soccer Field
Completion Date: 2014
Contact Person: Danny Vaughan, Park Supervisor
Telephone: 770-851-0972
Fax: 678-297-6101
Email: dvaughan@alpharetta.ga.us
3. Company Name: City of College Park
Brief Description of Project:
Bill Badgett Stadium Practice Field Renovation - Striping, scarifying and plowing ground of existing field, root zone,
laser grading, installation of irrigation system including 500' of mainline to source to controller and installation of sod.
Completion Date: 2012
Contact Person: Keith James, Director of Recreation
Telephone: 404-669-3767
Fax: 440-669-3799
Email: kiames@collegeparkga.corn
4. Company Name: Paulding County School District
Brief Description of Project:
North Paulding County High School — Fine grade areas where sod is being replaced and check with laser to ensure
proper drainage, repair any irrigation parts and install replacement sod.
Completion Date: 2014
Contact Person: Greg Cherry, Assistant Principal/Athletic Director
Telephone: 770-443-9400 ext. 42003
Fax: 678-363-8544
Email: GCherry@pauldingAl2.ga.us
EXHIBIT "C"
BONDS
PERFORMANCE BOND
CITY OF MILTON, GEORGIA
KNOW ALL MEN BY THESE PRESENTS THAT Tri Scapes, Inc. (as
CONTRACTOR, hereinafter referred to as the "Principal"), and FCCI Insurance Company
(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 any "Claimant," as hereinafter defined, in the sum of
forty eight thousand, seven hundred seventy two dollars and twenty five cents ($48,772.25),
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, finely by these presents.
WHEREAS, the Principal has entered, or is about to enter, into a certain written
agreement with the City, dated the of , 2015 which is incorporated
herein by reference in its entirety (hereinafter referred to as the "CONTRACT"), for the
construction of a project known as Rectangular Athletic Field Re -Sodding, (hereinafter referred
to as "the 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 requirements of the Contract, including and during the period of
any warranties or guarantees required thereunder, 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 any and all losses, liability and
damages, claims, judgments, liens, costs and fees of every description, including
but not 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 Conti -actor's Surety hereby waives notice of any and all modifications, omissions,
additions, changes and advance payments or deferred payments in or about the Contract, and
agrees that the obligations undertaken by this Bond 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 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 or
attorneys -in -fact, this
Attest:
Title: ,cYl/fZ`(
Date:
(SEAL)
Attest:
r
Date:
day of , 2015.
Tri Scapes, Inc.
By: G
Title: (SEAL)
Title: Attorey In Fact
(ATTACH SURETY'S POWER OF ATTORNEY)
PAYMENT BOND
CITY OF MILTON, GEORGIA
KNOW ALL MEN BY THESE PRESENTS THAT Tri Scapes, Inc. (as CONTRACTOR,
hereinafter referred to as the "Principal"), and FCCI Insurance
Company
(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
any "Claimant," as hereinafter defined, in the sum of forty eight thousand, seven hundred
seventy two dollars and twenty five cents ($48,772.25), 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 "CONTRACT"), for the construction of a project
known as Rectangular Athletic Field Re -Sodding (hereinafter referred to as "the PROJECT").
NOW THEREFORE, the condition of this 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.
A "Claimant" shall be defined herein as any Subcontractor, person, Party, partnership,
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 bond 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 authorized officers on
this day of , 2015.
Tri Scapes, Inc.
Title: TF r—sl,&VL. l ( Fo (SEAL)
(Signatures Continued on Next Page)
Attest:
Title:`"e��`i y
Date:
(SEAL)
Attest:
Date:
FCCI Insurance Company
Tit
(ATTACH SURETY'S POWER OF ATTORNEY)
FCCI INSURANCE
GROUP
More than a policy. A promise.
GENERAL POWER OF ATTORNEY
10-020942
Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under
the laws of the State of Florida (the "Corporation") does make, constitute and appoint:
Angie Ferguson: Christy Lackey; Fred Mitchell; Carrie J Key; Keith H Dillon; Emmett H Hall
Each, its true and lawful Attorney -In -Fact, to make, execute. seal and deliver, for and on its behalf as surety, and
as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed
under this authority shall exceed the sur of (not to exceed $5,000,000): $5,000,000.00
This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That
resolution also authorized any further action by the officers of the Company necessary to effect such transaction.
The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile
signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any
bond, undertaking or contract of surety to which it is attached.
In witness whereof, the FOCI Insurance Company has caused these presens to be signed by its duly authorized
officers and its corporate Seal to be hereunto affixed; this 221D day of SeptN ember 2011
Attes
�Craiiinn, President °� F ` Thoma . Koval Esq., EVP, Chie • Officer,
FCCI nsur:�., ce Company SEAL Govi3oftent Affairs and Corporate Secretary
4,oss�yr FCCi insurance Company
State of Florida
County of Sarasota
Before me this day personally appeared Craig Johnson, who is personally known to me and who executed the
foregoing document for the purposes expressed therein.
ARLENE CUEMAN
My commission expires: 9/25/2016 Notarya4,zee�2...
MY COMM E0a Sept. 25, 2016
No. EE 213092 Notary Public
State of Fiorida
County of Sarasota
Before me this day personally appeared Thomas A. Koval, Esq., who is personally known to me and who
executed the foregoing document for the purposes expressed therein.
ARLENE CUEMAN
My commission expires: 9/25/2016 �Pubk,SweofFlorida
p Mr Comm. EVinN Sept. 25, 2016
No. EE 213092 Notary Public
CERTIFICATE
I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the
foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 24, 2011
Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force.
Dated this day of ,
Thoma . Koval, Esq., EVP, ' Legal Officer,
Gov*LgMent Affairs and Corporate e retary
1-10NA-3592-NA-0A, 9,14
i,
S�l SENSITIVE SHS I
DocuGard #`04546 contains a security pantograph, blue background, heat -sensitive ink, coin -reactive watermark, and microtext printing on border. eFSwTN MEA1 oPto�
EXHIBIT "D"
NONCOLLUSION AFFIDAVIT OF PRIME PROPOSER
STATE OF GEORGIA
CITY OF MILTON
9becc." M.0 Ji Vl , being first duly sworn, deposes and says that:
(1)>He is ?rc-. i'1e—. C Fc, (Owner, Partner, Officer, Representative, or Agent) of
Tri Scapes, 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
age s, epresentatives, owners, employees, or parties in interest, including this affidavit.
6) Proposer s t irectly or indirectly violated O.C.G.A. § 36-91-21(d).
rCl�' GG�
Signature of Authorized Officer or Agent
Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED AND SWORN TO
THIS5� DAY OF
NotaYy IPJlic
%111111#1o,
HpMBF o,��i
00:cStj�����Y��
Vb a I
T' t�l �w.�o urs y •• • ^•
My Commission Expires 7- Irt-i� �i�EE�COV���`�`
Date 111111WO
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 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 "F" 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.
12 ?�'&I� l
siic� Pilot Pro m ser Identification Number
BY: Authorized Officer br Agent Date
Tri Scapes, Inc.
�►'es►dot � GFS
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 At a q 2015
GNAM8%-"ezo
- . -.,�
Notary lic �^; e ��Y 9F�;41.0
My Commission ExpRq:iS =o _ cr
No
LUZ
n '� pVOV ob. CO 2
• a•
%y(t9so JUL,( 1%.X .`
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 Tri Scapes, 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
Print 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 , 2015
Notary Public
My Commission Expires:
Ak n® CERTIFICATE OF LIABILITY INSURANCE
DATE
5/6/2015 rr'
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(les) 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
PointeNorth Insurance Group, LLC
PO Box 724728
Atlanta GA 31139
CONTACT AngieFerguson
Fer
NAME: g g
PHONE fAIC.. (770)858 -7540 AIC No: (770)858-7545
E-MAIL gusonP
ADDRESS: r afe@ ointenorthins.com
INSURERS AFFORDING COVERAGE NAIC it
INSURER A Association Casualty Ins. A- 35629
INSURED
Tri Scapes, Inc. QR Martin
1595 Peachtree Pkwy #204-396
Cumming GA 30041
INSURERB:COlumbia National Ins Co. A- 19640
INSURER C:Technology Insurance Co. A 42376
INSURER D:
INSURER E :
INSURERF:
COVERAGES CERTIFICATE NUMBER:CL1412134867 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 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.
INSR
LTR
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
Milton, GA 30004
GENERAL LIABILITY
William Skeeles/FN2
EACH OCCURRENCE $ 1,000,000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OCCUR
X
CMPGA0000103106
2/1/2014
2/1/2015
DAMAGE TO RENTED300 000
PREMISES Ea occurrence $ �
MED EXP (Any one person) $ 10,000
PERSONAL &ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'LA GGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $ 2,000,000
POLICY X PRO- LOC
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident $ 1,000,000
BODILY INJURY (Per person) $
B
X
ANY AUTO
ALL OWNED SCHEDULEDX
AUTOS AUTOS
APGA0000030032
2/1/2014
2/1/2015
BODILY INJURY (Per accident) $
NON -OWNED
HIRED AUTOS AUTOS
PROPERTY DAMAGE $
Per accident
X
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE S 5,000,000
AGGREGATE $ 5,000,000
B
EXCESS LIAB
CLAIMS -MADE
DED I X I RETENTION$ 10,000
$
UPGA25024
2/1/2014
2/1/2015
C
WORKERS COMPENSATIONX
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR/PARTNER/EXECUTIVE
H-
R I I OTR
WC IS
E.L. EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED? E]N
(Mandatory in NH)
/ A
C3423466
/1/2014
/1/2015
E.L. DISEASE - EA EMPLOYE $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT I $ 1 000 000
A
INLAND MARINE
M4PGA0000103106
2/1/2014
2/1/2015
LEASED/RENTED $250,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Project: FY15-PROl Rectangular Athletic Field Re -Sodding.
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2010/05)
INS02.5 (gninmi m
©1988-2010 ACORD CORPORATION. All rights reserved.
The Ar f)Pn nnme nnrt Innn nrn renie4ereA mnrkc of ArORn
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Milton
ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: City Manager
AUTHORIZED REPRESENTATIVE
13000 Deerfield Parkway,
Suite 107F
Milton, GA 30004
/
William Skeeles/FN2
ACORD 25 (2010/05)
INS02.5 (gninmi m
©1988-2010 ACORD CORPORATION. All rights reserved.
The Ar f)Pn nnme nnrt Innn nrn renie4ereA mnrkc of ArORn
CA -500 (7-09)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO PREMIER ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
A. COVERED AUTOS
SECTION 1 — COVERED AUTOS, Paragraph C. Certain Trailers, Mobile Equipment And
Temporary Substitute Autos is amended by adding the following:
If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the
Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not
own while used with the permission of its owner as a temporary substitute for the covered "auto"
you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction.
B. LIABILITY COVERAGES
SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage, 1. Who Is An Insured is
amended to include the following:
d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on
the effective date of the Coverage Form. However, the Named Insured does not include any
subsidiary that is an "insured' under any other automobile policy or would be an "insured"
under such a policy but for its termination or the exhaustion of its Limit of Insurance.
e. Any organization that is acquired or formed by you, during the term of this policy and over
which you maintain majority ownership. However, the Named Insured does not include any
newly formed or acquired organization:
(1) That is a joint venture or partnership,
(2) That is an "insured' under any other policy,
(3) That has exhausted its Limit of Insurance under any other policy, or
(4) 180 days or more after its acquisition or formation by you, unless you have given us
notice of the acquisition or formation.
Coverage does not apply to "bodily injury" or "property damage" that results from an accident
that occurred before you formed or acquired the organization.
f. Any employee of yours while acting in the course of your business or your personal affairs
while using a covered "auto" you do not own, hire or borrow.
CA -500 (7-09) Page 1 of 7
CA -500 (7-09)
g. Any person or organization whom you are required to add as an additional insured on this
policy under a written contract or agreement; but the written contract or agreement must be:
(1) Currently in effect or becoming effective during the term of this policy; and
(2) Executed prior to the "bodily injury" or "property damage".
The additional insured status will apply only with respect to your liability for "bodily injury" or
"property damage" which may be imputed to that person(s) or organization(s) directly arising
out of the ownership, maintenance or use of the covered "autos" at the locations(s)
designated, if any.
Coverage provided by this endorsement will not exceed the limits of liability required by the
written contract or written agreement even if the limits of liability stated in the policy exceed
those limits. This endorsement shall not increase the limits stated in Section 11. C. Limit of
Insurance.
For any covered "auto" you own, this Coverage Form provides primary coverage.
SECTION 11 — LIABILITY COVERAGE in Paragraph A. Coverage, 2. Coverage Extensions, a.
Supplementary Payments is amended to replace the following:
(2) We will pay up to $2,500 for the cost of bail bonds (including bonds for related traffic law
violations) required because of an "accident" we cover. We do not have to furnish these
bonds.
(4) We will pay all reasonable expenses incurred by the "insured" at our request, including
actual loss of earnings up to $500 a day, because of time off from work.
SECTION II — LIABILITY COVERAGE in Paragraph B. Exclusions, 6. Care, Custody Or Control
is amended by adding the following:
This Care, Custody Or Control exclusion does not apply to property not owned by any "insured",
subject to the following:
a. The most we will pay under this exception for any one "accident" is $1,000; and
b. A deductible of $500 per "accident" applies to this exception.
C. PHYSICAL DAMAGE COVERAGES
SECTION III — PHYSICAL DAMAGE COVERAGE
Coverage is amended as follows:
Paragraph 2. Towing under A. Coverage is replaced with:
2. Towing and Labor
We will pay towing and labor costs incurred, up to the limits shown below, each time a
covered "auto" classified and rated as a private passenger type, "light truck" or "medium
truck" is disabled.
CA -500 (7-09) Page 2 of 7
CA -500 (7-09)
(a) For private passenger type vehicles or "light trucks", we will pay up to $75 per
disablement. "Light trucks" have a gross vehicle weight (GVVV) of 10,000 pounds or
less.
(b) For "medium trucks", we will pay up to $150 per disablement. "Medium trucks" have
a gross vehicle weight (GVVV) of 10,001 lbs. to 20,000 pounds.
However, the labor must be performed at the place of disablement.
Paragraph 4. Coverage Extensions, a. Transportation Expenses under A. Coverage is
amended to provide the following limits:
We will pay up to $50 per day to a maximum of $1,500. All other terms and provisions of this
section remain applicable.
The following is added to 4. Coverage Extensions:
C. Theft Recovery Expense
If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay
the expense of returning that stolen auto to you. The limit for this coverage extension is
$5,000.
d. Rental Reimbursement
We will provide Rental Reimbursement and Additional Expense coverage only for those
Physical Damage coverages for which a premium is shown in the Declarations or
schedule pages. Coverage applies only to a covered "auto" of the private passenger or
light truck (10,000 lbs. or less gross vehicle weight) type for which Physical Damage
coverages apply.
(1) We will pay for auto rental expense and the expense incurred by you because of
"loss" to remove and transfer your materials and equipment from a covered "auto" to
a covered "auto". Payment applies in addition to the otherwise applicable coverage
you have on a covered "auto". No deductible applies to this coverage.
(2) We will pay only for expenses incurred during the policy period and beginning 24
hours after the "loss" and ending, regardless of the policy's expiration, with the
lesser of the following number of days:
(a) The number of days reasonably required to repair or replace the covered
"auto". If "loss" is caused by theft, this number of days is added to the number
of days it takes to locate the covered "auto" and return it to you, or
(b) 30 days.
CA -500 (7-09) Page 3 of 7
CA -500 (7-09)
(3) Our payment is limited to the lesser of the following amounts:
(a) Necessary and actual expenses incurred; or
(b) $35 per day.
(c) This coverage does not apply while there are spare or reserve "autos"
available to you for your operations.
(d) If "loss" results from the total theft of a covered "auto" of the private passenger
or light truck type, we will pay under this coverage only that amount of your
rental reimbursement expense which is not already provided for under the
SECTION 111 — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4.
Coverage Extensions, a. Transportation Expenses.
e. Personal Effects
If you have purchased Comprehensive Coverage on this policy for an "auto" you own
and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for
Personal Effects stolen with the "auto". The insurance provided under this provision is
excess over any other collectible insurance. For this coverage extension, Personal
Effects means tangible property that is worn or carried by an "insured". Personal Effects
does not include tools, jewelry, guns, musical instruments, money or securities.
Audio, Visual and Data Electronic Equipment Coverage
We will pay for "loss" to any electronic equipment that receives or transmits audio, visual
or data signals and that is not designed solely for the reproduction of sound. This
coverage applies only if the equipment is permanently installed in a covered "auto" at the
time of the "loss" or the equipment is removable from a housing unit which is
permanently installed in a covered "auto" at the time of the "loss", and such equipment is
designed to be solely operated by use of the power from the "auto's" electrical system, in
or upon the covered "auto".
(1) We will pay with respect to a covered "auto" for "loss" to any accessories used with
the electronic equipment described above. However, this does not include tapes,
records or discs.
(2) In addition to the exclusions that apply to Physical Damage Coverage, with
exception of the exclusion relating to audio, visual and data electronic equipment,
the following exclusion applies:
We will not pay for any electronic equipment or accessories used with such
electronic equipment that are:
(a) Necessary for the normal operation of the covered "auto" for the monitoring of
the covered "auto's" operating system; or
CA -500 (7-09) Page 4 of 7
CA -500 (7-09)
(b) Both:
An integral part of the same unit housing any sound reproducing equipment
designed solely for the reproducing of sound if the sound reproducing
equipment is permanently installed in the covered "auto"; and
Permanently installed in the opening of the dash or console normally used by
the manufacturer for the installation of a radio.
(3) With respect to this coverage, the most we will pay for all "loss" of audio, visual or
data electronic equipment and any accessories used with this equipment as a result
of any one "accident" is the lesser of:
(a)The actual cash value of the damaged or stolen property as of the time of the
"loss";
(b) The cost of repairing or replacing the damaged or stolen property with other
property of like kind and quality; or $1,000;
minus a deductible of $100.
An adjustment for depreciation and physical condition will be made in determining
actual cash value at the time of loss. If a repair or replacement results in better than
like kind or quality, we will not pay for the amount of the betterment.
If there is other coverage provided for audio, visual and data electronic equipment, the
coverage provided herein is excess over any other collectible insurance.
Paragraph 3. under B. Exclusions is amended by adding the following language:
If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion
does not apply to mechanical breakdown relating to the accidental discharge of an air bag.
This coverage applies only to a covered auto you own and is excess of any other collectible
insurance or warranty. No deductible applies to this coverage.
Paragraph C. Limit of Insurance is amended by adding the following language:
4. In the event of a total "loss" to a covered "auto" shown in the Schedule pages, subject at
the time of the "loss" to a loan or lease, we will pay any unpaid amount due on the lease
or loan for a covered "auto" less:
a. The amount paid under the Physical Damage Coverage Section of the policy;
and
b. Any:
(1) Overdue lease / loan payments at the time of the "loss";
(2) Financial penalties imposed under a lease for excessive use, abnormal wear
and tear or high mileage;
(3) Security deposits not returned by the lessor;
CA -500 (7-09) Page 5 of 7
CA -500 (7-09)
(4) Costs for extended warranties, Credit Life Insurance, Health, Accident or
Disability Insurance purchased with the loan or lease; and
(5) Carry-over balances from previous loans or leases.
Paragraph D. Deductible is amended by adding the following:
Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to
glass breakage if the damaged glass is repaired, rather than replaced.
D. CONDITIONS
SECTION IV — BUSINESS AUTO CONDITIONS, Subsection A., Loss Conditions
Coverage is amended as follows:
The following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss:
d. Knowledge of any "accident", "claim", "suit" or "loss" will be deemed knowledge by you
when notice of such "accident", "claim", "suit" or "loss" has been received by:
(1) You, if you are an individual;
(2) Any partner or insurance manager if you are a partnership
(3) An executive officer or insurance manager, if you are a corporation;
(4) Your members, managers or insurance manager, if you are a limited liability
company; or
(5) Your officials, trustees, board members or insurance manager, if you are a not-for-
profit organization.
The following language is added to 5. Transfer of Rights of Recovery Against Others to Us:
However, we waive any rights of recovery we may have against the person or organization
with whom you have agreed in writing in a contract, agreement or permit, to provide insurance
such as is afforded under the policy to which this endorsement is attached. This provision
does not apply unless the written contract or written agreement has been executed, or permit
has been issued, prior to the "bodily injury" or "property damage".
SECTION IV — BUSINESS AUTO CONDITIONS, Subsection B. General Conditions
Coverage is amended as follows:
The following is added to 2. Concealment Misrepresentation or Fraud:
Your unintentional error is disclosing or failing to disclose any material fact existing at the
effective date of this Coverage Form, or during the policy period in connection with any
additional hazards, will not prejudice your rights under this Coverage Form.
CA -500 (7-09) Page 6 of 7
CA -500 (7-09)
Paragraph 5.b. of 5. Other Insurance is replaced by the following:
b. (1) For "Comprehensive" and "Collision" Auto Physical Damage provided by this
endorsement, the following are deemed to be covered "autos" you own:
(a) Any covered "auto" you lease, hire, rent or borrow; and
(b) Any covered "auto" hired or rented by your "employee" under a contract in that
individual "employee's" name, with your permission, while performing duties
related to the conduct of your business.
However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered
"auto".
(2) Limit of Insurance For This Section
The most we will pay for any one "loss" is the lesser of the following:
(a) $50,000 per accident, or
(b) actual cash value at the time of loss, or
(c) cost of repair.
minus a $500 deductible. An adjustment for depreciation and physical condition
will be made in determining actual cash value in the event of a total loss. No
deductible applies to "loss" caused by fire or lightning.
(3) This Hired Auto Physical Damage coverage is excess over any other collectible
insurance.
(4) Definitions For This Section
(a) Comprehensive Coverage: from any cause except the covered "auto's"
collision with another object or the covered "auto's" overturn. We will pay
glass breakage, "loss" caused by hitting a bird or animal and "loss" caused by
falling objects or missiles.
(b) Collision Coverage: caused by the covered "auto's" collision with another
object or by the covered "auto's" overturn.
E. DEFINITIONS
SECTION V — DEFINITIONS, Paragraph C. is replaced by the following:
"Bodily injury" means bodily injury, sickness or disease sustained by a person including death
resulting from any of these. The definition of "bodily injury" is amended to include mental anguish
resulting from any bodily injury, sickness or disease sustained by a person.
CA -500 (7-09) Page 7 of 7
CG -501 (2-13)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY PREMIER SUPPLEMENT
(CONTRACTORS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The following supplemental coverages apply only to contractor classifications covered by this policy:
SECTION 11 —WHO IS AN INSURED
The following paragraph is added:
S. Any person or organization whom you have agreed in writing in a contract or agreement, prior to
a loss, that such person or organization be added as an additional insured, but only with respect
to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" for
the additional insured and included in the "products -completed operations hazard".
With respect to the insurance afforded to these additional insureds, the insurance provided is
primary insurance and we will not seek contribution from any other insurance available to the
additional insured as long as you and the additional insured have agreed in writing in a contract or
agreement executed prior to a loss that such person or organization be added as an additional
insured on a primary non-contributory basis.
CG -501 (2-13) Page 1 of 1
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13
(Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce
our right against the person or organization named in the Schedule. (This agreement applies only to the extent that
you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
Any person or organization as required by written contract 1,336.00
N This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
U
a
Endorsement Effective 7/1/2014 Policy No. TWC3423466 Endorsement No. WC000313
Insured Tri Scapes, Inc Premium $ 49051
Nil
1O0 Insurance Company Technology Insurance Company
N
O
+' Countersigned by
99
Cn
N
N
0 1983 National Council on Compensation Insurance.
CG -500 (7-13)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY PREMIER ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SECTION I - COVERAGES - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY
Paragraph (2) is replaced under 2. Exclusions, g. Aircraft, Auto Or Watercraft by the following:
(2) A watercraft you do not own that is:
(a) 50 feet or less; and
(b) Not being used to carry persons or property for a charge;
Paragraph (4) is replaced under 2. Exclusions, j. Damage To Property by the following:
(4) Personal property in the care, custody or control of the insured. However, coverage for personal
property in the care, custody or control of the insured will be covered up to $10,000 per
"occurrence" subject to a $1,000 per claim deductible. The aggregate limit for this coverage is
$20,000.
The following paragraph is added to 2. Exclusions, j. Damage To Property:
This exclusion does not apply to "property damage" arising out of water damage to premises that are
both rented to and occupied by you. The most we will pay for water damage to the premises,
however, is $25,000. This amount shall not be in addition to Damage To Premises Rented To You as
described in Section III - Limits Of Insurance.
The following is added to 2. Exclusions, n. Recall Of Products, Work Or Impaired Property:
This exclusion does not apply to "product recall expenses" that you incur for the "covered recall' of
"your product".
However, the following additional exclusions apply to "product recall expense":
(1) Failure of any products to accomplish their intended purpose;
(2) Breach of warranties of fitness, quality, durability or performance;
(3) Loss of customer approval, or any cost incurred to regain customer approval;
(4) Redistribution or replacement of "your product" which has been recalled by like products or
substitutes;
(5) Caprice or whim of the insured;
(6) A condition likely to cause loss of which any insured knew or had reason to know at the inception
of this insurance;
(7) Asbestos, including loss, damage or clean-up resulting from asbestos or asbestos containing
materials;
(8) Recall of "your products" that have no known or suspected defect solely because a known or
suspected defect in another of "your products" has been found;
(9) "Bodily injury" or "property damage";
(10) Any actual or alleged violation of any copyright, patent, trade dress, trademark, trade name, trade
secrets, or any other intellectual property right laws; or
(11) "Product recall expenses" you incur for "your products" which are excluded from any other
insurance written by this company.
The most we will pay for "product recall expense" arising out of the same defect or deficiency is
$25,000 per occurrence.
CG -500 (7-13) Page 1 of 8
CG -500 (7-13)
The last paragraph under 2. Exclusions is replaced by the following:
With respect to the premises while rented to you or temporarily occupied by you with permission of the
owner, Exclusions c., d., e., g., h., j., k., I., m., and n. do not apply to "property damage". A separate
limit of insurance applies to this coverage as described in Section III - Limits Of Insurance.
SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B
The following is revised:
1.b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising
out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not
have to furnish these bonds.
1.d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or
defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time
off from work.
SECTION II -WHO IS AN INSURED
Paragraph 3. is replaced by the following:
3. Any organization you newly acquire or form, other than a partnership, joint venture or limited
liability company, and over which you maintain ownership or majority interest, will qualify as a
Named Insured if there is no other similar insurance available to that organization. However:
a. Coverage under this provision is afforded only until the 180 day after you acquire or form
the organization or the end of the policy period, whichever is earlier;
b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you
acquired or formed the organization; and
c. Coverage B does not apply to "personal and advertising injuryarising out of an offense
committed before you acquired or formed the organization;
d. "Product recall expense" does not apply to "product recall expenses" arising out of any
withdrawal or recall that occurred before you acquired or formed any organization; and
e. If you are engaged in the business of construction of dwellings three stories or less in height,
or other buildings three stories or less in height and less than 25,000 square feet in area, you
will also be an insured with respect to "your work" only, for the period of time described
above, for your liability arising out of the conduct of any partnership or joint venture of which
you are or were a member, even if that partnership or joint venture is not shown as a Named
Insured. But, this provision only applies if you maintain or maintained an interest of at least
50 percent in that partnership or joint venture for the period of that relationship. This
provision does not apply to any partnership or joint venture that has been dissolved or
otherwise ceased to function for more than 36 months. This coverage extension will be
excess over any other coverage, on any basis, available to the insured, and will be subject to
the Other Insurance provisions of this policy for Excess Insurance.
The following paragraphs are added:
4. Any person or organization for whom you are performing operations when you and such person or
organization have agreed in writing in a contract or agreement that such person or organization be
added as an additional insured on your policy. Such person or organization is an additional
insured only with respect to liability for "bodily injury", "property damage" or "personal and
advertising injury" caused, in whole or in part, by:
a. Your acts or omissions; or
b. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional insured.
CG -500 (7-13) Page 2 of 8
CG -500 (7-13)
However, the insurance afforded to such additional insured:
a. Only applies to the extent permitted by law; and
b. Will not be broader than that which you are required by the contract or agreement to provide
for such additional insured.
A person's or organization's status as an additional insured under this endorsement ends when
your operations for that additional insured are completed.
With respect to the insurance afforded to these additional insureds, the following additional
exclusions apply:
This insurance does not apply to:
a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the
rendering of, or the failure to render, any professional architectural, engineering or surveying
services, including:
(1) The preparing, approving, or failing to prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders, change orders or drawings and specifications; or
(2) Supervisory, inspection, architectural or engineering activities.
This exclusion applies even if the claims against any insured allege negligence or other
wrongdoing in the supervision, hiring, employment, training or monitoring of others by that
insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the
offense which caused the "personal and advertising injury", involved the rendering of or the
failure to render any professional architectural, engineering or surveying services.
b. "Bodily injury" or "property damage" occurring after:
(1) All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) to be performed by or on
behalf of the additional insured(s) at the location of the covered operations has been
completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or
subcontractor engaged in performing operations for a principal as a part of the same
project.
With respect to the insurance afforded to these additional insureds the following is added to
Section III - Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance;
a. Required by the contract or agreement you have entered into with the additional insured; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance show in the Declarations.
5. Any person(s) or organization(s) (referred to below as vendor) but only with respect to "bodily
injury" or "property damage" arising out of "your products" which are distributed or sold in the
regular course of the vendor's business.
However:
a. The insurance afforded to such vendor only applies to the extent permitted by law; and
b. If coverage provided to the vendor is required by a contract by a contract or agreement, the
insurance afforded to such vendor will not be broader than that which you are required by the
contract or agreement to provide for such vendor.
CG -500 (7-13) Page 3 of 8
CG -500 (7-13)
With respect to the insurance afforded to these additional insureds, the following additional
exclusions apply:
a. The insurance afforded the vendor does not apply to:
(1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages
by reason of the assumption of liability in a contract or agreement. This exclusion does
not apply to liability for damages that the vendor would have in the absence of the
contract or agreement;
(2) Any express warranty unauthorized by you;
(3) Any physical or chemical change in the product made intentionally by the vendor;
(4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration,
testing, or the substitution of parts under instructions from the manufacturer, and then
repackaged in the original container;
(5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has
agreed to make or normally undertakes to make in the usual course of business, in
connection with the distribution or sale of the products;
(6) Demonstration, installation, servicing or repair operations, except such operations
performed at the vendor's premises in connection with the sale of the product;
(7) Products which, after distribution or sale by you, have been labeled or relabeled or used
as a container, part or ingredient of any other thing or substance by or for the vendor; or
(8) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for
its own acts or omissions or those of its employees or anyone else acting on its behalf.
However, this exclusion does not apply to:
(a) The exceptions contained in Sub -paragraphs (4) or (6); or
(b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make
or normally undertakes to make in the usual course of business, in connection with
the distribution or sale of the products.
b. This insurance does not apply to any insured person or organization, from whom you have
acquired such products, or any ingredient, part or container, entering into, accompanying or
containing such products.
With respect to the insurance afforded to these additional insureds the following is added to
Section 111— Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance;
a. Required by the contract or agreement you have entered into with the additional insured; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance show in the Declarations.
6. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or
organization(s) have agreed in writing in a contract or agreement that such person(s) or
organization(s) be added as an additional insured on your policy. Such person(s) or organization(s)
is an insured only with respect to liability for "bodily injury", "property damage" or "personal and
advertising injury" caused, in whole or in part, by your maintenance, operation or use of
equipment leased to you by such person(s) or organization(s).
However, the insurance afforded to such additional insured:
a. Only applies to the extent permitted by law; and
b. Will not be broader than that which you are required by the contract or agreement to provide
for such additional insured.
CG -500 (7-13) Page 4 of 8
CG -500 (7-13)
A person's or organization's status as an additional insured under this endorsement ends when
their contract or agreement with you for such leased equipment ends.
With respect to the insurance afforded to these additional insureds, this insurance does not apply
to any "occurrence" which takes place after the equipment lease expires.
With respect to the insurance afforded to these additional insureds the following is added to
Section III — Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance;
a. Required by the contract or agreement you have entered into with the additional insured; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance show in the Declarations.
7. Any person(s) or organization(s) but only with respect to liability arising out of the ownership,
maintenance or use of that part of the premises leased to you and subject to the following
additional exclusions:
This insurance does not apply to:
a. Any "occurrence" which takes place after you cease to be a tenant in that premises.
b. Structural alterations, new construction or demolition operations performed by or on behalf of
any person or organization.
However:
1. The insurance afforded to such additional insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is required by a contract or agreement, the
insurance afforded to such additional insured will not be broader than that which you are
required by the contract or agreement to provide for such additional insured.
With respect to the insurance afforded to these additional insureds the following is added to
Section III — Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance;
a. Required by the contract or agreement you have entered into with the additional insured; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance show in the Declarations.
SECTION III — LIMITS OF INSURANCE
The following paragraphs are replaced by the following:
3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for
damages because of "bodily injury" and "property damage" included in the "products -completed
operations hazard" and "product recall expense".
6. Subject to 5. above, the Damage To Premises Rented To You Limit of $300,000 is the most we will
pay under Coverage A for damages because of "property damage" to any one premises while rented
to you or temporarily occupied by you with permission of the owner.
7. Subject to 5. above, the most we will pay under Coverage C for all medical expenses because of
"bodily injury" sustained by any one person is $10,000.
CG -500 (7-13) Page 5 of 8
CG -500 (7-13)
Coverage is amended to include the following:
Designated Location General Aggregate Limit
For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences"
under Coverage A (SECTION 1), and for all medical expenses caused by accidents under Coverage C
(SECTION 1), which can be attributed only to operations at a single designated 'location":
a. A separate Designated Location General Aggregate Limit applies to each designated "location", and
that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. This
Designated Location General Aggregate Limit will apply, however, only when a written contract
exists requiring the General Aggregate Limit to apply per "location".
b. The Designated Location General Aggregate Limit is the most we will pay for the sum of all
damages under Coverage A, except damages because of "bodily injury" or "property damage"
included in the "products -completed operations hazard", and for medical expenses under Coverage
C regardless of the number of:
(1) Insureds;
(2) Claims made or "suits" brought; or
(3) Persons or organizations making claims or bringing "suits".
c. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall
reduce the Designated Location General Aggregate Limit for that designated 'location". Such
payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they
reduce any other Designated Location General Aggregate Limit for any other designated 'location".
d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense
continue to apply. However, instead of being subject to the General Aggregate Limit shown in the
Declarations, such limits will be subject to the applicable Designated Location General Aggregate
Limit.
For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences"
under Coverage A (SECTION 1), and for all medical expenses caused by accidents under Coverage C
(SECTION 1), which cannot be attributed only to operations at a single designated "location":
a. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall
reduce the amount available under the General Aggregate Limit or the Products -Completed
Operations Aggregate Limit, whichever is applicable; and
b. Such payments shall not reduce any Designated Location General Aggregate Limit.
When coverage for liability arising out of the "products -completed operations hazard" is provided, any
payments for damages because of "bodily injury" or "property damage" included in the
"products -completed operations hazard" will reduce the Products -Completed Operations Aggregate
Limit, and not the General Aggregate Limit nor the Designated Location General Aggregate Limit.
For the purposes of Designated Location General Aggregate Limit, the Definitions Section is amended by
the addition of the following definition:
"Location" means premises involving the same or connecting lots, or premises whose connection is
interrupted only be a street, roadway, waterway or right-of-way of a railroad.
The provisions of Limits Of Insurance not otherwise modified shall continue to apply as stipulated.
Designated Construction Project General Aggregate Limit
For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences"
under Coverage A (SECTION 1), and for all medical expenses caused by accidents under Coverage C (
SECTION 1), which can be attributed only to ongoing operations at a single designated construction
project:
a. A separate Designated Construction Project General Aggregate Limit applies to each designated
construction project, and that limit is equal to the amount of the General Aggregate Limit shown in
the Declarations. This Designated Construction Project General Aggregate Limit will apply,
however, only when a written contract exists requiring the General Aggregate Limit to apply per
designated construction project.
CG -500 (7-13) Page 6 of 8
CG -500 (7-13)
b. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of
all damages under Coverage A, except damages because of "bodily injury" or "property damage"
included in the "products -completed operations hazard", and for medical expenses under Coverage
C regardless of the number of:
(1) Insureds;
(2) Claims made or "suits" brought; or
(3) Persons or organizations making claims or bringing "suits".
c. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall
reduce the Designated Construction Project General Aggregate Limit- for that designated
construction project. Such payments shall not reduce the General Aggregate Limit shown in the
Declarations nor shall they reduce any other Designated Construction Project General Aggregate
Limit for any other designated construction project.
d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense
continue to apply. However, instead of being subject to the General Aggregate Limit shown in the
Declarations, such limits will be subject to the applicable Designated Construction Project General
Aggregate Limit.
For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences"
under Coverage A (SECTION 1), and for all medical expenses caused by accidents under Coverage C
(SECTION 1), which cannot be attributed only to ongoing operations at a single designated construction
project:
a. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall
reduce the amount available under the General Aggregate Limit or the Products -Completed
Operations Aggregate Limit, whichever is applicable; and
b. Such payments shall not reduce any Designated Construction Project General Aggregate Limit.
When coverage for liability arising out of the "products -completed operations hazard" is provided, any
payments for damages because of "bodily injury" or "property damage" included in the
"products -completed operations hazard" will reduce the Products -Completed Operations Aggregate
Limit, and not the General Aggregate Limit nor the Designated Construction Project General Aggregate
Limit.
If the applicable designated construction project has been abandoned, delayed, or abandoned and then
restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications
or timetables, the project will still be deemed to be the same construction project.
The provisions of Limits Of Insurance not otherwise modified shall continue to apply as stipulated.
SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS
The following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit:
You must see to it that the following are done in the event of an actual or anticipated "covered recall"
that may result in "product recall expenses":
(1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or
recalled. Include a description of "your product" and the reason for the withdrawal or recall;
(2) Cease any further release, shipment, consignment or any other method of distribution of like or
similar products until it has been determined that all such products are free from defects that could
be a cause of loss under this insurance;
(3) As often as may be reasonably required, permit us to inspect "your product" and examine your
books and records to prove the loss. Also permit us to take damaged and undamaged samples of
"your product" for inspection, testing, and analysis, and let us make copies of your books and
records.
(4) Send us a signed, sworn, proof of loss containing the information we requested to settle the claim.
You must do this within 60 days after our request. We will supply you with the necessary forms;
and
(5) Permit us to examine under oath, away from the presence of other insureds, at such times as may
reasonably be required, about any matter, relating to this insurance or your claim, including any
insured's books and records in the event of an examination. An insured's answers must be signed.
CG -500 (7-13) Page 7 of 8
CG -500 (7-13)
(6) Cooperate with us in the investigation or settlement of the claim.
Coverage is amended to include the following:
Unintentional Failure to Disclose All Hazards
Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to
disclose all such hazards at the inception date of your policy, we will not deny coverage under this
Coverage Part because of such failure. However, this provision does not affect our right to collect
additional premium or exercise our right of cancellation or non -renewal.
Liberalization
If we revise this Coverage Part to provide more coverage without additional premium charge, your
policy will automatically provide the additional coverage as of the day the revision is effective in your
state.
Transfer of Rights of Recovery Against Others to Us
We waive any right of recovery we may have against any person or organization because of payments
we make for injury or damage arising out of your ongoing operations or "your work" done under a
contract with that person or organization and included in the "products -completed operations hazard".
This waiver, however, applies only when required to waive such right of recovery by written contract
with that person or organization.
Knowledge Of Occurrence, Claim, Suit Or Loss
The requirements for reporting and sending claim or "suit" information to us, including provisions
related to the subsequent investigation of such claims or "suits," do not apply until after the
"occurrence" or offense is known to:
(1) You, if you are an individual;
(2) A partner, if you are a partnership;
(3) An "executive office" or insurance manager, if you are a corporation;
(4) Your members, managers or insurance manager, if you are a limited liability company; or
(5) Your elected or appointed officials, trustees, board members, or your insurance manager if you are
an organization other than a partnership, joint venture, or limited liability company.
SECTION V - DEFINITIONS
The following are added to SECTION V - DEFINITIONS:
"Covered recall" means a recall made necessary because you or a government body has determined
that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has
resulted or will result in "bodily injury" or "property damage".
"Product recall expense" means necessary and reasonable expenses for:
a. Communications, including radio or television announcements or printed advertisements including
stationery, envelopes and postage;
b. Shipping the recalled products from any purchaser, distributor or user to the place or places
designated by you;
c. Remuneration paid to your regular "employees" for necessary overtime;
d. Hiring additional persons other than your regular "employees";
e. Expenses incurred by "employees" including transportation and accommodations;
f. Expense to rent additional warehouse or storage space;
g. Disposal of "your product", but only to the extent that speck methods of destruction other than
those employed for trash discarding or disposal are required to avoid "bodily injury" or "property
damage" as a result of such disposal; you incur exclusively for the purpose of recalling "your
product"; and
h. Transportation expenses incurred to replace recalled products.
CG -500 (7-13) Page 8 of 8
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 Tri Scapes, Inc. or any of its
subcontractors in connection with the Rectangular Athletic Field Re -sodding 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
0 _who under oath deposes and says that he is
Tri Scapes, Inc. that he has read the above statement and that to the
belief same is an exact true statement.
Notary Public
[NOTARY SEAL]
My Commission Expires
of the firm of
best of his knowledge and
M
HOME OF '
FSTA ilLISHFD 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 12, 2015
FROM: City Manager
AGENDA ITEM: Approval of the First Amendment to the Agreement for Outside Providers
between the City of Milton and Newtown Recreation, Inc.
MEETING DATE: Monday, May 18, 2015 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: 9 YES () NO
CITY ATTORNEY REVIEW REQUIRED: 0 YES () NO
APPROVAL BY CITY ATTORNEY k APPROVED () NOT APPROVED
PLACED ON AGENDA FOR: p I Qa s
REMARKS
© YaM *.*
PHONE: 678.242-25001 FAX: 678.242.2499 al o,
Green
infoQcityofmiltonga.us I www.cityofmiltongo.us uILDLIFE Community i 'h;
13000 Deerfield Parkway, Suite 107 1 Mifton GA 30004
Page 1 of 2
To: Honorable Mayor and City Council Members
From: Jim Cregge, Parks and Recreation Director
Date: Submitted on May 12, 2015 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of the First Amendment to the Agreement for Outside Providers
between the City of Milton and Newtown Recreation, Inc.
____________________________________________________________________________
Department Recommendation:
Staff is recommending the approval of the first amendment to the agreement for outside
providers between the City of Milton and Newtown Recreation, Inc.
Executive Summary:
Newtown Recreation, Inc. is an established partner providing Parks and Recreation programming
in the city. This amendment allows Newtown Recreation to become our partner on Camp Joyful
Soles, a program that they have not previously been involved with. Partnership with Newtown
Recreation is required for the City to operate Camp Joyful Soles at the Community of Christ
Church this summer.
Funding and Fiscal Impact:
There is no financial impact as a result of this amendment.
Alternatives:
If this amendment is not approved, we will be unable to operate at the Community of Christ
Church and Camp Joyful Soles will be shut down for this year.
Legal Review:
Paul Higbee – Jarrard & Davis (April 29, 2015)
Page 2 of 2
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
1) First Amendment To Agreement For Outside Providers
HOME OF `7HE BEST QUALT'v OF LIFE IN GEORGIA'
V L
ESTABLISHED 2006
FIRST AMENDMENT TO AGREEMENT
FOR OUTSIDE PROVIDERS
WHEREAS, the City of Milton, Georgia ("City") and Newtown Recreation, Inc. ("Consultant")
have entered into a Professional Services Agreement (the "Agreement") dated January 21, 2015,
incorporated herein by reference, for the provision of summer sports camp services at various
locations; and
WHEREAS, the parties desire this J day of / !GM , 2015 to issue this First
Amendment pursuant to Section 10.1 of the Agreement addinj a new location for the provision
of such services, it being to the mutual benefit of all parties to do so, as set forth herein for the
reasons and consideration set forth herein.
NOW THEREFORE, the parties hereto agree to amend the Agreement as follows:
1. Section 1.1 of the Agreement is amended by adding the following additional location:
3315 Francis Road, Milton, GA 30004 (the "New Location").
2. Consultant has entered into, or shall enter into, a lease agreement with Stephen M. Jones,
Presiding Bishop, as Trustee for Community Church of Christ a/k/a Reorganized Church
of Jesus Christ of Latter Day Saints, Atlanta North Congregation ("Landlord") for use of
the New Location, and the provisions of this First Amendment shall only apply so long as
such lease agreement remains in place.
3. All counselors at the New Location shall be provided by the City at its sole expense.
4. The City shall also be responsible for all of the following costs: rental to Landlord for the
New Location; bus rentals, fees associated with external programs (e.g. Art Therapy,
Drama Therapy, Happy Trails); and all supplies.
5. Consultant shall owe no commission to the City regarding the New Location.
6. Except as amended by this First Amendment, it is agreed by the parties hereto that all of
the other terms and conditions of the Agreement shall remain in full force and effect.
Upon execution by all parties, this First Amendment shall be attached to and form a part
of said Agreement.
[SIGNATURES ON THE FOLLOWING PAGE]
3TMJ ou -a..
PHONE: 678.242.25001 FAX: 678.242.2499 �� enr� n
info@cityofmiltonga.us
�
E him
I www.cityollmilfonga.us
''®
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004x°
�
Amendment #I
IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to e duly executed by
their duly authorized officers as of the day and year set forth nexttoh signature.
Newtown Recr tion, Inc .
Signature:
B don All reside
SIGNED, SEALED, AND DELIVERED
in the presence of:
Attest:
Notary Public
[NOTARY SEAL]
My Commission Expires:
I
Assistant Secretary [AFFIX CORPORATE SEAL]
CITY OF MILTON:
By:
Its:
SIGNED, SEALED, AND DELIVERED
in the presence of -
Witness
Notary Public
[NOTARY SEAL]
My Commission Expires:
[CITY SEAL]
HOME OF' , %
FSTA t3L1SHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Approval of the following Subdivision Plats:
Name of Development
Action
Comments
Minor Subdivision
Sharon Danville
Plat
Create 3 lots
Minor Subdivision
R Venture, LLC
Plat
Create 2 lots
Ronnie Glen Smith & Debra Dookeran
Minor Subdivision
Combine lots 2 & 3 and
Plat
remove propeq line
Liverato-McDonell Subdivision
Minor Subdivision
Revised Survey of lots IA,
Plat Revision
1 B &2
The Manor Enclave — Phase I
Final Plat
Create lots 1-7 and 45-49
Deerfield Green — Phase IV
Final Plat
Revise lots 102-110 and
Revision
eliminate lot 360
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
Your
PHONE: 678.242.25001 FAX: 678.242.2499 Green
,i.r;�iF; 1; t=h;�hic
infoC�?cityofmiltonga.us I www.cityofmiitonga.us kCommunity � y e�s�
13000 Deerfield Porkway, Suite 107 1 Milton GA 30004
APPROVAL BY CITY MANAGER: (j�APPROVED O NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: () YES (YNO
CITY ATTORNEY REVIEW REQUIRED: O YES o�O
APPROVAL BY CITY ATTORNEY () APPROVED () NOT APPROVED
PLACED ON AGENDA FOR: d / 0
/ �c- co �
REMARKS
To: Honorable Mayor and City Council Members
From: Kathleen Field, Community Development Director
Date: Submitted on May 6 for the May 18, 2015 Regular Council Meeting
Agenda Item: Approval of Subdivision Plats
____________________________________________________________________________
Department Recommendation:
To approve the subdivision related plats and revisions as stated below.
Executive Summary:
The Milton Subdivision Regulations require that the Mayor and City Council approve all Final
Plats, final Plat Re-recording, Revisions and Minor Plats once the matter has been reviewed and
certified by the Community Development Director in accordance with the Subdivision
Regulations.
Name of Development Action Comments
Sharon Danville
Minor Subdivision
Plat
Create 3 lots
R Venture, LLC
Minor Subdivision
Plat
Create 2 lots
Ronnie Glen Smith & Debra
Dookeran
Minor Subdivision
Plat
Combine lots 2 & 3 and
remove property line
Liverato-McDonell
Subdivision
Minor Subdivision
Plat Revision
Revised Survey of lots 1A,
1B &2
The Manor Enclave – Phase I
Final Plat
Create lots 1-7 and 45-49
Deerfield Green – Phase IV
Final Plat
Revision
Revise lots 102-110 and
eliminate lot 360
Plat Revision Staff Memo
Page 2 of 2
Funding and Fiscal Impact:
None.
Alternatives:
Do not approve.
Legal Review:
None – not required.
Concurrent Review:
Chris Lagerbloom, City Manager
Attachment(s):
None.
HOME OF '
E7,BL1SHED 2000
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 11, 2015
FROM: City Manager
AGENDA ITEM: Proclamation Honoring Cambridge and Milton Students who Chose to
Serve their Country in a Military Career.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: kAPPROVED O NOT APPROVED
CITY A TTORNEY APPRO VAL REQUIRED: O YES ) NO
CITY ATTORNEY REVIEW REQUIRED. () YES K NO
APPROVAL BY CITY ATTORNEY () APPROVED ()NOT APPROVED
PLACED ON AGENDA FOR: D S r g l s
REMARKS q44
youn PHONE: 678,242.25001 FAX: 678.242.2499 Green ; Certised* ToP iou
info@cityofmilfongca.us I www.cifyofmilfonga.us WILDLEFF Community Erh;'f
13000 Deerfield Parkway, Suite 107 J Milton GA 30004
Honoring Cambridge and Milton students who chose to serve their country in a
military career
WHEREAS, one of the main responsibilities of our Federal Government is to provide for
the National Defense; and
WHEREAS, the branches of the United States Military have a long and prestigious history
of shaping and producing the finest young minds in America – producing not
only soldiers, but also scholars, national leaders and diplomats; and
WHEREAS, every year, thousands of students across America choose to pursue both higher
education and military service by attending U. S. military service academies,
military universities, or enrolling in officer training programs; and
WHEREAS, in order to qualify for selection, these students must excel in academic, athletic
and leadership abilities; and
WHEREAS, these students will be developed mentally, morally and physically and will be
imbued with the highest ideals of duty and loyalty, and with the core values of
honor, courage and commitment before being commissioned as officers; and
WHEREAS, through their dedication, these students have displayed exemplary character by
choosing to better serve their country, their community, their families and
themselves at a time in their lives when such an important choice is honorable;
and
WHEREAS, Cambridge High School students: Jaiden Carter will join the Marines;
Kassan Johnson will join the Navy; Ethan Jones will attend the Air Force
ROTC program at Georgia Tech; Brittain Spurka will attend the Army
ROTC program at the University of Georgia.
Milton High School students: Cory Amick will attend the ROTC program at
the University of Georgia; Connor Cole has been appointed to the United
States Merchant Marine Academy; Joseph Leckemby will join the Marines;
Nick Steinhaus will attend the Military Academy at West Point on
appointment.
NOW, THEREFORE, we, the Mayor and City Council of the City of Milton, hereby honor
Milton students who choose to serve their country in a military career.
Given under our hand and seal of the City of Milton, Georgia on this 18th day of May 2015.
_________________________________
Joe Lockwood, Mayor
HOME OF '
lot
ESTABL1SHM 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Proclamation Recognizing Memorial Day.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: KAPPROVED
CITY ATTORNEY APPROVAL REQUIRED: () YES
CITY ATTORNEY REVIEW REQUIRED: () YES
APPROVAL BY CITY ATTORNEY
PLACED ON AGENDA FOR
REMARKS
O APPROVED
aS1P)1J-
O NOT APPROVED
0 NO
JKNO
O NOT APPROVED
i
© you _
PHONE: 678.242,25001 FAX: 678.242.2499 Greenv ; ce«ified ; rnu Tou
info@cityotmiltonga.us I www.cityofmiltonga.us ti�� Community K"Z;" f
13000 Deerfield Parkway. Suite 107 1 Milton GA 30004
Memorial Day
WHEREAS, Memorial Day was first officially proclaimed on May 5, 1868 by General John
Logan in his General order Number 11, and in 1968, by act of Congress, it was
determined that the holiday would be observed on the last Monday in May; and
WHEREAS, from the opening battles of the American Revolution through the turmoil of the
Civil War, to World War I, World War II, Korea, and Vietnam, to the Persian
Gulf and today’s operations in the war on terror in Afghanistan, Iraq, and all
around the world, the members of our military have built a tradition of h onorable
and faithful service; and
WHEREAS, as we observe Memorial Day, we remember the more than one million Americans
who have died to preserve our freedom, the more than 140,000 citi zens who were
prisoners of war, and all those who were declared missing in action. We also
honor our veterans for their dedication to America and their sacrifice; and
WHEREAS, we have honor and privileges of living in a free count ry, and Georgia has a rich
history of great leaders who died fighting for our great nation. Today, all who
wear the uniform of the United States are serving at a crucial hour in history, and
each has answered a great call to serve our nation on the front lines of freedom.
Let us pray for the safety and strength of our troops, and for God’s blessing on
them and their families, and for those who have lost loved ones; and
WHEREAS, on this Memorial Day, we honor our fallen soldiers, and their commitment to our
country and their legacy of patriotism and sacrifices of many men and women
who answered the nation’s call to duty and fought with honor and valor and, in the
end, gave the ultimate sacrifice to safeguard the rights of all Americans; and
WHEREAS, by giving their lives in this cause of freedom, these heroes have protected and
inspired all Americans and we are truly grateful for the ir sacrifice; and
WHEREAS, the citizens of Milton join with people across the nation in remembrance of those
who died while courageously serving their country during war.
NOW, THEREFORE, we, the Mayor and City Council of the City of Milton, Georgia hereby dedicate and
proclaim Monday, May 25, 2015 as Memorial Day in the City of Milton and call this observance to the
attention of all of our citizens.
Given under my hand and seal of the City of Milton, Georgia on this 18th Day of May, 2015.
_________________________________
Joe Lockwood, Mayor
E
HOME OF 'THF BEST QLJAL,ITY OF LIFE: EN !-- n A'
MI-LTON'11�6
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Proclamation Recognizing National Public Works Week.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMAPON: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: 9APPROVED () NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED.- () YES )(NO
CITY ATTORNEY REVIEW REQUIRED: O YES kNO
APPROVAL BY CITY ATTORNEY () APPROVED {) NOT APPROVED
PLACED ON AGENDA FOR: S g S
REMARKS 441 It
10* Yaulm
PHONE: 678.242,2500jFAX: 678.242.2499al -Green r *Cvrr1t'MJ* Fop 100
infodcityollmiltonga.us J www.cityofmiltonga.us WI Community E��; �a(
13000 Deerfield Parkway, Suite 107 j Milton GA 30004 "0 �'a�
National Public Works Week
WHEREAS, public works services provided in our community are an integral part of
our citizens’ everyday lives; and,
WHEREAS, such facilities and services could not be provided without the dedicated
efforts of public works professionals, engineers, managers and employees,
who are responsible for and must plan, design, build, operate, and
maintain systems and programs such as stormwater systems, streets,
bridges and sidewalk; and,
WHEREAS, the health, safety and comfort of this community greatly depends on these
facilities and services; and
WHEREAS, the year 2015 marks the 55th annual National Public Works Week
sponsored by the American Public Works Association.
NOW, THEREFORE, we, the Mayor and the Council of the City of Milton, do hereby
proclaim the week May 17-23, 2015 as National Public Works Week in the City of Milton, and
we urge all to pay tribute to our public works professionals, engineers, managers and employees
and to recognize the contributions which public works officials make every day to our health,
safety, welfare and quality of life.
Given under my hand and Seal of the City of Milton this 18th day of May, 2015.
________________________________
Mayor Joe Lockwood
HOME OF'
MI-LTON*k
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 13, 2015
FROM: City Manager
AGENDA ITEM: Proclamation Peace Officers' Memorial Day and Its Origin in Georgia
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: APPROVED O NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: () YES VNO
CITY ATTORNEY REVIEW REQUIRED: () YES K NO
APPROVAL BY CITY ATTORNEY () APPROVED () NOT APPROVED
PLACED ON AGENDA FOR:
REMARKS
bSlbIS
® . YOUM �.
PHONE: 678.242.25001 FAX: 678.242.2499 Green ti
infoftityofmlltonga.us I www.cltyofmiltonga.us Community
13000 Deerfield Parkway, Suite 107 1 Muton GA 30004
f* * *t fnp tUJ
* C:ertified
FAR
Peace Officers’ Memorial Day and its origin in Georgia
WHEREAS, the Congress and President of the United States have designated May 15 as Peace
Officers’ Memorial Day, and the week in which May 15 falls as National Police
week; and
WHEREAS, Robert Forsyth of Augusta, Georgia, an American patriot who served as a captain
in Lee's Legion under Henry "Light Horse Harry" Lee, was selected by President
George Washington to be the first United States Marshal for the state of Georgia
and became the first U.S. Marshal and first of more than 200 U.S. Marshals and
Deputies killed in the line of duty; and
WHEREAS, from that first tragedy to the present day, the members of the law enforcement
agency of the City of Milton play an essential role in safeguarding the rights and
freedoms of the City of Milton; and
WHEREAS, it is important that all citizens know and understand the duties, responsibilities,
hazards, and sacrifices of the law enforcement agency, and that members of our
law enforcement agency remember their duty to serve the people by safeguarding
life and property, by protecting them against violence and disorder, and by
protecting the innocent against deception and the weak against oppression; and
WHEREAS, the men and women of the law enforcement agency of the City of Milton
unceasingly provide a vital public service;
Now, therefore, I, Mayor of the City of Milton, call upon all citizens of the City of Milton and
upon all patriotic, civic and educational organizations in which all of our people may join in
commemorating law enforcement officers, past and present, who, by their faithful and loyal
devotion to their responsibilities, have rendered a dedicated service to their communities and, in
so doing, have established for themselves an enviable and enduring reputation for preserving the
rights and security of all citizens.
I further call upon all citizens of the City of Milton to remember Peace Officers’ Memorial Day
in honor of those law enforcement officers who, through their courageous d eeds, have made the
ultimate sacrifice in service to their community or have become disabled in the performance of
duty, and let us recognize and pay respect to the survivors of our fallen heroes.
Given under my hand and seal of the City of Milton, Georgia on this 18th Day of May, 2015.
(Seal) ______________________
Joe Lockwood, Mayor
WA
HOME OF' E BEST ^,LITY OF LGt
yz 1-.-JTON
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 13, 2015
FROM: City Manager
AGENDA ITEM: Consideration of the Approval of an Ordinance to Amend Milton City
Code, Chapter 22, Fire Prevention and Protection
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages ifnecessary)
See attached memorandum
APPROVAL BY CITY MANAGER: V APPROVED O NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: YES (} NO
CITY ATTORNEY REVIEW REQUIRED. YES (} NO
APPROVAL BY CITY ATTORNEY WAPPROVED
PLACED ON AGENDA FOR: 4 1 S
REMARKS
ROVED
®'Youm ® ***
PHONE: 678.242.2500 FAX: 678.242.2499 Green t (crtifi'd ; fop'�a
C`sty �i
info@cityofmiltonga.us I www.cityofmiHonga.us D„SI1- Community
13000 Deerfield Parkway, Suite 107 1 Milton GA 30004 -"-" .. .. ' a
To: Honorable Mayor and City Council Members
From: Matt Marietta, Fire Marshal
Date: Submitted on May 12, 2015 for First Presentation at the May 18, 2015 Regular
Council Meeting and Unfinished Business on June 1, 2015 at the Regular Council
Meeting
Agenda Item: Consideration of the Approval of an Ordinance to Amend Milton City Code,
Chapter 22, Fire Prevention and Protection
____________________________________________________________________________
Department Recommendation:
It is the recommendation of the Fire Department and the Fire Marshal, in light of development,
pertinent consensus codes, and the fire protection system available to the Milton Community,
that the City Code of Ordinances, Chapter 22, be amended to maximize the safety of our citizens.
Executive Summary:
The current Minimum state standards enforced by Milton are an amalgam of the 2012
International Fire Code (IFC), the Life Safety Code (NFPA 101), and several additional, specific
standards, as adopted and amended by the State of Georgia. We also have an adopted city
ordinance that addresses several items not specifically delineated by state standards.
Over the past eight years, Milton has had periods of sparse development due to the decline in the
national and metropolitan economy, including several developments that were approved prior to
our 2007 assumption of services. As development has picked up, it was found that several items
in the city adopted code did not maximize our ability to provide fire and EMS services to our
citizens and that the currently adopted city codes had some internal conflict of standards.
The changes in this document are aimed at increasing the clarity of city code and at making the
most efficient and safe use of our resources. They are based on careful observation of
development trends as well as practical experience with providing service to our community.
Where available, these changes draw on portions of the 2012 IFC national consensus standards
that were not specifically adopted as a state standard, but which are left to the local jurisdictions
to regulate.
Page 2 of 2
Funding and Fiscal Impact:
No funding is required for these changes.
Alternatives:
Standards can continue to be enforced in the current ad hoc manner.
Legal Review:
Ken Jarrard – Jarrard & Davis (March 16, 2015)
Concurrent Review:
Robert Edgar, Fire Chief
Carter Lucas, Assistant City Manager
Attachment(s):
Chapter 22 with proposed deletions and additions (blue line).
ARTICLE I. - IN GENERAL
Secs. 22-1—22-18. - Reserved.
ARTICLE II. - FIRE DEPARTMENT
Sec. 22-19. - Fire chief and fire marshal appointed.
The city manager shall appoint the fire chief and the fire marshal.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 1), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 1), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, § 1), 6-
2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 1), 8-18-2008)
Sec. 22-20. - Fire prevention duties.
The fire chief shall appoint a fire marshal to coordinate fire prevention duties as described in this Chapter.
(a) Code enforcement. The fire prevention code shall be enforced by personnel in the city fire department, which is
established and which shall be operated under the supervision of the fire chief.
(b) Inspectors. The fire chief may detail members of the fire department as inspectors. If necessary these
inspectors may be reassigned to the firefighting force at the discretion of the fire chief.
(C) Public Education. The fire department shall take a proactive approach to fire prevention and life safety in the
Milton community by presenting public education and community risk reduction programs to residents and
businesses within its jurisdiction. The fire chief may detail members of the fire department as public
educators. If necessary, these educators may be reassigned to the firefighting force at the discretion of the
fire chief.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 2), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 2), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, §
2), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 2), 8-18-2008)
Sec. 22-21. - Authority at fires.
(a) The fire chief or fire officers under his or her direction shall have full control over all fire apparatus of the fire
department in service at any fire.
(1) It shall be the duty of the fire chief or his or her designee to:
a. Superintend the fire department while performing any public duty in fighting a fire;
b. Give general and specific directions as to the manner of fighting fires, such as:
1. The use of a hose and apparatus; and
2. The specific duties and assignments of the various members of the fire department in
attendance at a fire.
(2) The fire chief or his/her designee may immediately suspend any member of the fire department for
insubordination at any fire.
(b) Officers of the fire department, when at the scene of a fire or other emergency that could impact public safety
may direct or assist the city police department in directing traffic in the immediate vicinity.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 8), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 8), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, §
8), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 8), 8-18-2008; Ord. No. 11-09-111, § 1, 9-19-2011)
Sec. 22-22. - Unlawful acts interfering with firefighting activities.
(a) No person, except an active member of the fire department, shall at any time:
(1) Enter within the territory or vicinity of any fire, when the area is roped off or access is denied by the city
police or firefighters at the direction of the incident commander;
(2) Interfere with or attempt to operate any of the apparatus or equipment of the fire department or any fire
hydrant; or
(3) Interfere by giving orders to any individual, unless requested to do so by the fire chief or fire officers under
his or her direction.
(b) However, the following persons may be specifically authorized by the fire chief or his or her designee to enter
the restricted areas:
(1) The mayor or any councilmember;
(2) Any police officer or other law enforcement officer;
(3) The owner or occupant of the property;
(4) The city manager; or
(5) Any other persons.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 10), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 10), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3,
§ 10), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 10), 8-18-2008; Ord. No. 11-09-111, § 1, 9-19-2011)
Secs. 22-23—22-41. - Reserved.
ARTICLE III. - FIRE CODE
DIVISION 1. - GENERALLY
Sec. 22-42. - Applicability of state minimum fire safety standards within the corporate limits of the City of
Milton.
(a) Pursuant to Milton Resolution 07-09-59, the city adopts the state minimum fire safety standards
established in the rules and regulations promulgated pursuant to chapter 2 of title 25, including all
subsequent revisions thereof. The City of Milton will enforce the state minimum fire safety standards as
set forth in O.C.G.A. § 25-2-12(a) with respect to those buildings and structures listed in O.C.G.A. § 25-2-
13, except for hospitals, nursing homes, jails, ambulatory health care centers, and penal institutions and
except for buildings and structures which are owned and operated or occupied by the state.
(b) The City of Milton will be responsible for enforcing such fire safety standards within its jurisdiction and
will:
(1) Conduct fire safety inspections on existing buildings and structures;
(2) Review plans and specifications for proposed buildings and, structures, and developments, and
conduct fire safety inspections of such buildings and structures;
(3) Issue/approve permanent and temporary certificates of occupancy;
(4) Conduct inspections for special events, tents, public fireworks displays, and outdoor burning as
required; and
(5) Conduct origin and cause and arson investigations.
(c) The City of Milton will charge and retain appropriate fees for performing the above listed duties in
accordance with the fee schedule established by the city.
(Ord. No. 11-09-111, § 1, 9-19-2011)
Editor's note—
Section 1 of Ord. No. 11-09-111, adopted Sept. 19, 2011, repealed former § 22-42, and enacted a new § 22-42 as set out
herein. The former § 22-42 pertained to applicability of building and fire-related codes to existing buildings, and derived
from Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 15), adopted Nov. 21, 2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 15),
adopted March 17, 2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, § 15), adopted June 2, 2008; and Ord. No. 08-08-19, §
1(ch. 15, art. 4, § 15), adopted Aug. 18, 2008.
Sec. 22-43. - Authority to amend article.
Whenever there are practical difficulties involved in carrying out the provisions of this Code, the fire marshal in
conjunction with the fire chief shall have power to modify any of the provisions of this article of Milton City Code
upon an application in writing by the owner or lessee, or a duly authorized agent; provided that the fire chief
and fire marshal shall first find that special individual reason makes the strict letter of the code impractical and
the modification is in compliance with the spirit of the Code, that public safety is secured, and substantial justice
done. The particulars of such modification, when granted or allowed, and the decision of the fire chief and fire
marshal thereon shall be entered upon the records of the fire department and a signed copy shall be furnished
to the applicant.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 4), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 4), 3-17-2008; Ord. No. 08-
06-08, § 1(ch. 15, art. 3, § 4), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 4), 8-18-2008; Ord. No. 11-09-111, § 1, 9-
19-2011)
Sec. 22-44. - New materials, processes or occupancies which may require permits.
(a) The city manager, the fire chief, and the fire marshal shall act as a committee to determine and specify, after
giving affected persons an opportunity to be heard, any new materials, processes or occupancies, which
shall require permits in addition to those now enumerated in this article.
(b) The fire chief shall post the list, if any, in a conspicuous place in his or her office, and distribute copies
thereof to interested persons.
(c) The list shall be a rule and regulation of the fire department and shall be adopted by the mayor and city
council and become effective upon approval, unless otherwise specified.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 6), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 6), 3-17-2008; Ord. No. 08-
06-08, § 1(ch. 15, art. 3, § 6), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 6), 8-18-2008)
Sec. 22-45. - Appeals.
Any person aggrieved by an action of the fire chief, the fire marshal or other city official or employee of the city
fire department including, but not limited to, disapproval of an application, refusal to grant a permit, a
determination that the fire code or city ordinances does not apply or has been misconstrued, but excluding
those actions or violations which are within the purview of the state fire marshal or code violations which are
subject to the jurisdiction of municipal, state or federal court, may appeal and be heard by the city construction
board of appeals in accordance with chapter 10, buildings and building regulations, of the City Code and the
rules of the construction board of appeals.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 5), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 5), 3-17-2008; Ord. No. 08-
06-08, § 1(ch. 15, art. 3, § 5), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 5), 8-18-2008; Ord. No. 11-09-111, § 1, 9-
19-2011)
Secs. 22-46—22-64. - Reserved.
DIVISION 2. - REGULATIONS
Sec. 22-65. - City fire limits; storage of explosives, flammable liquids and liquefied petroleum gases.
(a) Districts within the city where storage of explosives, flammable liquids or liquefied petroleum gases are
restricted or permitted under this article shall be legally described in a map entitled "City of Milton Fire
District."
(b) Maps, which shall be approved by the city council and maintained in the city clerk's office, shall be available for
inspection by the public.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 3), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 3), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, §
3), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 3), 8-18-2008)
Sec. 22-66. - Obstruction of, or tampering with fire hydrant and apparatus prohibited.
(a) It is unlawful for any person to place ashes, cinders, dirt, rubbish, building material or any other material around
or in close proximity to any fire hydrant so as to cause hindrance or delay in access thereto, or prevent the free
use thereof, by the fire department. No person shall, in any way, interfere with or tamper with any fire hydrant
or attempt to take water therefrom without special authority from the fire chief or his or her designee. Any
person who violates this section shall upon conviction be punished in accordance with the general penalty in
section 1-5.
(b) Without the fire chief's consent, no person not an active member of the fire department shall at any time ride
upon any of the fire apparatus of the fire department, nor shall any person make use of any fire apparatus,
hose, or other equipment of the fire department, other than for the purpose for which the equipment was
intended.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 9), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 9), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, §
9), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 9), 8-18-2008; Ord. No. 11-09-111, § 1, 9-19-2011)
Sec. 22-67. - Open burning.
(a) State regulations incorporated. Open burning is prohibited in the city, with certain exemptions as set forth in this
section. The provisions of O.C.G.A. § 391-3-1.02(5) of the regulations promulgated by the state environmental
protection department under the Georgia Air Quality Act, as amended from time to time, are adopted and
incorporated herein by reference. A copy of said regulation shall be kept on file by the city clerk for inspection by
the public.
(b) When permitted. Open burning is prohibited in all zoning districts other than agricultural districts except under the
following circumstances and conditions:
(1) Open burning in a reasonable fashion for the purpose of cooking food for immediate human consumption is
allowed;
(2) Bonfires, recreation fires or fires used for promoting an outdoor event are allowed; provided fires in excess of
three feet across are subject to permitting by the fire department; and
(3) Warming fires in barrels of 55-gallon capacity or less are allowed at construction sites; provided that the
outside temperature is 50 degrees Fahrenheit or less and the fire does not produce dense smoke or obnoxious
odors. Untreated wood or lumber shall be the only material or substance allowed in a warming fire. Warming
fires must be attended and are authorized only at sites where no certificate of occupancy has been issued. It is
specifically declared the responsibility of all city building inspectors and other enforcement personnel to assist
the fire marshal in the regulation and enforcement of these warming fire provisions; and
(3) Fires set for purposes of training city firefighting personnel are allowed.
(c) Burning under hazardous conditions. The fire marshal may prohibit any open burning when atmospheric conditions
or local circumstances make such burning hazardous and may restrict burning in accordance with the International
Fire Code as adopted and amended by the State Fire Marshal and incorporated by reference into the City of Milton
Code.
(d) Liability of applicant. Nothing herein shall be construed to limit the liability of the landowner/applicant for any
damages caused as a result of fire.
(Ord. No. 06-11-60, § 1(ch. 12, art. 5, § 3, ch. 15, art. 3, § 12), 11-21-2006; Ord. No. 07-04-23, § 1(ch. 12, art. 5, § 3), 4-19-2007; Ord. No. 08-03-05, §
1(ch. 15, art. 3, § 12), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, § 12), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 11), 8-18-2008)
Sec. 22-68. - Sprinkler protection required.
(a) Definitions. As used in this section, the following terms shall have the meanings set forth herein:
Approved system-commercial areas means commercial areas less than 5,000 square feet, for light hazard
areas, i.e., offices and shipping areas, of commercial buildings less than 5,000 square feet a modified
sprinkler system may be used. This system may be used upon appeal to the fire marshal's office by the owner
of the building.
Approved system-commercial/residential means commercial buildings over 5,000 square feet, or residential
structures, or those structures required to be sprinkled by some other code. The term "approved system-
commercial/residential" means a sprinkler system designed in accordance with National Fire Protection
Association Standards and referenced publications.
Commercial means:
(1) A business involved in the exchange of services, productions, or property of any kind; and
(2) The buying, selling and exchange of articles.
Modified sprinkler system means a combination sprinkler system operating off the domestic water supply
designed in accordance with specifications on file in the fire marshal's office.
Multifamily residential structures means a structure with a maximum of four stories in height, except duplex
and freestanding single-family residences. The term "story" means that portion of a building included
between the upper surface of the floor and the upper surface of the floor or roof next above.
New includes any additions to existing buildings, whether vertically or horizontally, or any existing building or
structure which shall be deemed to be a new building in the event such building or structure is subject to
substantial renovation or a fire or other hazard of serious consequence. The term "substantial renovation"
means any construction project involving exits or internal features of such building or structure costing more
than the building's or structure's gross assessed value according to county tax records at the time of such
renovation.
(b) All new commercial buildings shall be protected throughout with an approved automatic fire protection
system.
(1) For buildings less than 15,000 square feet, constructed mainly for the storage of products with limited life
loss potential, some flexibility may be allowed. The owner may petition to the fire marshal for exception to
sprinklers in the storage areas.
a. The fire marshal will give consideration to such things as:
1. Building construction;
2. Products stored;
3. Arrangement of storage;
4. Number of employees in the area;
5. Access to the building; and
6. Any other fire protection features provided.
b. This exception will not be allowed for additions to existing sprinkled buildings.
c. For buildings storing materials that are water reactive or may be damaged more by water fighting a fire,
than by a fire, the fire marshal's office shall use the same considerations.
(2) Additions to existing unprotected buildings where the addition totals less than 1,000 square feet; provided,
however, the addition must be separated by fire-rated construction in accordance with the city building code
and is not required to be protected by some other applicable code.
(c) All new multifamily residential structures shall be protected throughout with an approved automatic fire
protection system.
(d) There shall be early fire detection systems in all sections of multifamily occupancies. Existing buildings may
have an approved battery operated smoke detector. The bureau of fire prevention may require a hard-wire
detection system if battery operated detectors are not maintained according to the manufacturer's
recommendation.
(e) The owner is responsible for the inspection and testing of the sprinkler system in accordance with the rules of
the state safety fire commissioner.
(f) If this Code in any way conflicts with the provisions in the city's building code, the fire prevention code, or the
State Minimum Fire Safety Standards, the more restrictive shall apply.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 14), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 14), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3,
§ 14), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 13), 8-18-2008; Ord. No. 11-09-111, § 1, 9-19-2011)
Sec. 22-69. - Plan review and inspection fee schedule relating to fire marshal requirements.
The city and fire department, in accordance with common professional practice, have established fees for plan
reviews and inspections conducted by the fire marshal or his/her designee. These fees are established in addition to
any and all fees levied by the other relevant city departments. The plan review and inspection fees are included in the
city's fee schedule.
(Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 16), 8-18-2008; Ord. No. 11-09-111, § 1, 9-19-2011)
Sec. 22-70. - Prohibited use of open-flame cooking devices.
With the exception of one- and two-family dwellings, and occupancies where buildings, balconies and decks are
protected by an automatic sprinkler system, the use of charcoal burners, gas grills, and other types of open-flame
cooking device shall be prohibited on balconies, in breezeways, within the means of emergency egress, or within ten
feet of combustible construction.
No prohibited-use grills as defined by this section may be stored in breezeways, balconies/patios, stairways or exit
access areas of the above.
Electric grille or similar electrical apparatus shall be permitted so long as they are not modified to charcoal or wood
use or produce an open flame.
(Ord. No. 11-09-111, § 1, 9-19-2011)
Secs. 22-71—22-89. - Reserved
ARTICLE IV. - KEY LOCKBOX SYSTEM
Sec. 22-90. - For commercial, residential and other locations with restricted access through locked gates.
(a) The following structures shall be equipped with a key lock box at or near the main entrance or such other
location required by the fire marshal:
(1) Commercial or industrial structures that have fire alarm and/or sprinkler systems that are secured in a
manner that restricts access during an emergency;
(2) Multifamily residential structures or single family residential developments and commercial properties that
are secured with locked gates which would prevent fire department access during an emergency; and
(3) Governmental structures and nursing care facilities with gated entrances.
(b) All newly constructed structures, communities, or complexes subject to this section shall have the key lock box
installed and operational prior to the issuance of an occupancy permit. All structures, communities, or
complexes in existence on the effective date of the ordinance from which this section is derived and subject to
this section shall have one year from the effective date of the ordinance from which this section is derived to
have a key lock box installed and operational.
(c) The fire marshal shall designate the type of key lock box system to be implemented within the city and shall
have the authority to require all structures to use the designated system.
(d) The owner or operator of a structure, community, or complex required to have a key lock box shall, at all times,
keep a key in the lock box, or maintain the operation of the box at all times.
(e) The fire marshal shall be authorized to implement rules and regulations for the use of the lock box system.
(f) Any person who owns or operates a structure, community, or complex subject to this section shall be subject to
the penalties set forth in all sections of this Code for any violation of this section; provided that the maximum
fine for a conviction for a violation of this section shall be $1,000.00.
(g) All requests for the designated key lock box system shall be coordinated through the fire marshal and get
approval for the location of the box on each site.
(h) This article shall take effect immediately upon its passage.
(Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 16), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, § 16), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, §
17), 8-18-2008)
Sec. 22-91. - For certain buildings as designated by the fire marshal.
(a) The following structures shall be equipped with a key lock box at or near the main entrance or such other
location required by the fire marshal:
(1) Commercial or industrial structures protected by an automatic alarm system or automatic suppression
system, or such structures that are secured in a manner that restricts access during an emergency;
(2) Multifamily residential structures that have restricted access through locked doors and have a common
corridor for access to the living units; and
(3) Governmental structures and nursing care facilities.
(b) All newly constructed structures subject to this section shall have the key lock box installed and operational
prior to the issuance of an occupancy permit. All structures in existence on the effective date of the ordinance
from which this section is derived and subject to this section shall have one year from the effective date of the
ordinance from which this section is derived to have a key lock box installed and operational.
(c) The fire marshal shall designate the type of key lock box system to be implemented within the city and shall
have the authority to require all structures to use the designated system.
(d) The owner or operator of a structure required to have a key lock box shall, at all times, keep a key in the lock
box that will allow for access to the structure.
(e) The fire marshal shall be authorized to implement rules and regulations for the use of the lock box system.
(f) Any person who owns or operates a structure subject to this section shall be subject to the penalties set forth in
all sections of this Code for any violation of this section; provided that the maximum fine for a conviction for a
violation of this section shall be $1,000.00.
(g) All requests for the designated key lock box system shall be coordinated through the fire marshal and get
approval for the location of the box on each site.
(h) This article shall take effect immediately upon its passage.
(Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 17), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 3, § 17, 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, §
18), 8-18-2008)
Secs. 22-92—22-110. - Reserved.
ARTICLE V. - FIRE LANES AND FIRE DEPARTMENT ACCESS ROADS
Sec. 22-111. - Definitions.
The words used in this article shall have their normal accepted meanings except as set forth in this section:
Authorized emergency vehicle means:
(1) A motor vehicle belonging to a public utility corporation and designated as an emergency vehicle by
the public safety department;
(2) A motor vehicle belonging to a fire department or a certified private vehicle belonging to a volunteer
fireman or a firefighting association, partnership, or corporation;
(3) An ambulance; or
(4) A motor vehicle belonging to a federal, state, or local law enforcement agency; provided such vehicle
is in use as an emergency vehicle by one authorized to use it for that purpose.
Enforcement officer means any duly authorized law enforcement officer employed by the city.
Fire lanes means areas designated by the fire official providing access for fire department vehicles to buildings,
fire department connections and fire hydrants. The term "fire lanes" includes all alleys, driveways or lanes,
devoted to public use, where the parking of motor vehicles or other obstructions can interfere with the
ingress or egress of fire department vehicles for the protection of persons and properties including, but not
limited to:
(1) Shopping centers;
(2) Theaters;
(3) Hospitals;
(4) Bowling lanes;
(5) Churches;
(6) Multifamily housing; and
(7) High-rise buildings.
Fire official means the fire officer or other designated authority, or their duly authorized representative, charged
with the administration and enforcement of this article.
Master plats means all original plats drawn in accordance with this article; all copies distributed shall be from this
original drawing.
New building means any commercial structure or public facility whose certificate of occupancy was issued after
the effective date of Ordinance No. 4782 from which this article is derived.
Plats means the maps created by the building owner and approved by the fire marshal which depict the location
and boundaries of land and all existing fire lanes in accordance with this article. Such maps shall be drawn to
scale.
Property owner means each person possessing any estate, or leasehold right in the property being designated as
a fire lane.
Ticket means an order issued out of court by a city enforcement officer directing a violator of this article to
comply with all civil fines as set forth in section 22-1160.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 2), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 2), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15,
art. 4, § 2), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 2), 8-18-2008)
Sec. 22-112. - Purpose and scope.
It is the declared purpose of this article to:
(1) Provide for the designation and identification of the lanes;
(2) Provide for the manner, method and language for the posting of signs;
(3) Establish the penalty for a violation of this article;
(4) Identify and designate the persons who have authority to enforce this article and the limits of such
authority;
(5) Prohibit parking in fire lanes;
(6) Provide for the method of submitting properties to this article;
(7) Repeal all ordinances in conflict herewith; and
(8) Provide for other purposes.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 1), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 1), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15,
art. 4, § 1), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 1), 8-18-2008)
Sec. 22-113. - Specifications for easy identification fire lanes and fire apparatus access roads.
(a) Minimum requirements for existing buildings. Every existing building and all new buildings shall be
accessible to fire department apparatus by way of designated fire lanes and fire apparatus access roads as
defined in the International Fire Code as adopted and amended by the State Fire Marshal and incorporated by
reference into the City of Milton Code. In addition to the requirements set forth in the International Fired
Code, fire lanes and fire apparatus access roads shall meet all minimum requirements of Chapter 22 of the City
Code. with an all-weather driving surface of not less than 20 feet of unobstructed width.
(1) There shall be a minimum roadway turning radius of 35 feet.
(2) There shall be a minimum vertical clearance of 13 feet, six inches.
(3) The minimum hard surface subbase paving specification shall be at least 1½ inches of asphalted
topping on at least six inches of bound-crushed stone, or the equivalent, capable of supporting the gross
vehicle weight of a fire apparatus.
(4) During construction, when combustibles are brought onto the site in such quantities as deemed
hazardous by the fire official, access roads and a suitable temporary supply of water acceptable to the fire
department shall be provided and maintained.
(5) Where fire protection systems approved by the fire official are provided, the required clearances
stated in subsections (a)(1) through (a)(3) of this section may be modified by the fire official.
(1) The fire official shall have the authority to require an increase in the minimum widths of fire lanes and
fire apparatus access roads where they are inadequate for fire or rescue operations.
(2) The creation, deletion, or modification of a fire lane shall be done in the fire official's best professional
judgment in order to provide adequate fire and rescue operations.
(b) Minimum requirements for new construction:
(1) Fire lanes and fire apparatus access roads for new construction shall be developed in compliance with
the provisions of Chapter 22 of the City Code and the currently adopted State Minimum Fire Safety
Standards.
(2) Fire apparatus access roads—as defined by the currently adopted edition of the International Fire
Code shall comply with the following:
a. Fire apparatus access roads shall be a minimum of 26 feet wide as measured from the back of
curb where no designated on-street parking is provided. Roadways from between 20 feet and 26
feet shall be marked as fire lanes in accordance with this chapter.
b. Where the new construction development provides clearly marked on-street parking spaces,
fire apparatus access roads shall be a minimum of 20 feet wide as measured from the face of curb
for on-street parking spaces in addition to the 20 foot driving lanes.
c. Alleyways are permitted for access in a residential subdivision provided that no structure is
more than 150 feet from a fire apparatus access road with an unobstructed means of firefighter
access as approved by the fire marshal.
d. Cul-de-sacs shall have a minimum turning radius of 48 feet, measured from the back of curb.
e. There shall be a minimum roadway turning radius of 35 feet on all fire apparatus access roads.
f. There shall be a minimum vertical clearance of 13 feet, six inches on all fire apparatus access
roads.
g. Gates on fire department access roads shall have a minimum of 15 feet clear width and
provide approved key lock box access in accordance with this chapter.
h. Multi-family residential developments with more than 200 units and one- and two-family
residential developments with more than 30 dwelling units shall include at least two separate fire
apparatus access roads.
i. The requirements of this subsection (b)(2) shall not apply to driveways leading to one or two
Group R-3 occupancies or Group U occupancies, as defined by the International Fire Code.
(3) Distribution of hydrants along fire apparatus access roads shall be determined by reference to
Appendices B and C of the currently adopted version of the International Fire Code.
(4) During construction, when combustibles are brought onto the site in such quantities as deemed
hazardous by the fire official, access roads and a suitable temporary supply of water acceptable to the fire
department shall be provided and maintained.
(c) Conflicts between this section and other City of Milton development and zoning standards shall be
addressed by conference among the fire marshal, the Public Works department, and the Community
Development.
(1.) In such cases, deviation from these standards may be approved by the fire marshal when the
developer can show that meeting the standard is impracticable based on topographical or other physical
site characteristics while still protecting the public health, safety and welfare.
(2.) In the case of an approved deviation, the fire marshal may require alternative site concessions to
ensure the fire department can access the proposed structures within the spirit of the fire code
requirements. Such alternative site concession shall be determined with consideration of the provisions
of Appendix D of the currently adopted International Fire Code.
(d) Appeal. Any owner of a building aggrieved by the decision of the fire official under this section may appeal
the fire official's decision to the city manager within 30 days from the date of the fire official's decision. All
appeals to the city manager shall be in writing setting forth the reasons for the appeal. The city manager shall
issue a written decision to the owner within 30 days from the receipt of the written appeal from the owner.
(e) Sign and marking criteria for identification of designated fire lanes.
(1)The areas designated as fire lanes shall have signs posted meeting the following criteria:
a. Signs to read "No Parking Fire Lane."
b. Letters shall not be less than two inches in height.
c. One sign shall be posted at the beginning of the fire lane and one at the end of the fire lane;
each sign shall be erected not more than 50 feet apart.
d. Signs posted shall not be more than four feet from the edge of the curb and shall be visible
from both direction of the driving surface.
(2) Additional requirements. The fire official may order curbs to be painted red or other distinctive colors.
. Additional requirements. The fire official may order curbs to be painted yellow or other distinctive colors.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 3), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 3), 3-17-2008; Ord. No. 08-06-08, §
1(ch. 15, art. 4, § 3), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 3), 8-18-2008)
Sec. 22-114. - Approval; property owner responsible for maintenance.
All fire lanes shall be approved by the fire official pursuant to these regulations, and thereafter these fire
lanes shall be maintained by the property owner. Designated fire lanes or roads deemed necessary for the fire
department access by the fire official shall be maintained in a passable condition as follows:
(1)Private property owners or their representatives shall be responsible for keeping all fire lanes on their property
free from obstructions.
(2)Public property owners, the city, or their representatives shall be responsible for keeping all fire lanes within the
city's jurisdiction free of obstructions.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 4), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 4), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15,
art. 4, § 4), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 4), 8-18-2008)
Sec. 22-115. - Unlawful to place "Fire Lane" signs in areas not so designated.
(a)No person or property owner shall place, erect or maintain any sign for control of parking or traffic which
includes the words "Fire Lane" unless such location has been designated a fire lane by the fire official. Any
failure to meet the applicable requirements specified in section 22-113 shall be subject to a fine of $150.00 for
each violation; provided, however, that the fine will be waived if the required specifications are made within
14 days from the date of the citation.
(b)If that private or public property owner fails or refuses to meet said requirements on his or her property
within such 14 days he or she shall, on the 15th day after receiving the citation, be subject to the $150.00 fine
for each violation and an additional $10.00 fine for each violation for each day that the owner fails to comply
with the provisions of this section until the area is properly designated and constructed. Each additional day
shall be construed as an additional violation.
(c)All fines assessed under this section shall be paid into the city treasury.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 5), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 5), 3-17-2008; Ord. No. 08-06-08, §
1(ch. 15, art. 4, § 5), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 5), 8-18-2008)
Sec. 22-116. - Violations; exception for authorized emergency vehicle.
(a)No person shall park any motor vehicle, including a motorcycle, in a fire lane; provided, however, this
section shall not apply to the parking of an authorized emergency vehicle on official business.
(b)Enforcement of this section shall be through a civil action in the municipal court by the issuance of a ticket
which shall be either left with the vehicle or delivered to the person in possession thereof. For purposes of
such civil action, it shall be presumed that the registered owner of said vehicle is in control or possession
thereof.
(1)Fine amounts. The first violation of parking in a fire lane within any 30-day period shall be punished by a
$25.00 civil fine; provided, however, the second violation within any 30-day period shall be punishable by a
civil fine of $40.00; and a civil fine of $50.00 may be levied for each violation thereafter occurring within any
30-day period.
(2)Payment within 48 hours or request for hearing required. The person receiving a ticket for a violation of this
section may pay the civil fine by return mail to the city municipal court or its designated receiver within 48
hours of the issuance of the ticket or may request a hearing within 48 hours to contest the issuance of the
ticket. In the event the civil fine is not paid within 48 hours, the municipal court may issue a citation for
contempt requiring the offender to show cause why he or she failed to pay the fine within the time frame
allowed by this section. Upon conviction thereof, the municipal court may impose a fine as provided by law.
(c)Upon any person to whom a ticket has been issued under this section, a uniform traffic citation may be
obtained with a hearing date thereon from the police officer or uniformed fire inspector whereupon it shall be
returnable to the municipal court.
(d)Violation of this section shall be enforced through a civil action. The burden of proof shall be on the city.
The standard of proof shall be by a preponderance of the evidence; provided, however, the aforementioned
presumption in subsection (a) of this section shall apply.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 6), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 6), 3-17-2008; Ord. No. 08-06-08, §
1(ch. 15, art. 4, § 6), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 6), 8-18-2008)
Sec. 22-117. - Authority of law enforcement officer and fire inspector to enforce article.
A duly authorized law enforcement officer employed by the city and uniformed fire inspectors shall have
the authority for enforcement of fire lanes.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 7), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 7), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15,
art. 4, § 7), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 7), 8-18-2008)
Sec. 22-118. - Authority in emergency situations.
(a)In addition to all powers authorized by state law, in the event of any fire, explosion, bomb threat, or similar
emergency, the city fire department shall be authorized to prevent the blocking of any public or private street,
road or alley, way or driveway, or emergency lane, during any such emergency or remove any vehicles or
obstructions necessary.
(b)The officers, members, agents or employees of the city fire department shall not be liable at law for any act
done while actually fighting a fire or performing duties at the scene of an emergency.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 8), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 8), 3-17-2008; Ord. No. 08-06-08, §
1(ch. 15, art. 4, § 8), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 8), 8-18-2008)
Sec. 22-119. - Disclaimer of liability for enforcement of article pertaining to maintenance and clearing.
The city assumes no liability for any damages, injuries, or deaths resulting from enforcement or lack of
enforcement of the laws pertaining to maintenance and clearing of the fire lanes. The city has the authority to
issue individual tickets or citations for fire lane violations, but the property owner has the ultimate responsibility
to clear the fire lanes.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 9), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 9), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15,
art. 4, § 9), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 9), 8-18-2008)
Sec. 22-120. - Enforceability of properly placed signs.
The disregard or disobedience of the instruction of any sign placed in accordance with the provisions of this
article by the driver of a vehicle shall be deemed prima facie evidence of a violation of law, without requiring
proof by whom and by what authority such sign has been erected.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 10), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 10), 3-17-2008; Ord. No. 08-06-08, § 1(ch. 15, art. 4, § 10),
6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 10), 8-18-2008)
Secs. 22-121—22-139. - Reserved.
ARTICLE VI. - APPLICABILITY OF FIRE REGULATIONS
Sec. 22-140. - Petition requesting application of chapter to properties.
Properties may become subject to this chapter by submitting a petition from the property owner or fully
authorized agent of the property owner requesting this chapter to apply. The petition shall be submitted to the
fire official and, upon approval, the property shall become subject to this chapter and its subsequent revisions.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 11), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 11), 3-17-2008; Ord. No. 08-06-08, § 1(ch.
15, art. 4, § 11), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 11), 8-18-2008)
Sec. 22-141. - Plat descriptions for fire official.
(a) Any property which falls within the city's jurisdiction shall have all fire delineations visually depicted on a
plat. These plats shall be designed by the owner and submitted to the city fire department and copies shall be
maintained with the city clerk. Each visual depiction shall identify all:
(1) Building exterior walls;
(2) Traffic and parking lanes; and
(3) Sidewalks.
(b) The area to be designated as a fire lane shall be delineated in red ink. The plat shall state a scale of
measurement. and shall be on paper or a series of pages of 8½ by 11 inches. The plat identification shall
specify the name of the property, a brief legal description of the property, and the length and width of the fire
lane, as approved by the fire official, with whom all master plats will be filed.
(Ord. No. 06-11-60, § 1(ch. 15, art. 4, § 12), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 4, § 12), 3-17-2008; Ord. No. 08-06-08, §
1(ch. 15, art. 4, § 12), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 5, § 12), 8-18-2008)
Secs. 22-142—22-160. - Reserved.
ARTICLE VII. - BUILDING NUMBERING
Sec. 22-161. - Responsibility of property owner or occupant.
All owners and occupants of improved real property lying within the city are required to post the address of such
real property owned or occupied by them with the street address assigned to such property by the city, in such
manner that said address is clearly visible and legible from the street on which the improvement on such
property fronts. The obligation hereby imposed shall be the joint duty of all owners and occupants of improved
real property lying within the city who are over 18 years of age.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 13), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 13), 3-17-2008; Ord. No. 08-06-08, § 1(ch.
15, art. 3, § 13), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 12), 8-18-2008)
Sec. 22-162. - Six month grace period.
All owners of apartment complexes lying within the city are required to post the building identified for each
apartment building within the complex, whether the identifier be a number or letter or a combination thereof, in
such manner that said building identifier is clearly visible and legible from the street or private drive on which
each building fronts. The identifier for each building within apartment complexes lying within the city will be a
minimum of one foot in height, will contrast with the building itself so as to be highly visible, will be reflective so
as to be seen easily in darkness and will not be obstructed at any time by natural or manmade objects. All owners
of apartment complexes lying within the city will have a grace period of six months from the effective date of the
ordinance from which this article is derived to come into compliance.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 13), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 13), 3-17-2008; Ord. No. 08-06-08, § 1(ch.
15, art. 3, § 13), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 12), 8-18-2008)
Sec. 22-163. - Fine.
All persons who violate this section shall be subject to a fine in an amount set by city council resolution. If the
person does not remedy the violation, every 30 days shall be deemed a separate offense.
(Ord. No. 06-11-60, § 1(ch. 15, art. 3, § 13), 11-21-2006; Ord. No. 08-03-05, § 1(ch. 15, art. 3, § 13), 3-17-2008; Ord. No. 08-06-08, § 1(ch.
15, art. 3, § 13), 6-2-2008; Ord. No. 08-08-19, § 1(ch. 15, art. 4, § 12), 8-18-2008)
R! 3.
HOME OF '
LT(.)
M I
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Consideration of RZ15-05 — Chapter 64, Article XVII Development
Standards, to Create Standards and Penalties for the Request of
Demolition Permits within the City of Milton.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: XAPPROVED
CITY ATTORNEY APPROVAL REQUIRED: x YES
CITY ATTORNEY REVIEW REQUIRED: 9YES
APPROVAL BY CITY ATTORNEY KAPPROVED
PLACED ON AGENDA FOR: 0s;- I S I S
REMARKS
() NOT APPROVED
() NO
() NO
O NOT APPROVED
a04
KI ®_
Pti0�678,2�42.25001 FAX: 678.242.2499 Green _ '� *Certifld*, roP,iou
*
,
„1-,,1- CommunityEr«hicsy�r
info@cityofmiltonga.us I www.cityofmiIto ngo.us c•<<
13000 Deerfield Parkway, Suite 107 � Milton GA 30004
To: The Honorable Mayor and City Council
From: Kathleen Field, Community Development Director
Date: Submitted April 1, 2015, for the April 27, 2015 Regular Meeting, April 13, 2015
for First Presentation (Work Session, April 20, 2015).
Re: Consideration of RZ15-05 – Chapter 64, Article XVII Development Standards, to
Create Standards and Penalties for the Request of Demolition Permits within the
City of Milton.
Department Recommendation:
The Community Development Department recommends approval of the text amendment as
discussed below.
Executive Summary:
The proposed amendment was created based on the need to give more “teeth” to the demolition
permit review by the Design Review Board (DRB). As the Zoning Ordinance currently exists,
the only requirement is for all buildings that apply for a demolition permit shall be reviewed by
the City of Milton Design Review Board. Unless a structure has been designated a “historic
building” by the City of Milton Historic Preservation Commission, any building can be
demolished. Currently there are only two structures that are deemed historic which are the
Thomas Byrd, Sr. House, formerly known as the Hopewell House and the Chadwick General
Store.
Both the Planning Commission and the DRB asked Staff to create criteria in which the DRB can
evaluate all proposed buildings applying for a demolition permit. The proposed criteria are
similar to the criteria for evaluating demolition applications for historically designated structures.
The proposed text amendment also includes the proposed penalties for the unlawful demolition
of a building.
The Planning Commission at its March 25, 2015 meeting recommended approval of the
proposed standards and Penalties for the Request of Demolition Permits with the following
additions: 1) Within Sec. 64-2425 (a.) include the addition of the “Georgia’s Natural,
Archaeological and Historic Resources Geographic Information System” in the list of
considerations to approve or deny a demolition permit. This is an inventory of existing historic
resources within the City that was conducted in 1996; 2) the Planning Commission was also
2
concerned with the condition of a site after a structure is removed. Therefore, they recommended
in Sec. 64-2426 (c.)(4) that where determined by the Design Review Board, landscaping shall be
installed as approved by the City Arborist. These recommendations of the Planning Commission
are highlighted in yellow in the ordinance.
Funding and Fiscal Impact:
None anticipated.
Alternatives:
The Mayor and City Council may choose to amend the proposed text amendment or not to
approve it in its entirety.
Legal Review:
Paul Frickey, Jarrard and Davis – February 2015
Concurrent Review:
City of Milton Design Review Board and Community Development Department Staff
Attachment(s):
Proposed text amendment for RZ15-05 and Ordinance for RZ15-05
RZ15-05 – Text Amendment prepared for the City of Milton Mayor and City Council Meeting on
April 27, 2015 (First Presentation on April 13, 2015)
4/22/20154/21/2015 Page 1
Division 5
Demolition Permits
Sec. 64-2423. Purpose
In support and furtherance of its findings and determination that the historical, cultural, and
aesthetic heritage of the City of Milton, Georgia is among its most valued and important assets
and that the preservation of this heritage is essential to the promotion of the health, prosperity,
and general welfare of the people:
The Milton City Council herby declares it to be the purpose and intent of this article to establish
criteria for approving demolition permits and provide for penalty provisions for the protection,
perpetuation and use of buildings, having historical, cultural, archeological or aesthetic interest
or value, in accordance with the provisions of the division.
Sec. 64-2424. Applicability
A demolition permit shall be submitted to the Community Development Department for the
request of demolition for all buildings, structures, or objects and shall be reviewed by the City of
Milton Design Review Board.
Sec. 64-2425. Criteria for approving a demolition permit
The City of Milton Design Review Board shall use the following criteria in deciding to approve
or deny a demolition permit:
a. Is the building or structure listed on the “Georgia’s Natural, Archaeological and
Historic Resources Geographic Information System”?
ab. Is there any historic, scenic, or architectural significance of the building, structure,
site, or object?
bc. Is there any significant importance of the building, structure, site, or object to the
ambiance of the area?
cd. Would it be difficult or impossible to reproduce such a building, structure, site, or
object because of its design, texture, material, detail, or unique location?
de. Whether the building, structure, site, or object is one of the last remaining examples
of its kind in the neighborhood or the city.
ef. Whether there are definite plans for use of the property if the proposed demolition is
carried out, and what the effect of those plans on the character of the surrounding area
would be.
fg. Whether reasonable measures can be taken to save the building, structure, site, or
object from collapse.
gh. Whether the building, structure, site, or object is capable of earning reasonable
economic return on its value.
RZ15-05 – Text Amendment prepared for the City of Milton Mayor and City Council Meeting on
April 27, 2015 (First Presentation on April 13, 2015)
4/22/20154/21/2015 Page 2
Sec. 64-2426. Penalty provisions
A person, firm, corporation or other entity commits an offense if he/she/it violates this article.
Each day the offense continues constitutes a separate offense. The following penalties, which are
nonexclusive, and the exercise of one or more of which shall not preclude exercise of the others,
shall be imposed on those persons or entities found to have violated this article:
a. The same penalties as set forth in the zoning chapter of the city for all
violations of requirements set forth in the said zoning chapter; or
b. The penalties set forth in Sec. 1-5 of the Code of Ordinances of the city for
nonzoning violations.
c. Restrictions on future development: If a property is demolished or relocated
without a certificate of appropriateness from the DRB (Design Review
Board), or in the event the plans are changed for the property from which the
resource was removed without approval of the changed plans by the DRB,
then the following restrictions, in addition to any other penalties or remedies
set forth in this article, shall be applicable to the site where the structure or
property was formerly located:
1. No building or other permits will be issued for construction on the site,
with the exception of a permit to restore such structure or property after
obtaining a certificate of appropriateness, for a period of five years after
the date of such demolition or removal.
2. No permits shall be issued by the city for any curb cuts on the site for a
period of five years from and after the date of such demolition or removal.
3. No parking lot for vehicles shall be operated whether for remuneration
or not on the site for a period of five years from and after the date of such
demolition and removal.
4. The owner of the site shall maintain the site in a clean and orderly state
and shall properly maintain all existing trees and landscaping on the site.
If the Design Review Board determines that after the removal of the
structure, new vegetation and/or landscaping is required, said landscape
plan, including type and size of landscaping shall be approved by the City
Arborist. When these restrictions become applicable to a particular site,
the building official shall cause to be filed a verified notice thereof in the
Real Property Records of Fulton County and such restrictions shall then be
binding on future owners of the property.
4. Civil action. As an additional remedy in addition to the penalties stated
above, the city attorney for the City of Milton or his or her designee shall
have the power to take all necessary civil action to enforce the provisions
hereof and to request appropriate legal or equitable remedies or relief.
STATE OF GEORGIA ORDINANCE____
COUNTY OF FULTON RZ15-05
AN ORDINANCE TO AMEND ARTICLE XVII, DEVELOPMENT STANDARDS TO CREATE
STANDARDS AND PENALTIES FOR REQUESTS OF DEMOLITON PERMITS WITHIN THE
CITY OF MILTON IN THE CITY OF MILTON ZONING ORDINANCE (CHAPTER 64 OF THE
CITY CODE OF ORDINANCES)
BE IT ORDAINED by the City Council of the City of Milton, GA while in a regularly called council
meeting on April 27, 2015 6:00 p.m. as follows:
SECTION 1. That the amendment of Article XVII of the City of Milton Zoning Ordinance is
hereby adopted and approved; and is attached hereto as if fully set forth herein, and;
SECTION 2. All ordinances, parts of ordinances, or regulations in conflict herewith are
repealed.
SECTION 3. That this Ordinance shall become effective upon its adoption.
ORDAINED this the 27th day of April, 2015.
____________________________________
Joe Lockwood, Mayor
Attest:
___________________________
Sudie AM Gordon, City Clerk
HOME OF' _ 1 7 �LT . 0 1.,. N*k
_, .
ESTABLISHED 2006
CITY COUNCIL AGENDA ITEM
TO: City Council DATE: May 7, 2015
FROM: City Manager
AGENDA ITEM: Consideration of RZ15-10— To Amend Article VII, Division 6, Section 64-
1141 — Single Family Uses as it Relates to Lot Coverage.
MEETING DATE: Monday, May 18, 2015 Regular City Council Meeting
BACKGROUND INFORMATION: (Attach additional pages if necessary)
See attached memorandum
APPROVAL BY CITY MANAGER: APPROVED () NOT APPROVED
CITY ATTORNEY APPROVAL REQUIRED: YES (} NO
CITY ATTORNEY REVIEW REQUIRED: YES (} NO
APPROVAL BY CITY ATTORNEY k)APPROVED (} NOT APPROVED
PLACED ON AGENDA FOR:
psl�1'S
REMARKS
kr" Vt7n -To `R a C eCz 40 7-0
C 0"^.)Cic At 0,9 Falx
©You
PHONE: 678.242.25001 FAX: 678.242.2499
info@cityofmiltonga.us I www.cityofmlitonga.us
13000 Deerfield Parkway, Suite 107 I Milton GA 30004
77-47 e ".-/
il'GT4e&/ ,
'Greena ; CeruEnl ; Top 1W
c
tCll hl Ilk Community aci tv of
a
0]
To: The Honorable Mayor and City Council
From: Kathleen Field, Community Development Director
Date: Submitted April 29, 2015, for the May 18, 2015 Regular Meeting, May 4, 2015
for First Presentation (Work Session, May 11, 2015).
Re: Consideration of RZ15-10 – Chapter 64, Article VII, Division 6, Section 64-1141-
Single Family Uses as it relates to lot coverage.
Department Recommendation:
The Community Development Department recommends approval of the text amendment as
discussed below.
Executive Summary:
The Mayor and City Council requested that Staff initiate a text amendment that would provide
limited flexibility to the current maximum 20 percent lot coverage for single family residences
within the Rural Milton Overlay. Staff originally proposed a text amendment that allowed the
Community Development Director to grant an administrative variance up to five percent in
addition to the 20 percent lot coverage. After discussions with the City Attorney, Staff has
proposed to increase the maximum lot coverage from 20 percent to 25 percent and not to have
the Community Development Director administratively increase the lot coverage an additional
five percent.
Staff also proposed to include only AG-1, R-1, R-2 and CUP zoning districts within the Rural
Overlay District and exclude properties within the Birmingham Overlay District except
properties zoned AG-1.
At the April 22, 2015 Planning Commission Meeting, the Planning Commission voted
unanimously 6-0 to deny the proposed text amendment based on their opinion that the current 20
percent lot coverage remain. The Planning Commission stated that this amendment is targeted
for only a few situations and property owners should build the appropriate sized house on the
associated lot.
Funding and Fiscal Impact:
None anticipated.
2
Alternatives:
The Mayor and City Council may choose to amend the proposed text amendment or not to
approve it in its entirety.
Legal Review:
Paul Frickey, Jarrard and Davis – April 2015
Concurrent Review:
Community Development Department Staff
Attachment(s):
Proposed text amendment for RZ15-10 and Ordinance for RZ15-10
STATE OF GEORGIA ORDINANCE____
COUNTY OF FULTON RZ15-10
AN ORDINANCE TO AMEND ARTICLE VII, DIVISION 6, SECTION 64-1141- SINGLE
FAMILY USES AS IT RELATES TO LOT COVERAGE IN THE CITY OF MILTON ZONING
ORDINANCE (CHAPTER 64 OF THE CITY CODE OF ORDINANCES)
BE IT ORDAINED by the City Council of the City of Milton, GA while in a regularly called council
meeting on May 18, 2015 6:00 p.m. as follows:
SECTION 1. That the amendment of Section 64-1141 of the City of Milton Zoning Ordinance
is hereby adopted and approved; and is attached hereto as if fully set forth herein, and;
SECTION 2. All ordinances, parts of ordinances, or regulations in conflict herewith are
repealed.
SECTION 3. That this Ordinance shall become effective upon its adoption.
ORDAINED this the 18th day of May, 2015.
__________________________________
Joe Lockwood, Mayor
Attest:
___________________________
Sudie AM Gordon, City Clerk
RZ15-10 – Text Amendment prepared for the City of Milton Mayor and City Council Meeting on May 18,
2015 (First Presentation on May 4, 2015)
4/30/2015 Page 1
Sec. 64-1141. - Single-family type uses.
(a) Landscaping.
(1) Rural viewshed.
a. Provide a 40-foot undisturbed buffer and an additional 20-foot no improvement
setback for single-family lots adjacent to exterior streets. Where sparsely vegetated,
replant the undisturbed buffer in a natural fashion, per the approval of the city arborist.
Submit landscape plan to arborist for the preservation of the rural view shed.
b. For structures located on lots adjacent to a rural viewshed, architectural elevations
shall be reviewed and approved by the city architect prior to the issuance of a buildi ng
permit. These structures shall be designed with 360-degree architecture and shall
meet the intent of section 64-1155.
(2) Clear cutting is prohibited, however, land clearing, timber harvesting, tree farming and
agricultural clearing may be allowed within the context of a development clearing permit.
(3) No removal of protected trees (chapter 60, article II) is permitted on the site prior to the
issuance of a land disturbance permit, building permit, development clearing permit, or tree
removal permit.
(b) Stormwater management facilities.
(1) All facilities shall be in compliance with the Stormwater Management Manual (chapter 20, article
IV of the City Code).
(2) All facilities shall be designed to create a natural look.
(3) Stormwater better site designs and nonstructural stormwater management practices shall be
used whenever possible.
(4) All detention facilities shall have a minimum ten-foot-wide landscape strip planted to buffer
standards with evergreen plantings exterior to any required fence and/or required access area.
(5) Detention facilities shall be located in the least conspicuous area of the site as engineering
standards will allow.
(6) The creation of shared stormwater management facilities are encouraged.
(c) Height.
(1) There shall be a maximum height limit of two stories with the maximum height of 28 feet from
average finished grade to the bottom of the roof eave.
(d) Lot coverage.
(1) Lot coverage shall not exceed 2025 percent for each individual lot zoned AG-1, R-1, R-2 and
CUP. except those lots within the Birmingham Crossroads Overlay District.
(2) Lots that are both (a) located within the Birmingham Crossroads Overlay District and (b) not
zoned AG-1 are exempt from the lot coverage requirements of subsection (d)(1) above.
(e) Prohibited building components.
(1) The following building components shall be prohibited: metal gates, burglar bars, chain link
fence, metal roll down curtains.
(f) Fencing and height.
(1) In yards adjacent to an exterior street an equestrian fence is required.
(2) Fences in yards adjacent to an exterior street shall not exceed 60 inches from finished grade.
RZ15-10 – Text Amendment prepared for the City of Milton Mayor and City Council Meeting on May 18,
2015 (First Presentation on May 4, 2015)
4/30/2015 Page 2
(3) Retaining walls shall be constructed of block or poured concrete with natural stone veneer or
solid stucco and brick only. If viewed from the street, walls shall provide a 360 -degree veneer as
described above. Retaining walls above three feet high shall ha ve a continuous planting of
evergreens.
(4) Opaque fences are prohibited in yards adjacent to an exterior street.
(Ord. No. 14-06-207, § 1, 6-16-2014)